Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2022-R0353 - Contract 16553 with Interstate Sealant & Concrete - Airport 8.23.22
Resolution No. 2022-RO353 Item No. 6.13 August 23, 2022 RESOLUTION 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, a public works contract consistent with the terms and conditions set forth in the bid submitted and attached hereto as Exhibit "A" per ITB 22-16553- TF for LBB Airfield -Wide Joint Seal, by and between the City of Lubbock and Interstate Sealant & Concrete, Inc., and related documents. Said attachment is 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 August 23, 2022 ATTEST: ,U TRA A YOR Rebec a Garza, City SecretaryU APPROVED AS O CONTENT: Bill 11900erton, Deputy City FORM: 'Satterwhite, First Assistant City Attorney ccdocs/RES.Contract-Interstate Sealant & Concrete, Inc. June 21, 2022 BID SUBMITTAL FORM BID CONTRACT DATE: 06/09/2022 PROJECT NUMBER: ITB 22-16553-TF, LBB Airfield -Wide Joint Seal Bid of Interstate Sealant & Concrete, 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. Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 263 Consecutive Calendar Days with final completion within 273 Consecutive Calendar Days as stipulated in the specification and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages based on the information below: iban liquid WDamages cost Per Day ano,Kd Cona.etlaa rme i W50 30 2 $2,650 21 3 SZ650 14 4 $2,650 4 5 P-650 25 6 SZ650 is 7 SZ650 is a SZ650 16 9 $2,650 17 10 $2,650 14 11 P-650 21 12 S2,650 20 13 r-.650 15 14 $2,650 is 1S $2.650 12 sullsr- 0'r141. C0311LEIIO1 263 Pm b 1-it 52,650 10 F1NALC03nIZn0K 273 They are set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. PU"E TDM fCkhmdair 1. TWYs J, P 30 Sub base IA *(4) 2. TWYs J. K 21 Sub hose 2A *R (3 Subphase 2B *' (10 3. TWYs J, G 14 Sub hase 3A *' (7) 4. TWY J 4 5.TWYsF,M,G 25 Subphase SA *" (3) 6. West Ramp 18 Subphase 6A *° 9 Subphase 6B 3) 7.TWYsL,J 18 Sub hase 7A *' (2) 8. TWY L 16 Subphase 8A 9.TWYs L,V 17 Subphase 9A *"(2) 10. TWY S, Hold Sign 14 Sub hase 10A * (2 11. Cargo RaLnp 21 12. TWYs K T 20 Sub hase 12A 13. TWYs M, S 15 Subphase 13A *' (2) 14.TWYs M,N 18 Subphase 14A *° IS. TWYs M,J 12 Subphase 15A Substantial Con1pletion 263 Punch List 10 - fimw�m .. so * Subphase may occur any time during Phase. 'May require nighttime work. 1 Cannot overlap previous subphase. 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 90 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Items Qty Unit Extended (+/-) UoM Cost Cost 1 — TWY P Pavement Joint Seal (BASE BID) # 1-1 Item C-100, Contractor Quality Control Program (CQCP) 1 #1-2 Item C-105, Contractor Mobilization (8% max) 1 #1-3 Item MC, Miscellaneous Safety and Phasing 1 #1-4 Item P-101-5.1, Joint Beveling for Existing Concrete Joints 12,700 Item P-101-5.2 Concrete Pavement Spall Repair (including #1-5 materials with a maximum depth of 6-inches) 10 Item P-604-6.1, Compression Joint Seal for Existing Concrete Pavements, 1-inch seal in 5,18-inch joint, includes #1-6 removal, cleaning, sawcut, and preparing existing joint 17,800 reservoir Item P-604-6.2, Compression Joint Seal for Existing Concrete Pavements, 1 1/4-inch seal in 3/4-inch joint, #1-7 includes removal, cleaning, sawcut, and preparing existing 700 joint reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #1-8 Shoulder, includes removal, cleaning, sawcut, and 2,200 preparing existing joint reservoir Item P-620-5.1 b, Permanent Taxiway and Apron Marking, # 1-9 black paint 80 # 1-10 Item P-620-5.1 c, Permanent Taxiway and Apron Marking, 70 yellow and white paint #1-11 Item P-620-5.1d, Permanent Taxiway and Apron Marking, 50 red paint LS 4,000.00 4,000.00 LS 11,454.00 11,454.00 LS 12,000.00 12,000.00 LF 0.25 3,175.00 CF 260.00 LF 5.00 LF 7.00 LF SF SF SF 2,600.00 89,000.00 4,900.00 7.00 15,400.00 3.00 240.00 3.00 210.00 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 2 — TWY J Pavement Joint Seal (BASE BID) #24 Item C-100, Contractor Quality Control Program (CQCP) 1 LS 4,000.00 4,000.00 #2-2 Item C-105, Contractor Mobilization (8% max) 1 #2-3 Item MC, Miscellaneous Safety and Phasing 1 #24 Item P-101-5.1, Joint Beveling for Existing Concrete Joints 89,000 #2-5 Item P-101-5.2 Concrete Pavement Spall Repair (including materials with a maximum depth of 6-inches) Item P-604-6.1, Compression Joint Seal for Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #2-6 removal, cleaning, sawcut, and preparing existing joint reservoir Item P-604-6.2, Compression Joint Seal for Existing Concrete Pavements, 1 1/4-inch seal in 3/4-inch joint, #2-7 includes removal, cleaning, sawcut, and preparing existing joint reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #2-8 Shoulder, includes removal, cleaning, sawcut, and preparing existing joint reservoir #2-9 Item P-620-5.1b, Permanent Taxiway and Apron Marking, black paint #2-10 Item P-620-5.1 c, Permanent Taxiway and Apron Marking, yellow and white paint #2-11 Item P-620-5.1d, Permanent Taxiway and Apron Marking, red paint LS 65,961.00 65,961.00 LS 12,000.00 12,000.00 LF 0.25 22,250.00 280 CIF 93,900 LF 9,800 LF 14,560 LF 260.00 72,800.00 5.00 469,500.00 7.00 68,600.00 7.00 101,920.00 1,350 SF 3.00 4,050.00 1,080 SF 3.00 3,240.00 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 3 — TWY K Pavement Joint Seal (BASE BID) Item C-100, Contractor Quality Control Program (CQCP) #3-1 1 LS 4,000.00 4,000.00 #3-2 Item C-105, Contractor Mobilization (8% max) 1 LS 9,163.00 9,163.00 #3-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #34 16,400 LF 0.25 4,100.00 #3-5 Item P-101-5.2 Concrete Pavement Spall Repair (including 10 CIF 260.00 2,600.00 materials with a maximum depth of 6-inches) Item P-604-6.1, Compression Joint Seal in Existing #3-6 Concrete Pavements, 1-inch seal in 5/8-inch joint, includes 3,920 LF 5.00 19,600.00 removal, cleaning, sawcut, and preparing existing joint reservoir Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #3-7 cleaning, sawcut, and preparing existing joint reservoir 16,600 LF 3.20 53,120.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #3-8 Shoulder, includes removal, cleaning, sawcut, and 1,330 LF 7.00 9,310.00 preparing existing joint reservoir Item P-620-5.1b, Permanent Taxiway and Apron Marking, #3-9 black paint 80 SF 3.00 240.00 Item P-620-5.1c, Permanent Taxiway and Apron Marking, #3-10 yellow and white paint 70 SF 3.00 210.00 Item P-620-5.1d, Permanent Taxiway and Apron Marking, #3-11 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 4 — TWY G Pavement Joint Seal (BASE BID) Item C-100, Contractor Quality Control Program (CQCP) #4-1 1 LS 4,000.00 4,000.00 #4-2 Item C-105, Contractor Mobilization (8% max) 1 LS 10,793.00 10,793.00 #4-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #4-4 10,700 LF 0.25 2,675.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #4-5 materials with a maximum depth of 6-inches) 10 CIF 260.00 2,600.00 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #4-6 removal, cleaning, sawcut, and preparing existing joint 17,100 LF 5.00 85,500.00 reservoir Item P-604-6.2, Compression Joint Seal in Existing Concrete Pavements, 11/4-inch seal in 3/4-inch joint, -7 includes removal, cleaning, sawcut, and preparing existing 600 LF 7.00 4,200.00 joint reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #4-8 Shoulder, includes removal, cleaning, sawcut, and 1,790 LF 7.00 12,530.00 preparing existing joint reservoir Item P-620-5.1b, Permanent Taxiway and Apron Marking, #4-9 black paint 80 SF 3.00 240.00 Item P-620-5.1c, Permanent Taxiway and Apron Marking, #4-10 yellow and white paint 60 SF 3.00 180.00 Item P-620-5.1d, Permanent Taxiway and Apron Marking, #4-11 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 5 — TWY R Pavement Joint Seal (BASE BID) Item C-100, Contractor Quality Control Program (CQCP) #5-1 1 LS 4,000.00 4,000.00 #5-2 Item C-105, Contractor Mobilization (8% max) 1 LS 8,347.00 8,347.00 #5-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #5-4 8,200 LF 0.25 2,050.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #5-5 materials with a maximum depth of 6-inches) 70 CF 260.00 18,200.00 Item P-604-6.1, Compression Joint Seal for Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #5-6 removal, cleaning, sawcut, and preparing existing joint 7,200 LF 5.00 36,000.00 reservoir Item P-604-6.2, Compression Joint Seal for Existing Concrete Pavements, 1 1/4-inch seal in 3/4-inch joint, #5-7 includes removal, cleaning, sawcut, and preparing existing 1,000 LF 7.00 7,000.00 joint reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #5-8 Shoulder, includes removal, cleaning, sawcut, and 2,270 LF 7.00 15,890.00 preparing existing joint reservoir Item P-620-5.1b, Permanent Taxiway and Apron Marking, #5-9 black paint 120 SF 3.00 360.00 Item P-620-5.1c, Permanent Taxiway and Apron Marking, #5-10 yellow and white paint 100 SF 3.00 300.00 Item P-620-5.1d, Permanent Taxiway and Apron Marking, #5-11 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 6 — TWY F Pavement Joint Seal (BASE BID) Item C-100, Contractor Quality Control Program (CQCP) #6-1 1 LS 4,000.00 4,000.00 #6-2 Item C-105, Contractor Mobilization (8% max) 1 LS 10,883.00 10,883.00 #6-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #6-4 13,900 LF 0.25 3,475.00 P-101-5.2 Concrete Pavement Spall Repair (including #6-5 materials with a maximum depth of 6-inches) 125 CIF 260.00 32,500.00 Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #6-6 cleaning, sawcut, and preparing existing joint reservoir 13,900 LF 3.20 44,480.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #6-7 Shoulder, includes removal, cleaning, sawcut, and 3,900 LF 7.00 27,300.00 preparing existing joint reservoir Item P-620-5.1b, Permanent Taxiway and Apron Marking, #6-8 black paint 220 SF 3.00 660.00 Item P-620-5.1c, Permanent Taxiway and Apron Marking, #6-9 yellow and white paint 180 SF 3.00 540.00 Item P-620-5.1d, Permanent Taxiway and Apron Marking, #6-10 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 7 — TWY M Pavement Joint Seal (BASE BID) Item C-100, Contractor Quality Control Program (CQCP) #7-1 1 LS 4,000.00 4,000.00 #7-2 Item C-105, Contractor Mobilization (8% max) 1 LS 47,287.00 47,287.00 #7-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #7-4 73,530 LF 0.25 18,382.50 Item P-101-5.2 Concrete Pavement Spall Repair (including #7-5 materials with a maximum depth of 6-inches) 350 CIF 260.00 91,000.00 Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #7-6 cleaning, sawcut, and preparing existing joint reservoir 73,530 LF 3.20 235,296.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #7-7 Shoulder, includes removal, cleaning, sawcut, and 24,920 LF 7.00 174,440.00 preparing existing joint reservoir Item P-620-5.1b, Permanent Taxiway and Apron Marking, #7-8 black paint 1,570 SF 3.00 4,710.00 Item P-620-5.1c, Permanent Taxiway and Apron Marking, #7-9 yellow and white paint 1,260 SF 3.00 3,780.00 Item P-620-5.1d, Permanent Taxiway and Apron Marking, #7-10 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 8 — TWY V Pavement Joint Seal (BASE BID) Item C-100, Contractor Quality Control Program (CQCP) #8-1 1 LS 4,000.00 4,000.00 #8-2 Item C-105, Contractor Mobilization (8% max) 1 LS 9,088.00 9,088.00 #8-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #84 12,600 LF 0.25 3,150.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #8-5 materials with a maximum depth of 6-inches) 10 CF 260.00 2,600.00 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #8-6 removal, cleaning, sawcut, and preparing existing joint 11,000 LF 5.00 55,000.00 reservoir Item P-604-6.2, Compression Joint Seal in Existing Concrete Pavements, 1 1/4-inch seal in 34-inch joint, #8-7 includes removal, cleaning, sawcut, and preparing existing 1,000 LF 7.00 7,000.00 joint reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #8-8 Shoulder, includes removal, cleaning, sawcut, and 2,840 LF 7.00 19,880.00 preparing existing joint reservoir Item P-620-5.1b, Permanent Taxiway and Apron Marking, #8-9 black paint 130 SF 3.00 390.00 #8-10 Item P-620-5.1c, Permanent Taxiway and Apron Marking, 100 SF 3.00 300.00 yellow and white paint Item P-620-5.1d, Permanent Taxiway and Apron Marking, #8-11 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 9 — TWY N Pavement Joint Seal (BASE BID) Item C-100, Contractor Quality Control Program (CQCP) #9-1 1 LS 4,000.00 4,000.00 #9-2 Item C-105, Contractor Mobilization (8% max) 1 LS 7,176.00 7,176.00 #9-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #9-4 8,100 LF 0.25 2,025.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #9-5 materials with a maximum depth of 6-inches) 45 CIF 260.00 11,700.00 Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2-inch to 5/8-inch seal, includes removal, #9-6 cleaning, sawcut, and preparing existing joint reservoir 10,210 LF 3.20 32,672.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #9-7 Shoulder, includes removal, cleaning, sawcut, and preparing existing joint reservoir #9-8 Item P-620-5.1b, Permanent Taxiway and Apron Marking, black paint #9-9 Item P-620-5.1 c, Permanent Taxiway and Apron Marking, yellow and white paint #9-10 Item P-620-5.1 d, Permanent Taxiway and Apron Marking, red paint 2,770 LF 100 SF 7.00 19,390.00 3.00 300.00 80 SF 3.00 240.00 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 10 — TWY L Pavement Joint Seal (BASE BID) Item C-100, Contractor Quality Control Program (CQCP) #10-1 1 LS 4,000.00 4,000.00 #10-2 Item C-105, Contractor Mobilization (8% max) 1 LS 25,845.00 25,845.00 #10-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #10-4 54,100 LF 0.25 13,525.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #10-5 materials with a maximum depth of 6-inches) 75 CF 260.00 19,500.00 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #10-6 removal, cleaning, sawcut, and preparing existing joint 36,500 LF 5.00 182,500.00 reservoir Item P-604-6.2, Compression Joint Seal in Existing Concrete Pavements, 1 1;14-inch seal in 3/4-inch joint, #10-7 includes removal, cleaning. sawcut, and preparing existing 3,900 LF 7.00 27,300.00 joint reservoir Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #10-8 cleaning, sawcut, and preparing existing joint reservoir 6,500 LF 3.20 20,800.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #10-9 Shoulder, includes removal, cleaning, sawcut, and 1,890 LF 7.00 13,230.00 preparing existing joint reservoir Item P-620-5.1b, Permanent Taxiway and Apron Marking, #10-10 black paint 770 SF 3.00 2,310.00 #10-11 Item P-620-5.1c, Permanent Taxiway and Apron Marking, yellow and white paint 620 SF 3.00 1,860.00 Item P-620-5.1d, Permanent Taxiway and Apron Marking, #10-12 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 11 — TWY T Pavement Joint Seal (BASE BID) Item C-100, Contractor Quality Control Program (CQCP) #11-1 1 LS 4,000.00 4,000.00 #11-2 Item C-105, Contractor Mobilization (8% max) 1 LS 4,122.00 4,122.00 #11-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #11-4 5,400 LF 0.25 1,350.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #11-5 materials with a maximum depth of 6-inches) 10 CF 260.00 2,600.00 Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #11-6 cleaning, sawcut, and preparing existing joint reservoir 5,400 LF 3.20 17,280.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #11-7 Shoulder, includes removal, cleaning, sawcut, and 1,370 LF 7.00 9,590.00 preparing existing joint reservoir Item P-620-5.1b, Permanent Taxiway and Apron Marking, #11-8 black paint 70 SF 3.00 210.00 Item P-620-5.1 c, Permanent Taxiway and Apron Marking, # 11-9 yellow and white paint 60 SF 3.00 180.00 Item P-620-5. I d, Permanent Taxiway and Apron Marking, # 11-10 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 12 — TWY Q Pavement Joint Seal (BASE BID) Item C-100, Contractor Quality Control Program (CQCP) #12-1 1 LS 4,000.00 4,000.00 #12-2 Item C-105, Contractor Mobilization (8% max) 1 LS 3,640.00 3,640.00 #12-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #12-4 3,600 LF 0.25 900.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #12-5 materials with a maximum depth of 6-inches) 15 CF 260.00 3,900.00 Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #12-6 cleaning, sawcut, and preparing existing joint reservoir 3,600 LF 3.20 11,520.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #12-7 Shoulder, includes removal, cleaning, sawcut, and 1,280 LF 7.00 8,960.00 preparing existing joint reservoir Item P-620-5.1b, Permanent Taxiway and Apron Marking, #12-8 black paint 70 SF 3.00 210.00 Item P-620-5.1c, Permanent Taxiway and Apron Marking, #12-9 yellow and white paint 60 SF 3.00 180.00 Item P-620-5.1d, Permanent Taxiway and Apron Marking, #12-10 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 13 — TWY S Pavement Joint Seal (BASE BID) #13-1 Item C-100, Contractor Quality Control Program (CQCP) 1 LS 4,000.00 4,000.00 #13-2 Item C-105, Contractor Mobilization (8% max) 1 LS 10,370.00 10,370.00 #13-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #13-4 12,710 LF 0.25 3,177.50 #13-5 Item P-101-5.2 Concrete Pavement Spall Repair (including 45 CIF 260.00 11,700.00 materials with a maximum depth of 6-inches) Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #13-6 removal, cleaning, sawcut, and preparing existing joint 7,200 LF 5.00 36,000.00 reservoir Item P-604-6.2, Compression Joint Seal in Existing Concrete Pavements, 1 1 4-inch seal in 3/4-inch joint, #13-7 includes removal, cleaning, sawcut, and preparing existing 1,100 LF 7.00 7,700.00 joint reservoir Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #13-8 cleaning, sawcut, and preparing existing joint reservoir 4,410 LF 3.20 14,112.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #13-9 Shoulder, includes removal, cleaning, sawcut, and 4,180 LF 7.00 29,260.00 preparing existing joint reservoir #13-10 Item P-620-5.1b, Permanent Taxiway and Apron Marking, black paint 200 SF 3.00 600.00 #13-11 Item P-620-5.1c, Permanent Taxiway and Apron Marking, yellow and white paint 170 SF 3.00 510.00 #13-12 Item P-620-5.1d, Permanent Taxiway and Apron Marking, red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Items Qty Unit Extended (+/-) UoM Cost Cost Additive Alternate 1 — Cargo Apron #14-1 Item C-100, Contractor Quality Control Program (CQCP) 1 #14-2 Item C-105, Contractor Mobilization (8% max) 1 #14-3 Item MC, Miscellaneous Safety and Phasing 1 # 14-4 Item P-101-5.1, Joint Beveling for Existing Concrete Joints 49,900 #14-5 Item P-101-5.2 Concrete Pavement Spall Repair (including 80 materials with a maximum depth of 6-inches) Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #14-6 removal, cleaning, sawcut, and preparing existing joint 50,000 reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement # 14-7 Shoulder, includes removal, cleaning, sawcut, and 4,160 preparing existing joint reservoir #14-8 Item P-620-5.1b, Permanent Taxiway and Apron Marking, 60 black paint #14-9 Item P-620-5.1 c, Permanent Taxiway and Apron Marking, 50 yellow and white paint #14-10 Item P-620-5.1d, Permanent Taxiway and Apron Marking, 50 red paint LS 5,000.00 5,000.00 LS 25,245.00 25,245.00 LS 4,980.00 4,980.00 LF 0.25 12,475.00 CF 260.00 20,800.00 LF 4.45 222,500.00 LF 7.00 29,120.00 SF 3.00 180.00 SF 3.00 150.00 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost Additive Alternate 2 — West GA Apron Item C-100, Contractor Quality Control Program (CQCP) #15-1 1 LS 3,000.00 3,000.00 #15-2 Item C-105, Contractor Mobilization (8% max) 1 LS 16,500.00 16,500.00 #15-3 Item MC, Miscellaneous Safety and Phasing 1 LS 2,490.00 2,490.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #15-4 27,700 LF 0.25 6,925.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #15-5 materials with a maximum depth of 6-inches) 105 CF 260.00 27,300.00 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #15-6 removal, cleaning, sawcut, and preparing existing joint 27,700 LF 4.75 131,575.00 reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #15-7 Shoulder, includes removal, cleaning, sawcut, and 2,950 LF 7.00 20,650.00 preparing existing joint reservoir #15-8 Item P-620-5.1b, Permanent Taxiway and Apron Marking, 60 SF 3.00 180.00 black paint Item P-620-5.1c Permanent Taxiway and Apron Marking, #15-9 yellow and white paint 50 SF 3.00 150.00 #15-10 Item P-620-5.1 d, Permanent Taxiway and Apron Marking, red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost Additive Alternate 3 — RWY 17R-35L Hold Sign Relocation Item C-100, Contractor Quality Control Program (CQCP) #16-1 1 LS 19,600.00 19,600.00 Item C-102, Temporary Air and Water Pollution, Soil #16-2 Erosion, and Siltation Control 1 LS 10,450.00 10,450.00 #16-3 Item C-105, Contractor Mobilization (8% max) 1 LS 22,025.00 22,025.00 #16-4 Item MC, Miscellaneous Safety and Phasing 1 LS 41,250.00 41,250.00 Item L-108-5.1, Remove and Dispose #8 AWG 5KV #16-5 Underground Series Cable 361 LF 2.22 801.42 Item L-108-5.2, #8 AWG 5kV Type C Cable, installed in #16-6 trench, duct bank, or conduit 1,370 LF 6.67 9,137.90 Item L-108-5.3, #6 AWG Solid Bare Soft Drawn Copper #16-7 Counterpoise Wire, installed above duct bank or conduit, 1,370 LF 7.78 10,658.60 including connections/terminations Item L-110-5.1, Trenching and Backfill for PVC Conduit #16-8 (I8-inchminimum depth) 650 LF 27.78 18,057.00 Item L-110-5.2, Nonencased Electrical Conduit, 2-inch #16-9 SCH 40 650 LF 8.80 5,720.00 # 16-10 Item L-125, Duct Markers 14 EA 150.00 2,100.00 #16-11 Item L-125-5.1, Relocate Three -Module L-854, Guidance Sign including new sign base 1 EA 2,222.22 2,222.22 #16-12 Item L-125-5.2, Relocate Four -Module L-854, Guidance Sign including new sign base 12 EA 3,850.00 46,200.00 #16-13 Item L-125-5.3, Install New Four -Module L-854, Guidance Sign including new sign base 1 EA 8,666.67 8,666.67 #16-14 Item L-125-5.4, Remove Existing Sign Base and Restore Site 13 EA 1,111.11 14,444.43 #16-15 Item P-620-5.1a, Obliteration of Taxiway Marking 17,000 SF 1.50 25,500.00 (paint/thermoplastic) Item P-620-5.1b, Permanent Taxiway and Apron Marking, #16-16 black paint 5,980 SF 2.40 14,352.00 #16-17 Item P-620-5.1c, Permanent Taxiway and Apron Marking, yellow and white paint 5,980 SF 1.60 9,568.00 #16-18 Item P-620-5.1d, Permanent Taxiway and Apron Marking, 5,150 SF 4.00 20,600.00 red paint Overall Total: $3,612,667.24 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (S ) or a Bid Bond in the sum of 5% of total bid amount as specified Dollars ($ ), 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 Date: 06/09/20 competitive sealed bid that has been opened may not be ' changed for the purpose of correcting an error in the bid price. T NY CORRECTIONS TO THE BID PRICE A h zed Signature N T I BID SUBMITTAL FORM PRI R A. Sment TO BI (Printed or Typed Name) s GG�n,�FF,T c Sit � 1 if Bidder . T FgG SecretaryGregoryA Bidder acknowledges receipt of the following addenda: Addenda No. 1 DateZUUa= Addenda No. p Date 05/24/2022 Addenda No. 3 Date 05/25/2022 Addenda No. 4 Date06/01/2022 Interstate Sealant & Concrete. Inc. Company S40 W24211 Rockwood Way Address Waukesha Waukesha City, County WI 53189 State Zip Code Telephone: gggLs4nm Fax: 4s2l Say- rm4_ FEDERAL TAX ID or SOCIAL SECURITY No. 39-1928310 EMAIL: csment0interstateseaalnt.com NVWBE x oman BlackAmerican alive American Firm: Hispanic Asian Pacitic Other peci Amencan American CERTIFICATE OF INTERESTED PARTIES Complete Nos.1- 4 and 6 if there are interested parries. Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Interstate Sealant & Concrete, Inc. Waukesha, WI United States Name oT governmentai entity, or state agency that is a being filed. City of Lubbock FORM 1295 1of1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number. 2022-902852 Date Filed: 06/23/2022 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 16553 LBB Airfield Wide Joint Seal 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Sment, Cheryl Waukesha, WI United States X Sment, Jeffrey Waukesha, WI United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is 1 and my date of birth is / My address is C 'S�% (street) (city) (state) (ZIP code) (country) I declare under penalty of perjury that the foregoing is true and correct Executed in County. State of Xj= on the Zday ofIwW 0 , 20 2-2-r. (month) (year) ignature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethi6.staIe.Ix.us Version V1.1.191b5cdc CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 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. 2022-902852 Interstate Sealant & Concrete, Inc. Waukesha, WI United States Date Filed: 06/23/2022 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: g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 16553 LBB Airfield Wide Joint Seal 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Sment, Cheryl Waukesha, WI United States X Sment, Jeffrey Waukesha, WI 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) corms provlaea Dy I exas ttnlcs commission www.ethics.state.tx.us Version V1.1.191b5cdc BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: August 23, 2022 CITY OF LUBBOCK SPECIFICATIONS FOR LBB Airfield -Wide Joint Seal ITB 22-16553-TF CONTRACT 16553 PROJECT NUMBER: 8610.9251.30000 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 Updated Specifications ITB 22-16553-TF LBB Airfield -Wide Joint Seal DATE ISSUED: May 17, 2022 OPEN DATE: June 2, 2022, 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. Updated Specifications 1. Please note the title update on the attached specifications. 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, 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. Parkhill PROJECT MANUAL CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport Airfield -Wide Joint Seal City of Lubbock ITB No. 22-16553-TF FAA A.I.P. No. 3-48-0138-048-2022 � Lubbock �Preston Smith r000'1*A INTERNATIONAL AIRPORT April 12022 Parkhill Project #01271517 Parkhillxom Parkhill PROJECT MANUAL CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport Airfield -Wide Joint Seal City of Lubbock ITB No. 22-16553-TF FAA A.I.P. No. 3-48-0138-048-2022 � Lubbock �7 Preston Smith r000A INTERNATIONAL AIRPORT April 12022 Parkhill Project #01271517 COOP OF�T� 1R / C' Q r...............................! a, d % TESSA R. HAZLETT ,•.•.1...,� 05004� 4/29/2022 Parkhillxom TABLE OF CONTENTS FAA Mandatory Contract Provisions General Provisions Special Provisions FAA AC 150/5370-1OH PART 1— GENERAL CONTRACT PROVISIONS Section 10 Definition of Terms................................................................................................................ 5 Section 20 Proposal Requirements and Conditions................................................................................. 3 Section 30 Award and Execution of Contract.......................................................................................... 2 Section40 Scope of Work....................................................................................................................... 3 Section50 Control of Work..................................................................................................................... 6 Section 60 Control of Materials............................................................................................................... 3 Section 70 Legal Regulations and Responsibility to Public.................................................................... 6 Section 80 Execution and Progress.......................................................................................................... 6 Section 90 Measurement and Payment.................................................................................................... 7 PART 2 — GENERAL CONSTRUCTION ITEMS Item C-100 Contractor Quality Control Program (CQCP)...................................................................... 6 Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control ............................ 3 ItemC-105 Mobilization.......................................................................................................................... 1 PART 3 — SITEWORK Item P-101 Preparation/Removal of Existing Pavements........................................................................ 3 Item P-153 Controlled Low -Strength Material(CLSM).......................................................................... 2 PART 9— MISCELLANEOUS Item P-604 Compression Joint Seals for Concrete Pavements................................................................ 5 Item P-605 Joint Sealants for Pavements................................................................................................. 4 Item P-610 Concrete for Miscellaneous Structures.................................................................................. 5 Item P-620 Runway and Taxiway Marking............................................................................................. 5 PART 13 — LIGHTING INSTALLATION Item L-108 Underground Power Cable for Airports.............................................................................. 10 Item L-110 Airport Underground Electrical Duct Banks and Conduits .................................................. 6 Item L-125 Installation of Airport Lighting Systems.............................................................................. 4 PARKHILL STANDARD SPECIFICATIONS DIVISION MC - MISCELLANEOUS MCMiscellaneous Construction.............................................................................................................. 1 APPENDICES APPENDIX A — CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) APPENDIX B — CONSTRUCTION MANAGEMENT PLAN (CMP) 01271517 TABLE OF CONTENTS TOC - 1 04/22 DESIGN PROFESSIONAL RESPONSIBILITY Specification sections authenticated by my seal and signature are limited to: PART 13 — LIGHTING INSTALLATION Item L-108 Underground Power Cable for Airports.............................................................................. 10 Item L-110 Airport Underground Electrical Duct Banks and Conduits .................................................. 6 Item L-125 Installation of Airport Lighting Systems.............................................................................. 4 01271517 DESIGN PROFESSIONAL RESPONSIBILITY CPC - 1 04/22 p,l A V►�� FAA Airports yQ O �N►srn b, Contract Provision Guidelines for Obligated Sponsors and Airport Improvement Program Projects APPENDIX A - CONTRACT PROVISIONS Contractor must maintain an acceptable cost accounting system. Contractor agrees to provide Owner, 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 Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts, and transcriptions. Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. A AFFIRMATIVE ACTION REQUIREMENT 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 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: 19.6% Goals for female participation in each trade: 6.9% These goals are applicable to all of Contractor's construction work (whether Federal or federally assisted) performed in the covered area. If Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, Contractor also is subject to the goals for both its federally involved and non -federally involved construction. Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting Contractor's goals shall be a violation of the contract, Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Texas, Lubbock County, City of Lubbock. A BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of 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 Contractor must undertake to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time Contractor corrects the breach or Owner elects to terminate the contract. Owner's notice will identify a specific date by which Contractor must correct the breach. Owner may proceed with termination of the contract if Contractor fails to correct the breach by the deadline indicated in Owner's notice. The duties and obligations imposed by 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 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. Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States; b) Installing manufactured products for which 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 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 Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that supports the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver — The cost of the item components and subcomponents produced in the United States is more that 60 percent of the cost of all components and subcomponents of the "item". The required documentation for a Type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100 percent U.S. domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non - domestic products in their entirety). b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using U.S. domestic source product exceeds the total project cost using non -domestic product by 25 percent. The required documentation for a Type 4 of waiver is: a) Detailed cost information for total project using U.S. domestic product b) Detailed cost information for total project using non -domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of 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 Signature Company Name Title A CIVIL RIGHTS - GENERAL GENERAL CIVIL RIGHTS PROVISIONS Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. A6 CIVIL RIGHTS — TITLE VI ASSURANCE Title VI Solicitation Notice: City of Lubbock, Texas, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Compliance with Nondiscrimination Requirements: During the performance of this contract, Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: 1. Compliance with Regulations: Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. Nondiscrimination: Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by Contractor of Contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or 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, 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 Contractor under the contract until Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. Incorporation of Provisions: Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, Contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, Contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally -assisted programs of the Department of Transportation —Effectuation of Title VI of the Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • 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 II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC § § 12131—12189) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • 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). A7 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 § 740-7671q) and the Federal Water Pollution Control Act as amended (33 USC § 1251-1387). Contractor agrees to report any violation to Owner immediately upon discovery. Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. A 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, 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. The Federal Aviation Administration (FAA) or Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause. 4. Subcontractors. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. A9 COPELAND "ANTI -KICKBACK" ACT Contractor must comply with the requirements of the Copeland "Anti -Kickback" Act (18 USC 874 and 40 USC 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. Contractor and each Subcontractor must submit to Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Federal Aviation Administration. A10 DAVIS-BACON REQUIREMENTS 1. Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event Contractor, the laborers, or mechanics to be employed in the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If Contractor does not make payments to a trustee or other third person, Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program: Provided that the Secretary of Labor has found, upon the written request of Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. 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 Contractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to Contractor, Sponsor, Applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and Basic Records. (i) Payrolls and basic records relating thereto shall be maintained by Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 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 l(b)(2)(B) of the Davis -Bacon Act, Contractor shall maintain records that show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the 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 the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, Contractor will submit the payrolls to the applicant, Sponsor, or Owner, as the case may be, for transmission to 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.doLgov/whd/forms/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, Contractor will submit them to the applicant, sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration, Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, Sponsor, or Owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) The payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i), and that such information is correct and complete; (2) Each laborer and mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) Each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) Contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the sponsor, the Federal Aviation Administration, or the Department of Labor and shall permit such representatives to interview employees during working hours on the job. If Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to Contractor, Sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to 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 applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination that provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees, and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as 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 Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC 1001. All DEBARMENT AND SUSPENSION CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offerer /Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If 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. Al2 DISADVANTAGED BUSINESS ENTERPRISE Information Submitted as a matter of bidder responsiveness: Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet Owner's project goal; and 5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. Information submitted as a matter of bidder resoonsibil Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its commitment within five days after bid opening. 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet Owner's project goal; and 5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the [Insert Name of Owner] to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. 113U.,,I1M.1 YI :X"MDOJ31fy1►lxiS041 YYM797K11V Contract Assurance (§ 26.13) — Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation -assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying Contractor from future bidding as non -responsible. Prompt Payment (§26.29) — The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 14 days from the receipt of each payment the prime contractor receives from City of Lubbock, Texas. The prime contractor agrees further to return retainage payments to each subcontractor within 14 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock, Texas. This clause applies to both DBE and non -DBE subcontractors. A13 DISTRACTED DRIVING TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving", (10/l/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, Owner encourages Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 that involve driving a motor vehicle in performance of work activities associated with the project. A14 ENERGY CONSERVATION REQUIREMENTS 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 Not applicable. A16 EQUAL EMPLOYMENT OPPORTUNITY (EEO) EQUAL OPPORTUNITY CLAUSE During the performance of this contract, Contractor agrees as follows: (1) Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency Contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical 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. Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom Contractor has a collective bargaining agreement to refer either minorities or women shall excuse Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by Contractor during the training period and Contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which Contractor's employees are assigned to work. Contractor, where possible, will assign two or more women to each construction project. Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to Contractor by the union or, if referred, not employed by Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which Contractor has a collective bargaining agreement has not referred to Contractor a minority person or female sent by Contractor, or when Contractor has other information that the union referral process has impeded Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to Contractor's employment needs, especially those programs funded or approved by the Department of Labor. Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions, including specific review of these items, with onsite supervisory personnel such superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing Contractor's EEO policy with other contractors and subcontractors with whom Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. in. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which Contractor is a member and participant may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of Contractor. The obligation to comply, however, is Contractor's and failure of such a group to fulfill an obligation shall not be a defense for Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though Contractor has achieved its goals for women generally), Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8. 14. Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). A17 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. Contractor has full responsibility to monitor compliance to the referenced statute or regulation. Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division. A18 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 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 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 (a) Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because 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) Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. A21 PROCUREMENT OF RECOVERED MATERIALS Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, Contractor and subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: 1) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or 2) Contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA -designated items is available at www.epa.gov/smm/comprehensive-procurement- guidelines-construction-products. Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if Contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. Not applicable. A23 SEISMIC SAFETY Not applicable. A24 TAX DELINQUENCY AND FELONY CONVICTIONS 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 Owner about its tax liability or conviction to Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding 24 months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. A25 TERMINATION OF CONTRACT TERMINATION FOR CONVENIENCE (CONSTRUCTION & EQUIPMENT CONTRACTS) Owner may terminate this contract in whole or in part at any time by providing written notice to Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by Owner, Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to Owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work, and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by Owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: 1 ) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; 2) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; 3 ) reasonable and substantiated claims, costs, and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and 4) reasonable and substantiated expenses to Contractor directly attributable to Owner's termination action. Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from Owner's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. TERMINATION FOR DEFAULT (CONSTRUCTION) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights, and remedies associated with Owner termination of this contract due to default of Contractor. A26 TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror — 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contractor subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. Contractor must require subcontractors provide immediate written notice to Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through Owner cancellation of the contract or subcontract for default at no cost to Owner or the FAA. A27 VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), Contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. 12/21/2018 AC 150/5370-1OH Part 1— General Contract Provisions Section 10 Definition of Terms 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 American Association of State Highway and Transportation Officials. 10-02 Access Road Right-of-way, roadway, and all improvements constructed thereon connecting the airport to a public roadway. 10-03 Advertisement A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 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 10-04 Airport 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 Grant-in-aid program, administered by the Federal Aviation Program (AIP) Administration (FAA). Any area of the airport used or intended to be used for the landing, Air Operations Area takeoff, or surface maneuvering of aircraft. An air operation area 10-06 (AOA) 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, loaded, fueled, and/or serviced. 10-08 ASTM International Formerly known as American Society for Testing and Materials ASTM) (ASTM). 10-09 Award Owner's notice to successful bidder of acceptance of submitted bid. Any individual, partnership, firm, or corporation, acting directly 10-10 Bidder or through a duly authorized representative, who submits a proposal for the work contemplated. Area on airport to be used, considered, or intended to be used for 10-11 Building Area airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-12 Calendar Day Every da shown on the calendar. 10-13 Certificate of Analysis Manufacturer's Certificate of Compliance (COC) including all COA applicable test results required by the specifications. Certificate of Manufacturer's certification stating materials or assemblies 10-14 furnished fully comply with requirements of contract. Certificate Compliance (COC) to be si ed by manufacturer's authorized representative. Written order to Contractor covering changes in the plans, 10-15 Change Order 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. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number Written agreement between Owner and Contractor to establish obligations of parties including but not limited to performance of work, furnishing of labor, equipment, materials, and basis of payment. 10-16 Contract 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 Item Specific unit of work for which a price is provided in the contract. Number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time 10-18 Contract Time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed' by that date. Individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the 10-19 Contractor 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 Contractor's QC facilities in accordance with Contractor Quality Control QC Facilities Control Program C CP . Details methods and procedures taken to assure all materials and Contractor Quality Control completed construction required by contract conform to contract 10-21 Program (CQCP) plans, technical specifications, and other requirements, whether manufactured by Contractor, or procured from subcontractors or vendors. Demonstration by Contractor that materials, equipment, and 10-22 Control Strip construction processes result in a product meeting specification require ents. Plan for safety and phasing of a construction project developed by 10-23 Construction Safety and the airport operator or developed by airport operator's consultant Phasing Plan (CSPP) 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 System of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from airport area. Individual, partnership, firm, or corporation duly authorized by 10-25 Engineer Owner to be responsible for engineering, inspection, and/or observation of the contract work and acting directly or through an authorized representative. All machinery, together with the necessary supplies for upkeep 10-26 Equipment and maintenance; and all tools and apparatus necessary for the proper construction and acceptable completion of the work. Item of work not provided for in awarded contract as previously modified by change order or supplemental agreement, but which 10-27 Extra Work is found by Owner's Engineer or Resident Project Representative (RPR) to be necessary to complete the work within the intended sco e of the contract as previously modified. Federal Aviation Administration. When used to designate a 10-28 FAA person, FAA shall mean Administrator or duly authorized representative. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number Federal specifications and standards, commercial item 10-29 Federal Specifications descriptions, and supplements, amendments, and indices prepared and issued by the General Services Administration. a. Contract Force Account - Method of payment to address extra 10-30 Force Account Fork performed by Contractor on a time and material basis. b. Owner Force Account - Work performed for project by Owner's employe s. When, in these specifications or on plans, words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it is understood that direction, requirement, permission, order, designation, or prescription of Engineer/RPR is intended; and similarly, words "approved," "acceptable," "satisfactory," or words of like import, shall mean 10-31 Intention of Terms approved by, or acceptable to, or satisfactory to Engineer/RPR, subject in each case to the final determination of Owner. Any reference to a specific requirement of a numbered paragraph of 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. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. Field lighting 10-32 Lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near airport or to aid in operation of aircraft landing at, taking off from, or taxiing on airport surface. A major contract item shall be any item that is listed in the 10-33 Major and Minor Contract proposal, the total cost of which is equal to or greater than 20% of Items the total amount of the award contract. All other items shall be considered minor contract items. 10-34 Materials Any substances ecified for use in construction of contract work. 10-35 Modification of Any deviation from standard specifications applicable to material Standards (MOS) and construction methods in accordance with FAA Order 5300.1. Written notice to Contractor to begin the actual contract work on 10-36 Notice to Proceed (NTP) a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. Party of the first part or contracting agency signatory to contract. 10-37 Owner Where "Owner" is capitalized in this document, it shall mean airport Sponsor only. Owner for this project is Lubbock Preston Smith International Airport. Per 14 Code of Federal Regulations (CFR) Part 158 and 49 United 10-38 Passenger Facility Charge States Code (USC) § 40117, a PFC is a charge imposed by a public (PFC) agency on passengers enplaned at a commercial service airport it controls. 10-39 Pavement Structure Combined surface course, base course(s), and subbase course(s), if any, onsidered as a single unit. Approved form of security furnished by Contractor and their own 10-40 Payment bond surety as a guaranty that Contractor will pay in full all bills and accounts for materials and labor used in construction of work. Approved form of security furnished by Contractor and their own 10-41 Performance bond surety as a guaranty that Contractor will complete the work in accordance with the terms of the contract. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number Official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be 10-42 Plans done and which are to be considered as a part of contract, supplementary to the specifications. Plans may also be referred to as 'contract drawings.' 10-43 Project The agreed scope of work for accomplishing specific airport development with respect to a particular airport. The written offer of the bidder (when submitted on the approved 10-44 Proposal proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans andspecifications. 10-45 Proposal guaranty The security furnished with a proposal to guarantee that the bidder will enter a contract if their own proposal is accepted by Owner. 10-46 Quality Assurance (QA) Owner's responsibility to assure that construction work completed complies with specifications for payment. Contractor's responsibility to control material(s) and construction 10-47 Quality Control (QC) processes to complete construction in accordance with project specifications. Authorized representative of Engineer/RPR assigned to make all 10-48 Quality Assurance (QA) necessary inspections, observations, tests, and/or observation of Inspector tests of the work performed or being performed, or of the materials furnished or being furnished by Contractor. Quality Assurance (QA) Official quality assurance testing laboratories of Owner or such 10-49 Laboratory other laboratories as may be designated by Engineer or RPR. May also be referred to as Engineer's, Owner's, or QA Laboratory. Individual, partnership, firm, or corporation duly authorized by Owner to be responsible for all necessary inspections, 10-50 Resident Project observations, tests, and/or observations of tests of the contract Representative (RPR) work performed or being performed, or of the materials furnished or being furnished by Contractor and acting directly or through an authorized representative. 10-51 Runway Area on the airport prepared for the landing and takeoff of aircraft. A defined surface surrounding the runway prepared or suitable for 10-52 Runway Safety Area (RSA) 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 Contractor will comply with the CSPP. Document SPCD Part of contract containing written directions and requirements for 10-54 Specifications completing contract work. Standards for specifying materials or testing which are cited in contract specifications by reference shall have same force and effect as if physically included in contract. Defined in 49 USC § 47102(24) as a public agency that submits to 10-55 Sponsor FAA for an AIP grant; or a private Owner of a public -use airport that submits to FAA an application for an AIP grant for the airport. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water 10-56 Structures 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 Soil that forms the pavement foundation. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number Contractor's executive representative who is present on the work 10-58 Superintendent during progress, authorized to receive and fulfill instructions from RPR, and who shall supervise and direct the construction. Written agreement between Contractor and 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 10-59 Supplemental Agreement 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. Corporation, partnership, or individual, other than Contractor, 10-60 Surety executing payment or performance bonds furnished to Owner by Contractor. 10-61 Taxilane Taxiway designed for low -speed movement of aircraft between aircraft parking areas and terminal areas. Portion of air operations area of an airport that designated by 10-62 Taxiway competent airport authority for movement of aircraft to and from the ai ort's runways, aircraft parking areas, and terminal areas. Taxiway/Taxilane Safety Defined surface alongside the taxiway prepared or suitable for 10-63 Area (TSA) reducing the risk of damage to an aircraft. See the construction safety and phasing plan CSPP for limits of the TSA. Furnishing all labor, materials, tools, equipment, and incidentals 10-64 Work necessary or convenient to Contractor's performance of all duties and obligations imposed by contract, plans, andspecifications. Any day other than a legal holiday, Saturday, or Sunday on which normal working forces of Contractor may proceed with regular work for at least six hours toward completion of contract. When 10-65 Working day work is suspended for causes beyond Contractor's control, it will not be counted as a working day. Saturdays, Sundays, and holidays on which Contractor's forces engage in regular work will be considered as working days. 10-66 Owner Defined terms None END OF SECTION 10 Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Section 20 Proposal Requirements and Conditions 20-01 Advertisement (Notice to Bidders). See City of Lubbock, Texas Advertisement. 20-02 Qualification of bidders. Each bidder shall submit evidence of competency and evidence of financial responsibility to perform the work to 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 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 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. 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 form states the time in which the work must be completed, and the amount of the proposal guaranty that must accompany the proposal. Owner will accept only those Proposals properly executed on physical forms or electronic forms provided by Owner. Bidder actions that may cause Owner to deem a proposal irregular are given in paragraph 20-09 Irregular proposals. Mobilization is limited to 8 percent of the total project cost. A prebid conference is required 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. Meeting time, date, and place to be determined. 20-04 Issuance of proposal forms. 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 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 Owner at the time Owner issues the proposal to a prospective bidder. c. Documented record of Contractor default under previous contracts with Owner. d. Documented record of unsatisfactory work on previous contracts with Owner. Section 20 Proposal Requirements and Conditions 12/21/2018 AC 150/5370-1OH 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. 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 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, 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 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. 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 Owner's invitation for bid. It is 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 Owner, or if 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. 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. e. If the proposal is not accompanied by the proposal guaranty specified by Owner. f. If the applicable Disadvantaged Business Enterprise information is incomplete. Section 20 Proposal Requirements and Conditions 2 12/21/2018 AC 150/5370-1OH Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of Owner and conforms to 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 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 Owner in writing or by email 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 request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 Disqualification of bidders. 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 Owner until any such participating bidder has been reinstated by Owner as a qualified bidder. c. If bidder is in "default" for any reason specified in paragraph 20-04, Issuance of Proposal Forms, of this section. 20-15 Discrepancies and Omissions. A Bidder who discovers discrepancies or omissions with the project bid documents shall immediately notify Owner's Engineer of the matter. A bidder that has doubt as to the true meaning of a project requirement may submit to Owner's Engineer a written request for interpretation no later than seven days prior to bid opening. Any interpretation of the project bid documents by Owner's Engineer will be by written addendum issued by Owner. Owner will not consider any instructions, clarifications, or interpretations of the bidding documents in any manner other than written addendum. END OF SECTION 20 Section 20 Proposal Requirements and Conditions 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, 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, Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of 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 Owner's best interests. 30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. If Owner elects to proceed with an award of contract, 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. 30-03 Cancellation of award. 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 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 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 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 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 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 Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to 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 Owner, along with the fully executed surety bond or bonds specified in paragraph 30-05, Requirements of Contract Bonds, of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, Owner shall complete the execution of the contract in accordance with Section 30 Award and Execution of Contract 12/21/2018 AC 150/5370-1OH local laws or ordinances and return the fully executed contract to Contractor. Delivery of the fully executed contract to Contractor shall constitute 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 Owner. END OF SECTION 30 Section 30 Award and Execution of Contract 2 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 Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 Alteration of work and quantities. 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, Owner's Engineer or RPR 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. Supplemental agreements shall also require consent of Contractor's surety and separate performance and payment bonds. If Owner and Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 Omitted items. Owner, Owner's Engineer or RPR may provide written notice to 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, 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, Payment for Omitted Items. 40-04 Extra work. Should acceptable completion of the contract require 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 RPR opinion, is necessary for completion of the extra work. When determined by RPR to be in Owner's best interest, RPR may order Contractor to proceed with extra work as provided in Section 90, paragraph 90-05, Payment for Extra Work. Extra work that is necessary for acceptable completion of the project but is not within the general scope of the work covered by the Section 40 Scope of Work 12/21/2018 AC 150/5370-1OH 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 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, 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 Owner. 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as Contractor's equipment and personnel, is the most important consideration. Contractor shall maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (CSPP). a. It is understood and agreed that 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 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, 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. When the contract requires the maintenance of an existing road, street, or highway during Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, Contractor shall keep the road, street, or highway open to all traffic and shall provide maintenance as may be required to accommodate traffic. Contractor, at their expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by Contractor's equipment and personnel. 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. 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. Unless otherwise specified herein, Contractor will not be required to furnish snow removal for such existing road, street, or highway. 40-06 Removal of existing structures. All existing structures encountered within the established lines, grades, or grading sections shall be removed by Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Resident Project Representative (RPR) shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by RPR in accordance with the provisions of the contract. Except as provided in Section 40, paragraph 40-07, Rights in and Use of Materials Found in the Work, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading Section 40 Scope of Work 2 12/21/2018 AC 150/5370-1OH sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of Owner when so used in the work. 40-07 Rights in and use of materials found in the work. Should Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be embankment, Contractor may at their own option either: a. Use such material in another contract item, providing such use is approved by RPR and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of RPR; or c. Use such material for Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should Contractor wish to exercise option a., b., or c., Contractor shall request RPR approval in advance of such use. Should RPR approve Contractor's request to exercise option a., b., or c., Contractor shall be paid for the excavation or removal of such material at the applicable contract price. Contractor shall replace, at their expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. Contractor shall not be charged for use of such material used in the work or removed from the site. Should RPR approve Contractor's exercise of option a., Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that Contractor shall make no claim for delays by reason of their own exercise of option a., b., or c. Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be made, Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. 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 Contractor has obtained the written permission of the property Owner. END OF SECTION 40 Section 40 Scope of Work 12/21/2018 AC 150/5370-1OH Section 50 Control of Work 50-01 Authority of Resident Project Representative (RPR). RPR has final authority regarding the interpretation of project specification requirements. 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. 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 with the lines, grades, grading sections, cross -sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans, or specifications. If 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 Owner, RPR will advise Owner of their determination that the affected work be accepted and remain in place. RPR will document the determination and recommend to 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 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 Contractor in accordance with RPR written orders. The term "reasonably close conformity" shall not be construed as waiving Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving RPR responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during Contractor's execution of the work, when, in RPR opinion, such compliance is essential to provide an acceptable finished portion of the work. The term "reasonably close conformity" is also intended to provide RPR with the authority, after consultation with the Sponsor and FAA, to use sound engineering 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. RPR will not be responsible for 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. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs Section 50 Control of Work 12/21/2018 AC 150/5370-1OH 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 Contractor discovers any apparent discrepancy within standard test methods, Contractor shall immediately ask RPR for an interpretation and decision, and such decision shall be final. Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event Contractor discovers any apparent error or discrepancy, Contractor shall immediately notify Owner or the designated representative in writing requesting their written interpretation and decision. 50-04 List of Special Provisions. • SP-1 Scope of Work • SP-2 Basis of Contract Award • SP-3 Time and Order of Completion • SP-4 Calendar Day • SP-5 Limitation of Operation • SP-6 Airport Operations Security • SP-7 Contractor's Plant Site, Storage, and Office Area(s) • SP-8 Protection of Property • SP-9 Electric Power and Natural Gas • SP-10 Lines and Grades • SP-I I Water for Construction • SP-12 Material Tests • SP-13 Barricades, Signs, and Hazard Markings • SP-14 Prevention of Air and Water Pollution • SP-15 Progress Schedule • SP-16 Public Convenience and Safety • SP-17 Final Cleaning Up • SP- 18 Insurance • SP-19 Removal and Disposal of Structures, Utilities, and Obstructions • SP-20 Conformity with Plans and Allowable Deviations • SP-21 Removal of Defective and Unauthorized Work • SP-22 Disputed Claims for Extra Work • SP-23 Federal Participation • SP-24Indemnification • SP-25 Opening of Section of Airport to Traffic • SP-26 Contractor's Responsibility for Work • SP-27 Correction of Faulty Work after Final Payment • SP-28 Separate Contracts • SP-29 Shop Drawings and Submittal Procedures • SP-30 Engineer • SP-31 Trench Safety • SP-32 Engineer's Field Office • SP-33 Progress Meetings • SP-34 Aircraft Rescue and Firefighting (ARFF) Notification • SP-35 Geotechnical Information • SP-36 Overhead Equipment Safety Section 50 Control of Work 2 12/21/2018 AC 150/5370-1OH 50-05 Cooperation of Contractor. Contractor shall be supplied with an electronic PDF of the plans and specifications. Contractor shall always have available on construction site one hardcopy each of the plans and specifications. Additional hard copies of plans and specifications may be obtained by Contractor for the cost of reproduction. Contractor shall give constant attention to the work to facilitate the progress thereof and shall cooperate with RPR and their inspectors and with other Contractors in every way possible. Contractor shall always have a competent superintendent on work 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 RPR or their authorized representative. 50-06 Cooperation between Contractors. 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 Owner from 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. 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. 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 Construction layout and stakes. Engineer/RPR shall establish necessary horizontal and vertical control. The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Contractor is responsible for preserving integrity of horizontal and vertical controls established by Engineer/RPR. In case of negligence on the part of Contractor or their employees, resulting in the destruction of any horizontal and vertical control, the resulting costs will be deducted as a liquidated damage against Contractor. Prior to the start of construction, Contractor will check all control points for horizontal and vertical accuracy and certify in writing to RPR that Contractor concurs with survey control established for the project. All lines, grades, and measurements from control points necessary for the proper execution and control of the work on this project will be provided to RPR. Contractor is responsible to establish all layout required for the construction of the project. Copies of survey notes will be provided to RPR for each area of construction and for each placement of material as specified to allow RPR to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. Surveys will be provided to RPR prior to commencing work items that cover or disturb the survey staking. Survey(s) and notes shall be provided in the following format(s): Drawings in .DWG format and point data as .TXT and/or ASCII File, or comparable. 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 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, Contractor is solely responsible for correction, removal, replacement, and all associated costs at no additional cost to Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. Section 50 Control of Work 12/21/2018 AC 150/5370-1OH 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 Contractor. QA Inspectors are authorized to notify 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 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. RPR shall be allowed access to all parts of the work and shall be furnished with such information and assistance by Contractor as is required to make a complete and detailed inspection. If RPR requests it, 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, 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 Contractor's expense. Provide advance written notice to RPR of work Contractor plans to perform each week and each day. Any work done or materials used without written notice and allowing opportunity for inspection by RPR may be ordered removed and replaced at 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 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. 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 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 RPR. Work done contrary to the instructions of RPR, work done beyond the lines shown on the plans or as established by 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 Contractor's expense. Upon failure on the part of Contractor to comply with any order of RPR made under the provisions of this subsection, 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 Contractor. 50-11 Load restrictions. 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 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 Section 50 Control of Work 4 12/21/2018 AC 150/5370-1OH 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. Contractor, at their own expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by Contractor's equipment and personnel. 50-12 Maintenance during construction. 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 always maintained in satisfactory condition. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, 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 Contractor will not be paid an additional amount for such work. 50-13 Failure to maintain the work. Should Contractor at any time fail to maintain the work as provided in paragraph 50-12, Maintenance during Construction, RPR shall immediately notify Contractor of such noncompliance. Such notification shall specify a reasonable time within which Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should Contractor fail to respond to RPR notification, Owner may suspend any work necessary for Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by Owner, shall be recovered as a liquidated damage against Contractor. 50-14 Partial acceptance. If at any time during the execution of the project Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit Owner, Contractor may request RPR to make final inspection of that unit. If RPR finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, RPR may accept it as being complete, and Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by Owner shall not void or alter any provision of the contract. It shall be understood that the warranty period will commence upon final acceptance of the entire Scope of Work. 50-15 Final acceptance. Upon due notice from Contractor of presumptive completion of the entire project, 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. RPR shall notify 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, RPR will notify Contractor and 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, RPR will make the final acceptance and notify Contractor in writing of this acceptance as of the date of final inspection. 50-16 Claims for adjustment and disputes. If for any reason 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, Contractor shall notify RPR in writing of their intention to claim such additional compensation before Contractor begins the work on which Contractor bases the claim. If such notification is not given or RPR is not afforded proper opportunity by Contractor for keeping strict account of actual cost as required, then Contractor hereby agrees to waive any claim for such additional compensation. Such notice by Contractor and the fact that 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, Contractor shall, within Section 50 Control of Work 12/21/2018 AC 150/5370-1OH 10 calendar days, submit a written claim to RPR who will present it to Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 Value Engineering Cost Proposal. Not applicable. END OF SECTION 50 Section 50 Control of Work 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). To expedite the inspection and testing of materials, Contractor shall furnish documentation to RPR as to the origin, composition, and manufacture of all materials to be used in the work. Documentation shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At RPR option, materials may be approved at the source of supply before delivery. If it is found after trial that sources of supply for previously approved materials do not produce specified products, Contractor shall furnish materials from other sources. Contractor shall furnish airport lighting equipment that meets the requirements of the specifications; and is listed in AC 150/5345-53, Airport Lighting Equipment Certification Program and Addendum, that is in effect on the date of advertisement. 60-02 Samples, tests, and cited specifications. All materials used in the work shall be inspected, tested, and approved by RPR before incorporation in the work unless otherwise designated. Any work in which untested materials are used without approval or written permission of RPR shall be performed at Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by RPR, shall be removed at Contractor's expense. Unless otherwise designated, quality assurance tests will be made by and at the expense of Owner in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), federal specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids. The testing organizations performing on -site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of RPR. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to Contractor's representative at their request after review and approval of RPR. A copy of all Contractor QC test data shall be provided to RPR daily in electronic format. After completion of the project, and prior to final payment, Contractor shall submit a final report to RPR showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. Contractor shall employ a Quality Control (QC) testing organization to perform all Contractor required QC tests in accordance with Item C-100 Contractor Quality Control Program (CQCP). 60-03 Certification of compliance/analysis (COC/COA). RPR may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's COC stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. The COA is the manufacturer's COC and includes all applicable test results. Section 60 Control of Materials 12/21/2018 AC 150/5370-1OH Materials or assemblies used based on certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by RPR. When a material or assembly is specified by "brand name or equal" and Contractor elects to furnish the specified "or equal," Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality, or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. RPR shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. RPR reserves the right to refuse permission for use of materials or assemblies based on certificates of compliance. 60-04 Plant inspection. RPR or their authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly. Should RPR conduct plant inspections, the following conditions shall exist: a. RPR shall have the cooperation and assistance of Contractor and the producer with whom Contractor has contracted for materials. b. RPR shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by RPR, Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Place office or working space in a convenient location with respect to the plant. It is understood and agreed that Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. RPR shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 Engineer/RPR field office. Contractor shall provide dedicated space for Engineer, RPR, and inspector use as a field office for Project duration of the. This space shall be located conveniently near the construction and shall be separate from any space used by Contractor. Contractor shall furnish water, sanitary facilities, heat, air conditioning, and electricity. 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. Contractor shall coordinate the storage of all materials with 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 plans/CSPP, the storage of materials and the location of Contractor's plant and parked equipment or vehicles shall be as directed by RPR. Private property shall not be used for storage purposes without written permission of Owner or lessee of such property. Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, Contractor shall furnish 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 Contractor at their expense, except as otherwise agreed to (in writing) by Owner or lessee of the property. Section 60 Control of Materials 2 12/21/2018 AC 150/5370-1OH 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. Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by RPR. Rejected material or assembly, the defects of which have been corrected by Contractor, shall not be returned to the site of the work until such time as RPR has approved its use in the work. 60-08 Owner furnished materials. Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by Owner. Owner -furnished materials shall be made available to 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, Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during Contractor's handling, storage, or use of such Owner -furnished material. Owner will deduct from any monies due or to become due Contractor any cost incurred by Owner in making good such loss due to Contractor's handling, storage, or use of Owner -furnished materials. 1040 ZII W X40 I DIM?III Section 60 Control of Materials 12/21/2018 AC 150/5370-1OH Section 70 Legal Regulations and Responsibility to Public 70-01 Laws to be observed. 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. Contractor shall always observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify 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 Contractor or Contractor's employees. 70-02 Permits, licenses, and taxes. 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 Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. Contractor and the surety shall indemnify and hold harmless Owner, any third parry, 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 Owner for any costs, expenses, 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. 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 such construction, reconstruction, or maintenance has been coordinated with Owner, such authorized work (by others) must be shown on the plans and is indicated as follows: Not applicable. Except as listed above, 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 RPR. Should 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, 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 RPR, 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 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 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. Contractor's worksite and facilities shall comply with applicable federal, state, and local requirements for health, safety, and sanitary provisions. Section 70 Legal Regulations and Responsibility to Public 12/21/2018 AC 150/5370-1OH 70-07 Public convenience and safety. 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. 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. Contractor shall remove or control debris and rubbish resulting from its work operations at frequent intervals, and upon the order of RPR. If RPR determines the existence of Contractor debris in the work site represents a hazard to airport operations and Contractor is unable to respond in a prompt and reasonable manner, 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 Contractor. 70-08 Construction Safety and Phasing Plan (CSPP). 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. CSPP is on sheets G-008 through G-024 of the project plans and included in Appendix B. 70-09 Use of explosives. The use of explosives is not permitted on this project. 70-10 Protection and restoration of property and landscape. 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 Engineer/RPR has witnessed or otherwise referenced their location and shall not move them until directed. 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 Contractor, 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 Contractor shall make good such damage or injury in an acceptable manner. 70-11 Responsibility for damage claims. Contractor shall indemnify and hold harmless Engineer/RPR and 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 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 Contractor under and by virtue of their own contract considered necessary by Owner for such purpose may be retained for the use of 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 Owner, except that money due Contractor will not be withheld when 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 Section 70 Legal Regulations and Responsibility to Public 2 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 Contractor to complete portions of the contract work for the beneficial occupancy of 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, Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. See phasing detail contained in the Construction Safety and Phasing Plan (CSPP) in Appendix A. Upon completion of any portion of work listed above, such portion shall be accepted by Owner in accordance with Section 50, paragraph 50-14, Partial Acceptance. No portion of the work may be opened by Contractor until directed by 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 RPR, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered 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 Owner shall be repaired by Contractor at their expense. 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. 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 sections of work to traffic. 70-14 Contractor's responsibility for work. Until RPR 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, 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. 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 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, Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. 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, 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, Contractor shall cooperate with Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by Owner to construct, reconstruct, or maintain such utility services or facilities during the Section 70 Legal Regulations and Responsibility to Public 12/21/2018 AC 150/5370-1OH progress of the work. In addition, Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. 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. 1. Lubbock Preston Smith International Airport Deputy Director: Steve Nicholson, 806.775.2036 2. FAA: Brandon Brown, 806.766.6401 3. Lubbock Power and Light: Lee Roy Martinez, 806.789.5602 4. Atmos Energy: Dale Broadstreet, 806.548.1895 5. City of Lubbock Water Utilities: Josh Kristinek, 806.775.3397 It is understood and agreed that 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 Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that Contractor shall, upon execution of the contract, notify 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 RPR. In addition to the general written notification provided, it shall be the responsibility of 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, Contractor shall again notify each such Owner of their plan of operation. If, in Contractor's opinion, Owner's assistance is needed to locate the utility service or facility or the presence of a representative of 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 Contractor's commencement of operations in such general vicinity. Contractor shall furnish a written summary of the notification to RPR. Contractor's failure to give the two days' notice shall be cause for Owner to suspend 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, Contractor shall be required to use hand excavation methods within 3 feet of such outside limits at such points as may be required to ensure protection from damage due to Contractor's operations. Should Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, Contractor shall immediately notify the proper authority and RPR and shall take all reasonable measures to prevent further damage or interruption of service. Contractor, in such events, shall cooperate with the utility service or facility owner and RPR continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. 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. Owner reserves the right to deduct such costs from any monies due or which may become due Contractor, or their own surety. 70-15.1 FAA facilities and cable runs. Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. Contractor, during the execution of the project work, shall comply with the following: Section 70 Legal Regulations and Responsibility to Public 4 12/21/2018 AC 150/5370-1OH a. Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical Operations/System Support Center (SSC) Point -of -Contact through the airport Owner a minimum of seven calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If execution of the project work requires a facility outage, Contractor shall contact the FAA Point - of -Contact a minimum of 72 hours prior to the time of the required outage. d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by Contractor's equipment or personnel whether by negligence or accident will require Contractor to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. Contractor shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA. e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point -of -Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point -of -Contact as a condition of acceptance by Owner. Contractor is hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA, Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 Furnishing rights -of -way. Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of 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 Engineer, RPR, their authorized representatives, or any officials of Owner either personally or as an official of Owner. It is understood that in such matters they act solely as agents and representatives of Owner. 70-18 No waiver of legal rights. Upon completion of the work, Owner will expeditiously make final inspection and notify Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall Owner be precluded or stopped from recovering from Contractor or their surety, or both, such overpayment as may be sustained, or by failure on the part of Contractor to fulfill their obligations under the contract. A waiver on the part of Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. Contractor, without prejudice to the terms of the contract, shall be liable to Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards Owner's rights under any warranty or guaranty. 70-19 Environmental protection. Contractor shall comply with all federal, state, and local laws and regulations controlling pollution of the environment. 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, 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 Contractor encounter, during their operations, any building, part of a building, structure, or object that is incongruous with its surroundings, Contractor shall immediately cease operations in that location Section 70 Legal Regulations and Responsibility to Public 12/21/2018 AC 150/5370-1OH and notify RPR. RPR will immediately investigate Contractor's finding and Owner will direct Contractor to either resume operations or to suspend operations as directed. Should Owner order suspension of Contractor's operations in order to protect an archaeological or historical finding, or order 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. Refer to the City of Lubbock, Texas policies. END OF SECTION 70 Section 70 Legal Regulations and Responsibility to Public 12/21/2018 AC 150/5370-1OH Section 80 Execution and Progress 80-01 Subletting of contract. Owner will not recognize any subcontractor on the work. Contractor shall always, 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 Resident Project Representative (RPR). Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. Should Contractor elect to assign their contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of Owner, and shall be consummated only on the written approval of Owner. Contractor shall provide copies of all subcontracts to 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, phone, 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). Owners notice to proceed will state the date on which contract time commences. Contractor is expected to commence project operations within 10 days of the NTP date. Contractor shall notify RPR at least 24 hours in advance of the time contract operations begins. Contractor shall not commence any actual operations prior to the date on which the notice to proceed is issued by Owner. 80-03 Execution and progress. Unless otherwise specified, Contractor shall submit their coordinated construction schedule showing all work activities for RPR review and acceptance at least 10 days prior to the start of work. Contractor's progress schedule, once accepted by RPR, will represent Contractor's baseline plan to accomplish the project in accordance with the terms and conditions of the Contract. RPR will compare actual Contractor progress against the baseline schedule to determine that status of Contractor's performance. 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 Contractor falls significantly behind the submitted schedule, Contractor shall, upon RPR 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, Contractor shall notify RPR at least 24 hours in advance of resuming operations. Section 80 Execution and Progress 12/21/2018 AC 150/5370-1OH Contractor shall not commence any actual construction prior to the date on which the NTP is issued by Owner. The project schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified. 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. Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 80-04 Limitation of operations. 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 Contractor to conduct their operations within an AOA of the airport, the work shall be coordinated with airport operations (through RPR) at least 48 hours prior to commencement of such work. Contractor shall not close an AOA until so authorized by 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 Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), 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 Contractor's operations in the AOA until satisfactory conditions are provided. The areas of the AOA identified in the Construction Safety Phasing Plan (CSPP) and as listed below, cannot be closed to operating aircraft to permit Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: 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. Contractor shall prepare and submit a SPCD that details how it proposes to comply with the requirements presented within the CSPP. Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. Contractor shall conduct routine checks to assure compliance with the safety plan measures. Contractor is responsible to Owner for the conduct of all subcontractors it employs on the project. 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 Owner. The necessary coordination actions to review Contractor proposed modifications to an approved CSPP or approved SPCD can require a significant amount of time. Section 80 Execution and Progress 2 12/21/2018 AC 150/5370-1OH 80-05 Character of workers, methods, and equipment. 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 Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of RPR, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of RPR, be removed immediately by Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of RPR. Should Contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper execution of the work, RPR may suspend the work by written notice until compliance with such orders. 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 Contractor in accomplishing the work are not prescribed in the contract, 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 RPR. If Contractor desires to use a method or type of equipment other than specified in the contract, Contractor may request authority from 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 Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, RPR determines that the work produced does not meet contract requirements, Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. Contractor shall remove any deficient work and replace it with work of specified quality or take such other corrective action as 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. Owner shall have the authority to suspend the work wholly, or in part, for such period or periods 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 Contractor to carry out orders given or perform any or all provisions of the contract. If Contractor is ordered by Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which Contractor has no control, 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 RPR within the time stated in RPR order to resume work. Contractor shall submit with their own claim information substantiating the amount shown on the claim. RPR will forward Contractor's claim to Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling Contractor to compensation for delays due to inclement weather or for any other delay provided for in the contract, plans, or specifications. Section 80 Execution and Progress 12/21/2018 AC 150/5370-1OH If it becomes necessary to suspend work for an indefinite period, Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. 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. Number of calendar days shall be stated in proposal and contract and known as Contract Time. If Contract time requires extension for reasons beyond Contractor control, adjust 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 Owner's orders to suspend and resume all work, due to causes not the fault of 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 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 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 services that will be incurred by Owner should Contractor fail to complete the work in the time provided in their contract. Section 80 Execution and Progress 4 12/21/2018 AC 150/5370-1OH Phase Liquidated Damages Cost Per Day Allowed Construction Time 1 $2,650 30 2 $2,650 21 3 $2,650 14 4 $2,650 4 5 $2,650 25 6 $2,650 18 7 $2,650 18 g $2,650 16 9 $2,650 17 10 $2,650 14 11 $2,650 21 12 $2,650 20 13 $2,650 15 14 $2,650 18 15 $2,650 12 SUBSTANTIAL COMPLETION 263 Punch List $2,650 10 FINAL COMPLETION 273 The maximum construction time allowed for 15 phases will be the sum of the time allowed for individual phases, but not more than 273 calendar days. Permitting 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 Owner of any of its rights under the contract. 80-09 Default and termination of contract. Contractor shall be considered in default of their contract and such default will be considered as cause for Owner to terminate the contract for any of the following reasons, if 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 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. Section 80 Execution and Progress 12/21/2018 AC 150/5370-1OH Should Owner consider Contractor in default of the contract for any reason above, Owner shall immediately give written notice to Contractor and Contractor's surety as to the reasons for considering Contractor in default and Owner's intentions to terminate the contract. If Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then Owner will, upon written notification from RPR of the facts of such delay, neglect, or default and 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 Contractor. 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 RPR will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due Contractor. If such expense exceeds the sum which would have been payable under the contract, then Contractor and the surety shall be liable and shall pay to Owner the amount of such excess. 80-10 Termination for national emergencies. Owner shall terminate the contract or portion thereof by written notice when Contractor is prevented from proceeding with the construction contract as a 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 Contractor. Acceptable materials, obtained or ordered by Contractor for the work not incorporated in work, shall, at the option of Contractor, be purchased from Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by RPR. Termination of the contract or a portion thereof shall neither relieve 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. Contractor shall obtain approval from 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. Contractor shall plan and coordinate work in accordance with the approved CSPP and SPCD. END OF SECTION 80 Section 80 Execution and Progress 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 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 practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by RPR. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. 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. When requested by Contractor and approved by RPR in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for -payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by RPR and shall be agreed to by Contractor before such method of measurement of pay quantities is used. Measurement and Payment Terms Term Description Excavation and Embankment In computing volumes of excavation, the average end area method will be used unless Volume otherwise specified. "Ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, independently Measurement and certified scales by competent, qualified personnel at locations designated by RPR. If Proportion by material is shipped by rail, the car weight may be accepted provided that only the actual Weight 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 RPR directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be Measurement by of any size or type acceptable for the materials hauled, provided that the body is of such Volume 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. Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH Term Description Asphalt materials will be measured by the gallon (liter) or ton. When measured by volume, such volumes will be measured at 60°F or will be corrected to the volume at 60°F using ASTM D1250 for asphalts. Net certified scale weights or weights based on certified Asphalt Material volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when asphalt material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When asphalt materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, will be used for computing uantities. Cement Cement will be measured by the ton or hundredweight. Structure Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Measured by the thousand feet board measure (MFBM) actually incorporated in the Timber structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. Thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, Plates and Sheets metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. 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, Miscellaneous Items etc., such identification will 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 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 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. Contractor shall have the scales checked under the observation of 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. The use of spring balances will not be permitted. In the event inspection reveals the scales have been "overweighing" (indicating more than Scales 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 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 RPR can safely and conveniently view them. Scale installations shall have available ten standard 50-pound 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 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 Rental 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 or Extra Work. Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH Term Description 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 Pay Quantities specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by 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. 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" 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, 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 Quantities, will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by 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, RPR shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of Owner. Should RPR omit or order nonperformance of a contract item or portion of such item from the work, Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to RPR order to omit or non -perform such contract item. Acceptable materials ordered by Contractor or delivered on the work prior to the date of RPR order will be paid for at the actual cost to Contractor and shall thereupon become the property of Owner. In addition to the reimbursement hereinbefore provided, Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of RPR order. Such additional costs incurred by Contractor must be directly related to the deleted contract item and shall be supported by certified statements by 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 Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by 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 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, 5 percent of such total amount will be deducted and retained by Owner for protection of Owner's interests. Unless otherwise instructed by Owner, the Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH amount retained by Owner will be in effect until the final payment is made except as follows: Contractor may request release of retainage on work that has been partially accepted by Owner in accordance with Section 50-14. Contractor must provide a certified invoice to RPR that supports the value of retainage held by Owner for partially accepted work. b. Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after Contractor has received a partial payment. Contractor must provide 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 Owner. When 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. c. When at least 95% of the work has been completed to the satisfaction of RPR, RPR shall, at Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to Contractor. It is understood and agreed that 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 RPR to be a part of the final quantity for the item of work in question. No partial payment shall bind 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. Contractor shall deliver to 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, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees 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 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 RPR at or on an approved site. b. Contractor has furnished RPR with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. Contractor has furnished RPR with satisfactory evidence that the material and transportation costs have been paid. Section 90 Measurement and Payment 4 12/21/2018 AC 150/5370-1OH d. Contractor has furnished Owner legal title (free of liens or encumbrances of any kind) to the material stored or stockpiled. e. Contractor has furnished 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 Owner's payment for such stored or stockpiled materials shall in no way relieve 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. 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 Contractor option, if an Owner withholds retainage in accordance with the methods described in paragraph 90-06 Partial Payments, Contractor may request that Owner deposit the retainage into an escrow account. Owner's deposit of retainage into an escrow account is subject to the following conditions: a. Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to Owner. b. Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. Contractor shall enter into an escrow agreement satisfactory to Owner. d. Contractor shall obtain the written consent of the surety to such agreement. 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, RPR will prepare the final estimate of the items of work actually performed. Contractor shall approve RPR final estimate or advise RPR of 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. Contractor and RPR shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of Contractor's receipt of RPR final estimate. If, after such 30-day period, a dispute still exists, Contractor may approve RPR estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by Owner as a claim in accordance with Section 50, paragraph 50-16, Claims for Adjustment and Disputes. After Contractor has approved, or approved under protest, RPR final estimate, and after RPR 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 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 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 Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due Contractor will be paid pursuant to a supplemental final estimate. Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH 90-10 Construction warranty. a. In addition to any other warranties in this contract, 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 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 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 Owner takes possession; however, this will not relieve Contractor from corrective items required by the final acceptance of the project work. c. Contractor shall remedy at Contractor's expense any failure to conform, or any defect. In addition, Contractor shall remedy at Contractor's expense any damage to Owner real or personal property, when that damage is the result of Contractor's failure to conform to contract requirements; or any defect of equipment, material, workmanship, or design furnished by Contractor. d. Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. Owner will notify Contractor, in writing, within seven days after the discovery of any failure, defect, or damage. f. If Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at Contractor's expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, 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 Owner, as directed by Owner; and (3) enforce all warranties for the benefit of Owner. h. This warranty shall not limit Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 Contractor Final Project Documentation. Approval of final payment to Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until RPR approves Contractor's final submittal. Contractor shall: a. Provide two copies of all manufacturer's 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). Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH k. Security for Construction Warranty. 1. Equipment commissioning documentation submitted, if required. m. Provide a certified affidavit from all subcontractors and major material suppliers indicating they have been paid. END OF SECTION 90 Section 90 Measurement and Payment SPECIAL PROVISIONS SP-1 SCOPE OF WORK The work to be accomplished under these specifications, including plans, consists of construction work for LBB Airfield -Wide Joint Seal, including but not limited to removal and replacement of ioint seal material in concrete pavements (self -leveling silicon and compression seal). Project involves beveling concrete joints as part of Base Bid and Alternative Items. Project also involves relocation of hold position signs on RWY 17R-35L as well as removal and replacement of hold position markings. All labor, materials, and equipment necessary to complete the work called for in these specifications and shown on plans shall be furnished by Contractor. Payment for the various items of work will be made as specified under various payment paragraphs of the technical sections. SP-2 BASIS OF CONTRACT AWARD Award of this contract will be made based on lowest responsive/responsible bidder. Refer to the City of Lubbock boiler plate documents for additional information. SP-3 TIME AND ORDER OF COMPLETION The construction covered by these specifications shall be completed (final completion) as defined in Section 80-08 of the General Provisions. Contractor may commence work upon receipt of the executed contract and commence work not later than the 10' day after the date of the Notice to Proceed. Contractor will be permitted to prosecute certain portions of the work in order and manner of own choosing to the best interest of the project. However, work shall be conducted in such manner and with such materials, equipment and labor as may be required to ensure completion in accordance with the plans and specifications within time stated in the Proposal and in the Contract. Contractor shall furnish Engineer with his proposed progress schedule and Quality Control Plan for approval by Engineer before work is commenced on the project. Other contractors may be performing work for Owner in the same general area as that covered under this contract. Contractor shall be expected to coordinate work with the work of other contractors as may be required to ensure all work can be carried out with the least possible interference with operation of other contractors or Owner. Contractor's coordination with other contractors shall require the approval of Engineer. Engineer reserves the right to control and direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. Contractor shall be responsible for scheduling and implementing various separate construction operations involved in construction of improvements included in this project. Completion shall be within the time frames specified herein. Contractor will prepare and submit for review his recommended phasing/scheduling plan in accordance with the following general guidelines. Liquidated damages will be assessed for delayed completion in amount shown in General Provisions Section 80-08. 01271517 SPECIAL PROVISIONS 04/22 Stormwater pollution prevention plan measures shall be in place and complete before commencement of any construction work. Staging area preparation and construction will need to be performed prior to work or as approved by Engineer. In all phases of work, Contractor shall keep all equipment, personnel, etc. clear of protected surfaces on the airfield as shown in "imaginary surfaces" detail in the plans and in the appendix of these specifications. Any deviation from the noted sequences of construction must be submitted by Contractor in writing and will require the prior approval of Engineer and Owner. Contractor shall schedule work well in advance of actual operations and keep Engineer advised of this schedule so close coordination can be maintained with Director of Aviation. Portions of the runways and taxiways may be closed as required for proper execution of work, but at least 14 days' notice will be required before closing any portion of a runway or taxiway. SP-4 CALENDAR DAY Time for project completion and for liquidated damages shall be in accordance with specification provisions. A calendar day is defined as every day shown on calendar. Valid weather days will be considered by Engineer. SP-5 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of Engineer. Contractor shall be required to submit a schedule of operations to Engineer for approval. Contractor shall not commence new work to the prejudice of work already started. Contractor shall take all precautions necessary to ensure the safety of operating aircraft and their passengers as well as that of his own equipment and personnel. Special considerations shall be given to flight schedules and other aircraft operations. Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport area. Contractor shall provide all such equipment with a flag on a staff attached to equipment so flag will be readily visible. The flag shall be not less than three feet square consisting of a checkered pattern of international orange and white squares of not less than one foot on each side. During nighttime work (if applicable), Contractor shall provide such equipment with approved flashing lights so attached to the equipment that the lights will be readily visible. Contractor shall make his own estimate of all difficulties to be encountered. Equipment not actually in operation shall be kept clear of landing areas; personnel shall not enter areas of the airport where aircraft are operating without specific permission. Nighttime construction activities must be coordinated with Engineer. All operations shall be coordinated, through Engineer, with Director of Aviation, to the end that no interference with aircraft traffic on active runways, taxiways or aprons will result from Contractor operations, except as specified. Construction activities will not be allowed within the safety area of any active runway or taxiway. Contractor shall, at a minimum, use the procedures required in AC 150/5370-2G (or latest version) for construction within AOA. Safety areas for runways, taxiways, and taxilanes can be obtained from Owner or Engineer if necessary. Contractor shall maintain flagmen, as may be required, to direct construction traffic if necessary for such traffic to cross or travel along any active taxiway or runway. Traffic shall be directed away from these facilities when possible and no traffic shall ever cross an active runway or taxiway without proper clearance from the control tower. Trenches, "drop offs," and manhole excavations within the limits of the safety area of any airfield paving shall be backfilled as outlined in these specifications by the end of the workday or work period. Excavations outside the 01271517 SPECIAL PROVISIONS 04/22 safety areas of any active airfield paving shall be barricaded as outlined in these specifications to the satisfaction of Engineer by the end of each workday or work period. All excavations shall be backfilled as soon as practicable. No open excavations shall be allowed within the safety area of any active airfield pavement unless otherwise approved by Owner and Engineer. FAA considers any deviation of more than 3 inches above or below existing grade to be a hazard to aircraft operations. FAA may issue warnings or fine the Airport for these violations. Such fines as may be handed out by FAA as a result of Contractor activities shall be considered Contractor responsibility, and be promptly paid by Contractor, at his sole expense. Contractor shall schedule his work well in advance of actual operations and keep Engineer advised of this schedule so that close coordination can be maintained with Director of Aviation. Runways and taxiways will be closed as required for proper execution of the work as provided in herein. Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint himself with the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by Contractor's workmen shall result in the discharge of such men in accordance with General Conditions. Continued violations of safety rules and regulations by Contractor, after having been notified of such violations by Engineer, shall constitute grounds for suspending Contractor's operations until steps are taken that will insure a safe operation. Contractor shall be required to equip vehicles used by his project superintendent and project foremen on the project with radio receiver/transmitters for monitoring/maintaining direct communication with FAA control tower at Lubbock Preston Smith International Airport. Contractor will provide a minimum of two radios, as specified herein. At project completion, Contractor shall transfer ownership of the two specified radios, chargers, and attachments to Owner. The radios shall be delivered to Owner in good working condition. The cost of the two radios, chargers, and attachments will be considered a subsidiary obligation of Contractor under this project, and no separate, direct payment will be made. The radios to be provided shall consist of two Icom America, Model IC- A6 (or latest equivalent model), with AC charger, DC charger, carrying case, flexible antenna, headset adapter cable, headset desk charger, multi - charger, and two 760 mAH heavy rechargeable battery packs. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Contractor shall always monitor ground control when within Airport Operations Area. Radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, taxiway, portion of the Aircraft Movement Area or apron, or as directed by Engineer. Contractor is required to provide enough radios to maintain communication in all areas of work. Contractor shall provide an area for parking all equipment not being used for construction purposes and parking of employee vehicles. This area shall be located away from the operational area of the airport in an area approved by Engineer and Director of Aviation. No unauthorized employees or unauthorized vehicles will be allowed within the operational area of the airport. Hauling routes shall not be along or across any paved airport street, road, apron, taxiway, or runway without specific written authorization from Engineer and Director of Aviation. Any damage incurred by Contractor equipment shall be repaired by and at Contractor expense, and as required by Engineer and Director of Aviation. Contractor shall not permit water to stand in any excavation adjacent to existing pavements. To ensure compliance with this requirement, Contractor shall always maintain at the site not less than two dewatering pumps in good working condition that any excavation adjacent to existing pavements is open. No work other than dewatering operations will be permitted on the project at any time water is standing in open excavations. Contractor shall maintain pavement surfaces which are allowed to be used as hauling routes, in a clean condition, as determined by Director of Aviation. Successful Bidder shall be subject to a pre -award review by Office of Compliance and Security, Equal Opportunity Division, Federal Aviation Administration, to determine previous compliance status of Contractor. 01271517 SPECIAL PROVISIONS 04/22 Contractor shall be subject to a preconstruction conference to discuss phasing and project safety control after award of contract. If Contractor would like to amend the proposed phasing plan it will be discussed, reviewed, and approved or modified at this meeting. SP-6 AIRPORT OPERATIONS SECURITY SP-6.1 General Airport security is a vital part of Contractor responsibilities during this project. The following security guidelines and the rules and regulations of the LBB Operations Department (LBB OPS) and the Transportation Security Administration (TSA) shall always be followed by Contractor and Contractor employees, subcontractors, suppliers, and representatives during the execution of this project. Contractor shall be directly responsible for all fines or penalties levied against the Airport as a result of any breach of security or safety caused by Contractor or Contractor employees, subcontractors, suppliers, or representatives. SP-6.2 Airport Operations Area (AOA) Airport operations area (AOA) shall be defined as any portion of Airport property normally secured against unauthorized entry. AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. When necessary to cross pavement surface on the airfield, the Contractor shall inspect all paved surfaces for Foreign Object Debris (FOD), daily and prior to reopening pavement surface to air traffic. DO NOT leave access under secure fence at any time. SP-6.3 Airport OOperations-Issued Security Badees Contractor is responsible for obtaining a photo -identification security badge issued by LBB Operations for each supervisor or foreman of each work crew working within the AOA. Contractor shall obtain LBB Operations security badges for at least one member of each work crew working in separate areas of the AOA. For Phase 11, all Contractor employees are required to be badged by the LBB Security Office for work within the Cargo Ramp Area. It is the intent of these specifications that all individuals responsible to Contractor, including Contractor employees, subcontractors, suppliers, or representatives, either obtain and display an LBB Operations security badge or Contractor -issued identification badge, as specified herein, AND be escorted or directly supervised by an individual displaying a current LBB Operations security badge. Contractor may obtain LBB Operations security badges from Operations Department at the LPSIA Airport. LBB Operations reserves the right to limit the number of security badges issued to Contractor. LBB Operations will charge Contractor a $ 20 fee for each security badge issued. The cost for a fingerprint verification will be an additional $30. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. LBB Operations security badges shall always be worn in an easily visible location on the person issued the badge while working within the AOA. The badge holder shall be familiar with and shall obey all security and safety rules and regulations. LBB Operations security badge may be confiscated, and all security rights revoked by LBB Operations upon the breach of any security or safety regulations at the discretion of Operations. The holder of an LBB Operations security badge shall surrender the badge at the completion of this project, upon transfer or termination of employment, or at any other time at the request of LBB Operations. Contractor shall conduct a background check of each applicant for an LBB Operations security badge utilizing standard background check forms provided by LBB Operations. Contractor is responsible for completing required forms and submitting the forms to LBB Operations for review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall be available through Director of Aviation's office after award of project. The background check shall show proof of a minimum five-year employment record and will be reviewed by LBB Operations. LBB Operations shall be responsible for reviewing background checks. Only persons whose application is approved by LBB Operations shall be issued security badges. LBB Operations reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of LBB Operations, a risk to AOA security or safety. 01271517 SPECIAL PROVISIONS 4 04/22 At project completion, Contractor shall return all LBB Operations -issued security badges to LBB Operations. Operations will charge an additional $100 fee for each lost or destroyed LBB Operations -issued security badge if not replaced. If lost badge is to be replaced, LBB operations will charge a $120 fee. All LBB Operations -issued security badges must be accounted for and surrendered at project completion. Failure to account for and surrender all LBB Operation -issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SP-6.4 Contractor -Issued Identification Badges Contractor shall be responsible for the identification of each Contractor employees, subcontractors, suppliers, and representatives while these individuals operate within the AOA. Contractor shall be responsible for issuing identification badges to each Contractor employees, subcontractors, suppliers, and representatives operating within the AOA. Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and phone number of each person issued a badge. Contractor record of all employees issued an identification badge shall be made available upon the request of LBB Operations, Director of Aviation, or Engineer. The format and content of Contractor -issued identification badge shall be approved by LBB Operations prior to issuing. The identification badge shall display Contractor's company name, employee's name, and badge's effective and expiration dates, and be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall always be worn in an easily visible location on the person issued the badge while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual but be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued identification badges shall be renewed by the Contractor every 30 days during the project construction period. Contractor shall be responsible for all Contractor -issued identification badges. All expired identification badges or badges invalidated by termination of the holder's employment, completion of construction activities, or other reasons, shall be confiscated by Contractor and retained by Contractor until the end of the project. It shall be Contractor responsibility to record and account for all Contractor -issued identification badges. All identification badges issued by Contractor during the project and the records of said badges shall be transferred to the possession of LBB-Operations at the completion of the project. Contractor -issued identification badge does not allow unlimited access to all areas within AOA but will permit only escorted or directly supervised access to only those portions of AOA under construction by Contractor. Every individual operating within AOA shall always display LBB Operations -issued security badge or a Contractor -issued identification badge. All individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors, suppliers, or representatives, must always be escorted or directly supervised by an individual bearing a valid LBB Operations -issued security badge while within the AOA. Persons within the AOA not possessing a valid LBB Operations -issued security badge or escorted or directly supervised by an individual possessing a valid LBB Operations -issued security badge, shall be considered in violation of LBB Operations security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LBB Operations security arrangements. SP-6.5 Contractor's Entrance Gate Adjacent to Contractor's entrance gate, outside the AOA, Contractor shall provide a parking area for Contractor's employee's personal automobiles. The limits of this parking/storage area shall be as directed by Engineer. At completion of this project, any damage done by Contractor to this area shall be repaired to the satisfaction of the Engineer at no additional cost to the Owner. Repairs shall include, but not be limited to, regrading, and reseeding or repaving any damaged areas. 01271517 SPECIAL PROVISIONS 04/22 Contractor shall be responsible for and shall control all movement through Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by Contractor, gate shall be securely locked by Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, Contractor shall provide Director of Aviation and the LBB Operations with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess a LBB Operations -issued security badge. If this security arrangement is desired and approved, the gate shall be manned by the watchguard if the gate remains open. The watchguard shall be Contractor's representative and responsible for all movement through the gate. Again, only authorized persons and vehicles shall be allowed by Contractor's watchguard to enter the AOA. At Contractor option, and upon approval of Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. SP-6.6 Vehicle Escorts All vehicles responsible to Contractor, such as supplier's vehicles, entering the AOA shall be escorted by an approved Contractor escort vehicle from the point of AOA entry to the construction site. The escort vehicle shall be clearly identified with standard FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with Contractor name. The escort vehicle will be responsible for leading supply, delivery, or other vehicles across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle shall be approved for, shall be issued, and shall display an LBB Operations security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures and trained to drive in the Aircraft Movement Areas. The escort vehicle shall be equipped with an FAA radio, as specified herein, and the driver of the escort vehicle shall be familiar with the FAA radio and its operation and shall obey all instructions from the Air Traffic Control Tower. SP-6.7 Challenging Unauthorized Personnel or Vehicles Contractor and Contractor employees, subcontractors, suppliers, and representatives who have been issued an LBB Operations security badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LBB Operations security badge, or who cannot produce a valid LBB Operations security badge, or who is not under escort or under the direct supervision of a person possessing a valid LBB Operations security badge. The challenge shall 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, LBB Operations shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until LBB Operations arrive. Any expired or altered badge or any badge bearing a photograph not matching bearer, shall be brought to the attention of LBB Operations and be immediately confiscated by Operations or Director of Aviation. SP-6.8 Cranes or Hoists Any construction activity utilizing a crane, or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. Contractor shall be responsible for filing the prescribed forms for airspace clearance in accordance with Part 77 of the Federal Aviation Regulations. Applications for airspace clearance must be submitted at least 30 days prior to the beginning of construction activities. To avoid construction delays, Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. 01271517 SPECIAL PROVISIONS 04/22 information is required: When requesting approval for use of a crane or other hoisting device, the following 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. 3. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of crane or other hoisting device operation. Top of crane or other hoisting device shall be marked with a 3- by 3-foot safety -orange and white checkered flag. The crane or other hoisting device shall be lowered at night or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed by Director of Aviation or Engineer, or at any other time at the direction of Director of Aviation or Engineer. Contractor shall notify Engineer and Director of Aviation at least 48 hours prior to actual erection of the crane or other hoisting device. SP-7 CONTRACTOR'S PLANT SITE, STORAGE, AND OFFICE AREA(S) Contractor shall make his own provisions for plant site, storage, and office areas. If Contractor desires to utilize an on -airport location, arrangements must be made with Director of Aviation. The following specific requirements apply to on -airport plant site, storage, and office areas. 1. Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. Contractor will also be responsible for maintenance of areas and dust control for the duration of the project. 2. Direct negotiation may be conducted with Director of Aviation for any areas desired. Areas used by Contractor may be subject to rental rates and fees as identified by Director of Aviation. 3. Any areas occupied by Contractor and his forces will be required to be completely restored by Contractor, at his expense, including but not limited to regrading disturbed areas; complete removal of debris or any other material brought onto the site by Contractor; complete replacement of topsoil, turf, asphalt pavement, concrete slabs, or drives, etc. that is worn, deteriorated, or damaged during the period Contractor and his forces occupy the area. All restoration shall be to the satisfaction of Director of Aviation. 4. Prior to moving into an unpaved area, Contractor shall clear and grub the area, and remove and stockpile a minimum of 6 inches of existing topsoil. After completion of the project and after clearing the site of materials, equipment and debris, Contractor shall replace, spread, and grade the salvaged topsoil, followed by seeding and fertilizing. 5. All restoration activities shall be accomplished in accordance with applicable technical specifications of these documents including but not limited to Items P-152, P-401, and T-901. 6. No direct payment will be made to Contractor for preparing or restoring plant site haul routes, storage, or office areas. SP-8 PROTECTION OF PROPERTY Contractor shall exercise care to prevent damage to all structures, either above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. Contractor shall be responsible for all damage done to either public or private property during construction except as specifically provided otherwise in these specifications. 01271517 SPECIAL PROVISIONS 04/22 Various existing underground utilities and structures are shown on the plans. Their locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, Contractor shall coordinate his activities with FAA SSC Manager, at LBB Operations, private utility owners and Texas 811. Contractor should anticipate conflicts with existing utilities. Where conflicts are encountered, Contractor shall coordinate action with Engineer. Certain runway, taxiway, and apron lights and signs and electrical cables exist within Project footprint. Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways, taxiways, and aprons which will be open for night operations. Contractor shall protect existing lighting fixtures from damage during construction by his operations. An inventory of existing fixtures shall be taken before construction begins and Contractor shall be responsible for the cost of replacement of any fixtures damaged by his operations. SP-9 ELECTRIC POWER AND NATURAL GAS Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SP-10 LINES AND GRADES Contractor will be responsible for laying out the work from existing paving and structures. Engineer will check grade control and major layouts at his discretion, but this check will not relieve Contractor of his responsibility of correctly locating line and grade in accordance with the plans and specifications. Engineer will take all measurements necessary for the determination of the amount of work performed under the various items for which payment is provided. When necessary, work will be suspended to permit this work, but such suspension will be as brief as practicable, and Contractor shall be allowed no extra compensation therefor. Contractor shall be satisfied as to accuracy of all measurements before constructing any permanent structure and not take advantage of any errors which may have been made in laying out work. Such stakes and markings as Engineer may set for either own or Contractor guidance shall be scrupulously preserved by Contractor. In case of negligence on part of Contractor or employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing same may be deducted from subsequent estimates due Contractor, at Engineer discretion. SP-11 WATER FOR CONSTRUCTION Contractor shall provide provisions for water requirements and pay for all water consumed during project construction. Contractor shall arrange for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by Contractor during construction shall be made directly with the City of Lubbock water utility department. SP-12 MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, Contractor shall bear the cost of all material tests required before approval of a material source or mix design as well as all required Quality Control testing. City will bear the cost of all passing Quality Assurance laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. Refer to the Construction Management Plan (CMP) and Specifications for required testing. 01271517 SPECIAL PROVISIONS 04/22 Where only small amounts of any material are used or where compliance with specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, Contractor shall furnish approved material from another source. SP-13 BARRICADES, SIGNS, AND HAZARD MARKINGS Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals, and lights for the protection of the work and the safety of the public for both land and air traffic. Before closing existing runways or taxiways, warning signs for air traffic shall be placed at such locations and shall be visible day and night. A runway closed because of construction, other activities, or hazards shall have appropriate FAA standard markings. All Contractor's vehicles or equipment on or across landing areas shall carry FAA standard markings or flags. Movement of other vehicles responsible to Contractor shall be under escort, as specified in Article SP-6, Airport Operations Security. Runways and taxiways closed to traffic shall be protected by effective barricades. Spacing of barricades shall be as directed by the Engineer. Barricades for aprons closed to traffic shall consist of heavy-duty barricades with reflective striping and a flashing light on each end as shown in detail on the plans. Barricades shall be spaced with no more than 4-foot clearance between the ends. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways, taxiways, and roadways. Obstructions shall be illuminated at night. The proper illumination of obstructions is critical to the safe operation of aircraft on the Airport. All warning lights shall be equipped with photocell controls to automatically turn on the lights at night and turn them off at daytime. The lights shall be checked daily by Contractor to assure that batteries or power cells are in working order. In addition, the lights shall be daily checked by Contractor at night. Any lights found to be out of order, flashing weakly or in otherwise less than acceptable operating condition shall be immediately replaced or repaired. Engineer may suspend work on the project if Contractor's warninglights are not maintained in an acceptable manner. A $25.00 charge will be assessed Contractor for each light. Der day. found to be inoperative by Owner's personnel or representatives. SP-14 PREVENTION OF AIR AND WATER POLLUTION Contractor shall use suitable precaution to minimize air and water pollution during the progress of work. Contractor shall comply with directives given by Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156 entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control." Item P-156, entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control," is included in the technical specifications for this project. SP-15 PROGRESS SCHEDULE Within 14 days after contract award, Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to Engineer and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve," with monthly amount, cumulative amount, and cumulative percent. The progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of the project within the time specified, will be approved in writing by Engineer. Revision or changes in approved progress schedule may be made only with Engineer approval. 01271517 SPECIAL PROVISIONS 04/22 SP-16 PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall always be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation Regulations. During construction of the project, the Contractor shall also maintain operational safety on the Airport in accordance with FAA Advisory Circular 150/5370-2 (latest version), "Operational Safety on Airports During Construction," included in these Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from Engineer and Director of Aviation. Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt, and other debris in areas where hauling is permitted on or across any active apron, runway, or taxiway, or in areas temporarily closed which are subject to opening on short notice. All rocks, gravel, dirt, or other debris shall be removed immediately by Contractor. SP-17 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish, and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. SP-18 INSURANCE Contractor shall not begin work under this contract until he has obtained all insurance as required in the General Conditions of the Agreement, has furnished proof of same to Owner, and Owner shall have approved same. Insurance coverage indicated in General Conditions shall also include Parkhill as an additional insured. A certificate of Insurance is included in the specifications and Contract Documents for this project. Contractor will be required to have five extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES, AND OBSTRUCTIONS All structures, utilities or obstructions found on the airport and shown on the plans which are not to remain in place or used in the new construction shall be removed as directed by Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of Owner, unless otherwise indicated. All materials and debris specified to be disposed of by Contractor shall become the property of the Contractor and shall be properly disposed of off the airport property by Contractor. 01271517 SPECIAL PROVISIONS 10 04/22 SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections, and dimensions. Any deviation from the plans which may be required by the exigencies of construction shall be determined by Engineer and authorized by him in writing. SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if not satisfactorily repaired, removed, and replaced at Contractor expense. Materials not conforming to specification requirements shall be removed immediately from the site of the work and replaced with satisfactory material by Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at Contractor's risk and will be considered unauthorized and, at Engineer option, may not be measured and paid for and may be ordered removed and replaced at Contractor expense. Upon Contractor failure of to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from Engineer, Owner may recover for such defective work or materials on Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to Contractor, which cost will be deducted from any money due him. SP-22 DISPUTED CLAIMS FOR EXTRA WORK In case Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by Engineer as an extra, Contractor shall notify Engineer in writing of his intention to make claim for such extra compensation before he begins the work on which he bases the claim and shall afford Engineer every facility for keeping actual cost of the work. Failure on the part of Contractor to give such notification or to afford Engineer proper facilities for keeping strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of such notice by Contractor and the keeping of costs by Engineer shall not in any way be construed to prove validity of the claim. When the work has been completed, Contractor shall within 10 days file his claim for extra compensation with Engineer, who will present it to Owner for consideration. SP-23 FEDERAL PARTICIPATION The attention of Contractor is invited to the fact that the United States Government may pay a portion of the cost of these improvements. The construction work will be subject to such inspection by the Administrator of the Federal Aviation Administration or his agents as may be deemed necessary to meet requirements when Federal funds are used, but such inspection will in no sense make the Federal Government a party to this contract and will in no way interfere with the rights of either party to the contract. SP-24 INDEMNIFICATION Contractor shall indemnify and hold harmless and defend Owner, Engineer, and all Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage, and expenses of any character whatsoever, including attorney fees brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of Contractor, agents, or employees, or any subcontractor, in execution, supervision, and operations growing out of or in any way connected with performance of this contract, and Contractor will be required to pay any judgment with costs which may be obtained against Owner, Engineer, or any of its officer, agents or employees, including attorney fees. 01271517 SPECIAL PROVISIONS 11 04/22 Contractor agrees he will indemnify and save Owner and Engineer harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in furtherance of performance of this contract. When Owner so desires, Contractor shall furnish satisfactory evidence that all obligations of the nature herein designated have been paid, discharged, or waived. SP-24 OPENING OF SECTION OF AIRPORT TO TRAFFIC When, in opinion of Engineer and LBB Operations, a runway or taxiway is in an acceptable condition, it may be opened to traffic upon the written order of Engineer. The opening of any section of the work will be held as an acceptance of said section but shall not be considered as a waiver of any of the provisions of these specifications or contract. Pending final completion and acceptance of the work, all necessary repairs and renewals on any section opened, due to defective material or work, to natural causes other than ordinary wear and tear, or to the operations of Contractor, shall be performed by and at the expense of Contractor. SP-25 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by Engineer of any part or all construction, as provided for in these specifications, it shall be under the charge and care of Contractor, and he shall take every necessary precaution against injury or damage to any part of the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the work. Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the work occasioned by any of the above causes before its completion and acceptance. SP-26 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by Owner to Contractor shall not relieve Contractor of responsibility for faulty materials or workmanship. Contractor shall promptly replace any such defects discovered within one year from the date of written final acceptance of the work. Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by Contractor with the requirements of this paragraph. SP-27 SEPARATE CONTRACTS Owner reserves the right to let other contracts in connection with or in the vicinity of the project. Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall coordinate his work and theirs. Contractor's coordination with other contractors shall require the approval of Engineer. See Article SP-3 for additional requirements concerning separate contracts. SP-28 SHOP DRAWINGS AND SUBMITTAL PROCEDURES Contractor shall submit to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, electronic copies of all shop and/or submittal drawings and schedules required for the work of the various trades, and Engineer shall pass upon them with reasonable promptness, making required corrections. Contractor shall make any corrections required by Engineer, and file with him the corrected copies and furnish such other copies as may be needed Engineer's approval of such drawings or schedules shall not relieve Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called Engineer's attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. Identify Project, Contractor, subcontractor, or supplier; pertinent Drawing sheet and 01271517 SPECIAL PROVISIONS 12 04/22 detail number(s), and Specification section number, as appropriate. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. Schedule submittals to expedite the Project and deliver to Engineer at his business address. Coordinate submission of related items. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. Format: 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, PDF drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals will be uploaded to Procore. Submittal procedures described in this Article applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples to be submitted, not digital files), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, and any other type of submittal submitted to Engineer. SP-29 ENGINEER When "Engineer" is used in this contract, it shall be understood as referring to Parkhill, Consulting Engineers, in Lubbock, Abilene, Amarillo, Arlington, Austin, El Paso, Frisco, Midland, Texas, Albuquerque, New Mexico, and Norman, Oklahoma City, Tulsa, and Woodward, Oklahoma, Engineer of the Owner, or such other Engineer, Supervisor, or Inspector as may be authorized by said Owner to act on Owner's behalf SP-30 TRENCH SAFETY Contractor shall strictly comply with all requirements of Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - Excavation, Trenching, and Shoring, for all trenching and excavation operations. If depths of trenches are encountered which are over 5 feet, Contractor shall cut the trench walls to the angle of repose of the soils encountered or shall provide alternate shoring details as prepared by a Licensed Professional Engineer in the State of Texas. SP-32 ENGINEER'S FIELD OFFICE Contractor shall furnish an office at the site of the work for use by Engineer. The building shall be provided immediately after work on the project is begun and shall remain in place until Project is accepted as complete unless earlier removal is authorized by Engineer. It shall be floored and roofed, weather -tight, insulated, and constructed in a workmanlike manner. Screen all windows and provide screen door in addition to the regular door. It is contemplated the building will be constructed of the same kind of material as that used by Contractor for office and job buildings. It shall be an independent unit, detached from any office, storage, or warehouse building occupied by Contractor, and at a minimum clear distance of 50 feet from any such building. The building shall be for the sole use of Engineer and resident force. 01271517 SPECIAL PROVISIONS 13 04/22 Should the building be destroyed or damaged in any manner, except through causes due to negligence of the occupying engineering force, Contractor shall immediately restore it to original state. Upon completion of Project, building will become the property of Contractor and removed from Project site. The building shall not be less than 150 square feet in floor area with no less than two glass windows and one door. A conference table not less than 3-feet wide and 8-feet long with six chairs, a separate work desk with two chairs, and a filing cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided. Contractor shall provide a suitable heater fired by either natural or LP gas. Contractor shall also provide a suitable refrigerated air cooler. All fuel and electrical power for building shall be provided by Contractor. Contractor shall have a private line phone installed in Engineer's field office for exclusive use of Owner and Engineer. Engineer will be responsible for subsequent monthly use charges. SP-31 PROGRESS MEETINGS A regularly scheduled progress meeting will be held not less than every two weeks and at other times as required by the progress of the work. Contractor, Owner, Engineer, and all Subcontractors active on the site shall be represented. Engineer shall coordinate and preside at the meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review the progress of the work, maintain coordination of efforts, discuss scheduling, and resolve any problems relating to the work. SP-32 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION Owner and Engineer shall be notified in writing at least 72 hours in advance if any water line or fire hydrant will be out of service. 72-hour advance notification shall also be provided prior to performing any work that may close or affect an emergency rescue and firefighting route. SP-33 GEOTECHNICAL INFORMATION A subsurface geotechnical exploration was not conducted for this Project. SP-34 OVERHEAD EQUIPMENT SAFETY Contractor shall strictly comply with all requirements of Occupational Safety and Health Administration (OSHA) — OSHA A26.550 (a) (15) when operating cranes and overhead equipment in the vicinity of overhead power lines. 01271517 SPECIAL PROVISIONS 14 04/22 12/21/2018 AC 150/5370-1OH Item C-100 Contractor Quality Control Program (CQCP) 100-1 General. Quality is more than test results. Quality is the combination of proper materials, testing, workmanship, equipment, inspection, and documentation of the project. Establishing and maintaining a culture of quality is key to achieving a quality project. Contractor shall establish, provide, and maintain an effective Contractor Quality Control Program (CQCP) that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications, and other requirements, whether manufactured by Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, Contractor shall assume full responsibility for accomplishing the stated purpose. Contractor shall establish a CQCP that will: a. Provide qualified personnel to develop and implement the CQCP. b. Provide to produce acceptable quality materials. c. Provide sufficient information to assure that the specification requirements can be met. d. Document the CQCP process. Contractor shall not begin any construction or production of materials to be incorporated into the completed work until CQCP is reviewed and approved by Engineer and until Preconstruction Conference is complete. If CQCP is not submitted and approved by Preconstruction Conference, Notice to Proceed (NTP) will still be issued at the Preconstruction Conference and contract time will commence. Contractor will be able to begin construction on items not pertaining to CQCP. No partial payment will be made for materials subject to specific quality control (QC) requirements if installed before CQCP has been reviewed and approved. QC requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the quality assurance (QA) testing requirements. QA testing requirements are the responsibility of Engineer or Contractor as specified in the specifications. A Quality Control (QC)/Quality Assurance (QA) workshop with Engineer, Resident Project Representative (RPR), Contractor, subcontractors, testing laboratories, and Owner's representative will be held —in conjunction with Preconstruction Conference. QC/QA workshop will be facilitated by Contractor with participation by all required CQCP personnel. Items to be addressed, at a minimum, will include: a. Review of CQCP including submittals, QC Testing, Action & Suspension Limits for Production, Corrective Action Plans, Distribution of QC reports, and Control Charts. b. Discussion of QA program. c. Discussion of QC and QA Organization and authority including coordination and information exchange between QC and QA. d. Establish regular meetings to discuss control of materials, methods, and testing. e. Establishment of the overall QC culture. 100-2 Description of program. a. General description. Contractor shall establish a CQCP to perform QC inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. CQCP shall ensure conformance to applicable specifications and plans with respect to materials, off -site fabrication, workmanship, construction, finish, and functional performance. CQCP shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by Contractor to establish an effective level of QC. Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-1OH b. Contractor Quality Control Program (CQCP). Contractor shall describe CQCP in a written document that shall be reviewed and approved by Engineer prior to Preconstruction Conference;. The written CQCP shall be submitted to the Engineer for review and approval at least 14 calendar days before the Preconstruction Conference. Contractor's CQCP and QC testing laboratory must be approved in writing by RPR prior to the Notice to Proceed (NTP). CQCP shall be organized to address, as a minimum, the following: 1. QC organization and resumes of key staff 2. Project progress schedule 3. Submittal schedule 4. Inspection requirements 5. QC testing plan 6. Documentation of QC activities and distribution of QC reports 7. Requirements for corrective action when QC and/or QA acceptance criteria are not met 8. Material quality and construction means and methods. Address all elements applicable to the project that affect the quality of the pavement structure including subgrade, subbase, base, and surface course. Some elements that must be addressed include, but is not limited to mix design, aggregate grading, stockpile management, mixing and transporting, placing, and finishing, quality control testing and inspection, smoothness, laydown plan, equipment, and temperature management plan. Contractor must add any additional elements to CQCP necessary to adequately control all production/construction processes required by this contract. 100-3 CQCP organization. CQCP shall be implemented by the establishment of a QC organization. An organizational chart shall be developed to show all QC personnel, their authority, and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all QC staff by name and function and shall indicate the total staff required to implement all elements of CQCP, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of CQCP, the personnel assigned shall be subject to the qualification requirements of paragraphs 100- 03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. QC organization shall, as a minimum, consist of the following personnel: a. Program Administrator. Contractor Quality Control Program Administrator (CQCPA) must be a full-time employee of Contractor, or a consultant engaged by Contractor. CQCPA must have a minimum five years of experience in QC pavement construction with prior QC experience on a project of comparable size and scope as the contract. Included in the five years of paving/QC experience, CQCPA must meet at least one of the following requirements: (1) Professional Engineer with one year of airport paving experience. (2) Engineer -in -training with two years of airport paving experience. (3) National Institute for Certification in Engineering Technologies (NICET) Civil Engineering Technology Level IV with three years of airport paving experience. (4) Individual with four years of airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. CQCPA must have full authority to institute any actions necessary for the successful implementation of the CQCP to ensure compliance with the contract plans and technical specifications. CQCPA authority must include the ability to immediately stop production until materials and/or processes are in compliance with contract specifications. CQCPA must report directly to a principal officer of the construction firm. CQCPA Item C-100 Contractor Quality Control Program (CQCP) 2 12/21/2018 AC 150/5370-1OH may supervise the Quality Control Program on more than one project if person can be at the job site within two hours after being notified of a problem. b. QC technicians. Enough QC technicians necessary to adequately implement the CQCP must be provided. These personnel must be Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II in Civil Engineering Technology or higher and have a minimum two years of experience in their area of expertise. QC technicians must report directly to CQCPA and perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by paragraph 100-6. (2) Performance of all QC tests as required by the technical specifications and paragraph100-8. (3) Performance of tests for RPR when required by the technical specifications. Certification at an equivalent level of qualification and experience by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. Contractor shall provide sufficient qualified QC personnel to always monitor each work activity. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. CQCP shall state where different technicians will be required for different work elements. 100-4 Project progress schedule. Critical QC activities must be shown on the project schedule as required by Section 80, paragraph 80-03, Execution and Progress. 100-5 Submittals schedule. Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include as a minimum: a. Specification item number b. Item description c. Description of submittal d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-6 Inspection requirements. QC inspection functions shall be organized to provide inspections for all definable features of work, as detailed herein. All inspections shall be documented by Contractor as specified by paragraph 100-9. Inspections shall be performed as needed to ensure continuing compliance with contract requirements until completion of the particular feature of work. Inspections shall include the following minimum requirements: a. During plant operation for material production, QC test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. CQCP shall detail how these and other QC functions will be accomplished and used. b. During field operations, QC test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. CQCP shall document how these and other QC functions will be accomplished and used. Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-1OH 100-7 Contractor QC testing facility. a. For projects that include Items P-401, P-403, and P-404, Contractor shall ensure facilities, including all necessary equipment, materials, and current reference standards, are provided that meet requirements in the following paragraphs of ASTM D3666, Standard Specification forMinimum Requirements forAgencies Testing and Inspecting Road and Paving Materials: • 8.1.3 Equipment Calibration and Checks; • 8.1.9 Equipment Calibration, Standardization, and Check Records; • 8.1.12 Test Methods and Procedures b. For projects that include P-501, Contractor shall ensure facilities, including all necessary equipment, materials, and current reference standards, are provided that meet requirements in the following paragraphs of ASTM C1077, Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation: • 7 Test Methods and Procedures • 8 Facilities, Equipment, and Supplemental Procedures 100-8 QC testing plan. As a part of the overall CQCP, Contractor shall implement a QC testing plan, as required by the technical specifications. Testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional QC tests that Contractor deems necessary to adequately control production and/or construction processes. QC testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401) b. Item description (e.g., Hot Mix Asphalt Pavements) c. Test type (e.g., gradation, grade, asphalt content) d. Test standard (e.g., ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated) E Responsibility (e.g., plant technician) g. Control requirements (e.g., target, permissible deviations) QC testing plan shall contain a statistically based procedure of random sampling for acquiring test samples per ASTM D3665. RPR shall be provided the opportunity to witness QC sampling and testing. All QC test results shall be documented by Contractor as required by paragraph 100-9. 100-9 Documentation. Contractor shall maintain current QC records of all inspections and tests performed. These records shall include factual evidence that the required QC inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to RPR daily. The records shall cover all work placed after the previously furnished records and shall be verified and signed by the CQCPA. Contractor QC records required for contract shall include but not necessarily limited to: a. Daily inspection reports. Each Contractor QC technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous QC inspections have been performed and shall, as a minimum, include: (1) Technical specification item number and description (2) Compliance with approved submittals (3) Proper storage of materials and equipment Item C-100 Contractor Quality Control Program (CQCP) 4 12/21/2018 AC 150/5370-1OH (4) Proper operation of all equipment (5) Adherence to plans and technical specifications (6) Summary of any necessary corrective actions (7) Safety inspection. (8) Photographs. Daily inspection reports shall identify all QC inspections and tests conducted, results of inspections, location and nature of defects found, rejection causes, and remedial or corrective actions taken or proposed. Daily inspection reports shall be signed by the responsible QC technician and the CQCPA. RPR shall be provided at least one copy of each daily inspection report on the workday following the day of record. When QC inspection and test results are recorded and transmitted electronically, the results must be archived. b. Daily test reports. Contractor shall be responsible for establishing a system that will record all QC test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to RPR prior to the start of the next day's work period. When required by the technical specifications, Contractor shall maintain statistical QC charts. When QC daily test results are recorded and transmitted electronically, the results must be archived. 100-10 Corrective action requirements. CQCP shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. Requirements for corrective action shall include both general requirements for operation of the CQCP, and for individual items of work contained in the technical specifications. CQCP shall detail how the results of QC inspections and tests will be used for determining the need for corrective action and shall contain clear rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by technical specifications, Contractor shall establish and use statistical QC charts for individual QC tests. Requirements for corrective action shall be linked to the control charts. 100-11 Inspection/observations by RPR. All items of material and equipment are subject to inspection/observation by RPR at the point of production, manufacture, or shipment to determine if Contractor, producer, manufacturer, or shipper maintains an adequate QC system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to inspection and/or observation by RPR at the site for the same purpose. Inspection/observations by RPR does not relieve Contractor of performing QC inspections of either on -site or off -site Contractor's or subcontractor's work. 100-12 Noncompliance. a. RPR will provide written notice to Contractor of any noncompliance with their CQCP. After receipt of such notice, Contractor must take corrective action. Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-1OH b. When QC activities do not comply with either CQCP or contract provisions or when Contractor fails to properly operate and maintain an effective CQCP, and no effective corrective actions have been taken after notification of non-compliance, RPR will recommend Owner take the following actions: (1) Order Contractor to replace ineffective or unqualified QC personnel or subcontractors and/or (2) Order Contractor to stop operations until appropriate corrective actions are taken. METHOD OF MEASUREMENT 100-13 Basis of measurement and payment. Contractor Quality Control Program (CQCP) is for the personnel, tests, facilities, and documentation required to implement the CQCP. CQCP will be paid as a lump sum with the following schedule of partial payments: a. With first pay request, 25% with approval of CQCP and completion of the Quality Control (QC)/Quality Assurance (QA) workshop. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 20%. d. When 75% or more of the original contract is earned, an additional 20% e. After final inspection and acceptance of project, the final 10%. BASIS OF PAYMENT 100-14 Payment will be made under: Item C-100 Contractor Quality Control Program (CQCP) REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials END OF ITEM C-100 Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-1OH Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control DESCRIPTION 102-1. This item shall consist of temporary control measures as shown on the plans or as ordered by Resident Project Representative (RPR) during the life of a contract to control pollution of air and water, soil erosion, and siltation using silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. Temporary erosion control shall be in accordance with the approved erosion control plan; the approved Construction Safety and Phasing Plan (CSPP) and, AC 150/5370-2, Operational Safety on Airports During Construction. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be designed, installed, and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public -use airports. MATERIALS 102-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T-901 shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 102-2.2 Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials per Item T-908. Mulches shall not create a wildlife attractant. 102-2.3 Fertilizer. Fertilizer shall be a standard commercial grade and shall conform to all federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 102-2.4 Slope drains. Slope drains may be constructed of pipe, fiber mats, rubble, concrete, asphalt, or other materials that will adequately control erosion. 102-2.5 Silt fence. Silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461. 102-2.6 Other. All other materials shall meet commercial grade standards and shall be approved by RPR before being incorporated into the project. CONSTRUCTION REQUIREMENTS 102-3.1 General. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 12/21/2018 AC 150/5370-1OH Contractor shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 102-3.2 Schedule. Prior to the start of construction, Contractor shall submit schedules in accordance with the approved Construction Safety and Phasing Plan (CSPP) and the plans for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures at watercourses. Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by RPR. 102-3.3 Construction details. Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the plans and approved CSPP. Except where future construction operations will damage slopes, Contractor shall perform permanent seeding, mulching, and other specified slope protection work in stages as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices but are not associated with permanent control features on the project. Where erosion may be a problem, schedule and perform clearing and grubbing operations so that grading operations and permanent erosion control features can follow immediately if project conditions permit. Temporary erosion control measures are required if permanent measures cannot immediately follow grading operations. RPR shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by RPR. Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by RPR. If temporary erosion and pollution control measures are required due to Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by RPR, the work shall be performed by Contractor and the cost shall be incidental to this item. RPR may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. Erosion control features installed by Contractor shall be maintained by Contractor during construction. Provide temporary structures whenever construction equipment must cross watercourses at frequent intervals. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. 102-3.4 Installation, maintenance, and removal of silt fence. Silt fences shall extend a minimum of 16 inches and a maximum of 34 inches above the ground surface. Posts shall be set no more than 10 feet center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12-inch overlap and securely sealed. A trench shall be excavated approximately 4 inches deep by 4 inches wide on the upslope side of the silt fence. Trench shall be backfilled, and the soil compacted over the silt fence fabric. Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of RPR. Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 2 12/21/2018 AC 150/5370-1OH METHOD OF MEASUREMENT 102-4.1 Temporary erosion and pollution control work required will be performed as scheduled or directed by RPR. Completed and accepted work will be measured per lump sum. This price shall be full compensation for costs associated with preparation, administration, and superintendence of the SWPPP, furnishing all materials, labor, tools, and equipment, and for any fees required by the regulating agency 102-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of Contractor. I:M"M KKI7 2 7\•/0 104►I I 102-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by RPR and measured as provided in paragraph 102-4.1 will be paid for under: Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control per lump sum under progress payments by dividing total lump sum price by number of months to final completion. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports AC 150/5370-2 Operational Safety on Airports During Construction ASTM International (ASTM) ASTM D6461 Standard Specification for Silt Fence Materials United States Department of Agriculture (USDA) FAA/USDA Wildlife Hazard Management at Airports, A Manual for Airport Personnel END OF ITEM C-102 Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 12/21/2018 AC 150/5370-1OH Item C-105 Mobilization 105-1 Description. This item of work shall consist of, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-2 Mobilization limit. Mobilization shall be limited to 8 percent of the total project cost. 105-3 Posted notices. Prior to commencement of construction activities, the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by Owner. 105-4 Engineer/RPR field office. Contractor shall provide dedicated space for the use of the field RPR and inspectors, as a field office for the duration of the project. This space shall be located conveniently near the construction and shall be separate from any space used by Contractor. Contractor shall furnish water, sanitary facilities, heat, air conditioning, and electricity in accordance with local building codes METHOD OF MEASUREMENT 105-5 Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, staging area clean-up and delivery of all Project Closeout materials as required by Section 90, paragraph 90-11, Contractor Final Project Documentation, the final 10%. 105-6 Payment will be made under: Item C-105 Mobilization BASIS OF PAYMENT REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Executive Order 11246, as amended EEOC-P/E-1 — Equal Employment Opportunity is the Law Poster WH 1321 — Employee Rights under the Davis -Bacon Act Poster END OF ITEM C-105 Item C-105 Mobilization 12/21/2018 AC 150/5370-1OH Item P-101 Preparation/Removal of Existing Pavements DESCRIPTION 101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable plans. EQUIPMENT AND MATERIALS 101-2 All equipment and materials shall be specified here and in the following paragraphs or approved by Resident Project Representative (RPR). The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 Removal of existing pavement. Not Used. 101-3.2 Preparation of joints. Remove all vegetation and debris from joints to a minimum depth of 1 inch. If extensive vegetation exists, treat the specific area with a concentrated solution of a water -based herbicide approved by Engineer. Fill all joints with sealant per Item P-605, ASTM 5893, or Item P-604, and as indicated in the plan set. To minimize contamination of the concrete with the sealant, underfill the crack sealant a minimum of 1/8 inch, not to exceed 1/4 inch. Any excess joint sealant shall be removed from the pavement surface. 101-3.3 Removal of foreign substances/contaminates prior to application of joint sealant. Removal of foreign substances/contaminates from existing pavement that will affect the bond of the new treatment shall consist of removal of rubber, fuel spills, oil, crack sealer, at least 90% of paint, and other foreign substances from the surface of the pavement. Areas that require removal are designated on the plans and as directed by RPR in the field during construction. Chemicals, high-pressure water, sawcutting, or sandblasting may be used. If chemicals are used, they shall comply with the state's environmental protection regulations. Removal methods used shall not cause major damage to the pavement, or to any structure or utility within or adjacent to the work area. Major damage is defined as changing the properties of the pavement, removal of asphalt causing the aggregate to ravel, or removing pavement over 1/8 inch deep. If it is deemed by RPR that damage to the existing pavement is caused by operational error, such as permitting the application method to dwell in one location for too long, the Contractor shall repair the damaged area without compensation and as directed by RPR. Removal of foreign substances shall not proceed until approved by RPR. Water used for high-pressure water equipment shall be provided by Contractor at Contractor expense. No material shall be deposited on the pavement shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. 101-3.4 Concrete spall or failed concrete pavement repair. a. Contractor shall repair all spalled concrete as shown on the plans or as directed by RPR. The perimeter of the repair shall be saw cut a minimum of 2 inches outside the affected area or to "sound" Item P-101 Preparation/Removal of Existing Pavements 12/21/2018 AC 150/5370-1OH concrete, 2 inches deep or to a depth necessary to reach sound concrete. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. Acceptable concrete spall repair products include: 1. HD50 Concrete repair material by Dayton Superior, or equal. 2. Delpatch' elastomeric concrete, two-part polyurethane patching material, or equal. Aggregate will likely be mixed with each product for added strength and performance. Install selected and approved product in accordance with manufacturer recommendations for geographic location. b. Asphalt pavement repair. Not used. 101-3.5 Cold milling. Not used. 101-3.7 Maintenance. Not used. 101-3.8 Preparation of joints in rigid pavement prior to resealing. Prior to application of sealant material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture, and other foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method used cleans the joint and does not damage the joint. 101-3.8.1 Removal of existing joint sealant. All existing joint sealants will be removed by plowing or use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or other tools as necessary. Resaw joints removing no more than 1/16 inch from each joint face. Immediately after sawing, flush out joint with water and other tools as necessary to completely remove the slurry. 101-3.8.2 Cleaning prior to sealing. Immediately before sealing, joints shall be cleaned by removing any remaining laitance and other foreign material. Removed area shall be cleaned with compressed air or high- pressure water and primed as recommended by manufacturer. Preserve integrity of the neighboring joint as detailed in plan set. Allow sufficient time to dry out joints prior to sealing. Joint surfaces will be surface - dry prior to installation of sealant. 101-3.8.3 Joint sealant. Joint material and installation will be in accordance with Item P-605 or P-604 as detailed in the plan set. 101-3.9 Preparation of cracks in flexible pavement prior to sealing. Not used. 101-3.9.1 Preparation of crack. Not used. 101-3.9.2 Removal of existing crack sealant. Not used. 101-3.9.3 Crack sealant. Not used. 101-3.9.4 Removal of pipe and other buried structures. Not used. METHOD OF MEASUREMENT 101-4.1 Joint Beveling. Unit of measurement for joint beveling shall be number of linear feet of joint. 101-4.2 Concrete Pavement Spall Repair. Unit of measurement for spall repair shall be square foot. BASIS OF PAYMENT 101-5.1 Payment. Payment shall be made at contract unit price for unit of measurement as specified herein. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Item P 101-5.1 Joint Beveling for Existing Concrete Joints, per linear foot. Item P 101-5.2 Concrete Pavement Spall Repair (including materials regardless of depth), complete per square foot. Item P-101 Preparation/Removal of Existing Pavements 2 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements. ASTM International (ASTM) ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements END OF ITEM P-101 Item P-101 Preparation/Removal of Existing Pavements 12/21/2018 AC 150/5370-1OH Item P-153 Controlled Low -Strength Material (CLSM) DESCRIPTION 153-1.1 This item consists of furnishing, transporting, and placing controlled low -strength material (CLSM) as flowable backfill in trenches or as shown on Plans or directed by Resident Project Representative (RPR). MATERIALS 153-2.1 Materials. a. Cement. Cement shall conform to requirements of ASTM C 150 Type I or II. b. Fly ash. Fly ash shall conform to ASTM C618, Class C or F. c. Fine aggregate (sand). Fine aggregate shall conform to requirements of ASTM C33 except for aggregate gradation. Any aggregate gradation which produces the specified performance characteristics of CLSM and meets the following requirements, will be accepted: Sieve Size Percent Passing by weight 3/4 inch 100 No. 200 0 - 12 d. Water. Water used in mixing or curing shall be from potable water sources. Other sources shall be tested in accordance with ASTM C 1602 prior to use. MIX DESIGN 153-3.1 Proportions. Contractor shall submit to RPR a mix design including the proportions and source of aggregate, fly ash, cement, water, and approved admixtures. No CLSM mixture shall be produced for payment until RPR has given written approval of proportions. Proportions shall be prepared by a laboratory and shall remain in effect for Project duration. Proportions shall establish a single percentage or weight for aggregate, fly ash, cement, water, and any admixtures proposed. Laboratory costs are incidental to this item. a. Compressive strength. CLSM shall be designed to achieve a 28-day compressive strength of 100-200 psi when tested in accordance with ASTM D4832, with no significant strength gain after 28 days. b. Consistency. Design CLSM to achieve a consistency that will produce an approximate 8-inch- diameter circular -type spread without segregation. CLSM consistency determined per ASTM D6103. CONSTRUCTION METHODS 153-4.1 Placement. a. Placement. CLSM may be placed by any reasonable means from the mixing unit into the space to be filled. Agitation is required during transportation and waiting time. Placement shall be performed so structures or pipes are not displaced from their final position and intrusion of CLSM into unwanted areas is avoided. Material shall be brought up uniformly to the fill line shown on plans or as directed by RPR. Item P-153 Controlled Low -Strength Material (CLSM) 12/21/2018 AC 150/5370-1OH Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in more than one lift, base lift shall be free of surface water and loose foreign material prior to placement of the next lift. b. Contractor Quality Control. Contractor shall collect all batch tickets to verify CLSM delivered to Project conforms to mix design. Contractor to daily verify CLSM is consistent with 153-3.1 a and. lb. Adjust as necessary to proportions and materials needed. Contractor shall provide all batch tickets to RPR. c. Limitations of placement. CLSM shall not be placed on frozen ground. Mixing and placing may begin when air/ground temperature is at least 357 and rising. Mixing and placement shall stop when air temperature is 407 and falling or anticipated air/ground temperature will be 35°F or less in the 24-hour period following proposed placement. At placement, CLSM shall have a temperature of at least 40°F. 153-4.2 Curing and protection a. Curing. Maintain air in contact with CLSM above freezing temperatures for 72 hours minimum. If CLSM is subjected to temperatures below 32°F, RPR may reject material if damage to material is observed. b. Protection. CLSM shall not be subject to loads and shall remain undisturbed by construction activities for 48 hours or until a compressive strength of 15 psi is obtained. Contractor responsible for providing evidence to RPR that material reached the desired strength. Acceptable evidence shall be based upon compressive tests made in accordance with paragraph 153-3.Ia. 153-4.3 Quality Assurance (QA) Acceptance. CLSM QA acceptance shall be based upon batch tickets provided by Contractor to RPR to confirm delivered material conforms to mix design. METHOD OF MEASUREMENT 153-5.1 Measurement. No separate measurement for payment shall be made for controlled low strength material (CLSM). CLSM shall be considered necessary and incidental to the work of this Contract. BASIS OF PAYMENT 153-6.1 Payment. No payment will be made separately or directly for controlled low strength material (CLSM). CLSM shall be considered necessary and incidental to the work of this Contract. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM C33 Standard Specification for Concrete Aggregates ASTM C150 Standard Specification for Portland Cement ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C 1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D4832 Standard Test Method for Preparation and Testing of Controlled Low - Strength Material (CLSM) Test Cylinders ASTM D6103 Flow Consistency of Controlled Low Strength Material (CLSM) END OF ITEM P-153 Item P-153 Controlled Low -Strength Material (CLSM) 2 12/21/2018 AC 150/5370-1OH Item P-604 Compression Joint Seals for Concrete Pavements DESCRIPTION 604-1.1 Item includes preformed polychloroprene compression seals used for rigid pavement joint seal. MATERIALS 604-2.1 Compression seals. Compression joint seal materials shall be a vulcanized elastomeric compound using polychloroprene as the only base polymer. Material and manufactured seal shall conform to ASTM D2628 and Corps of Engineers Concrete Research Division (CRD) C548 where jet fuel/heat blast resistance is required. Joint seal shall be a labyrinth type seal. Uncompressed depth of the face of the compression seal (bonded to joint wall) shall be greater than uncompressed width of seal, except for seals 1 inch or greater in width, depth need be only 1 inch or greater. Actual width of uncompressed seal shall be as recommended by joint seal manufacturer for type and width of joints shown on plans. Seal tolerance shall be +1/8 or -1/16 inch, below top of pavement surface or bottom of groove for grooved pavement. Contractor shall field verify with manufacturer before ordering material. Contractor shall provide a copy of manufacturer's Certificate of Analysis (COA) for joint seal material delivered to project. COA shall be provided to and approved by Engineer before material is installed. Furnishing vendor's certified test report shall not be interpreted as a basis for final acceptance. Manufacturer's COA may be subject to verification by testing material delivered for use on project. Inspect materials delivered to job site for defects then unload and store with minimal handling to avoid damage. Storage facilities shall be provided at job site to protect materials from weather and maintain materials at temperatures recommended by manufacturer. Representative sample of joint seal material will be sampled and retained by Engineer for possible testing. 604-2.2 Lubricant/adhesive. Lubricant/adhesive used for compression elastomeric joint seal shall be a one -component compound conforming to ASTM D2835. CONSTRUCTION METHODS 604-3.1 Equipment. Machines, tools, and equipment used in performance of work required herein shall be approved by Engineer before work starts and always maintained by Contractor in satisfactory condition. a. Joint cleaning equipment. (1) Concrete saw. A self-propelled power saw with water-cooled diamond saw blades shall be provided for cutting joints to depths and widths specified and for removing filler, existing old joint seal or other material embedded in the joints or adhered to joint faces. (2) Waterblasting equipment. Waterblasting equipment shall include a trailer -mounted water tank, pumps, high-pressure hose, a wand with safety release cutoff controls, nozzle, and auxiliary water resupply equipment. Water tank and auxiliary water resupply equipment shall be sufficient capacity to permit continuous operations. Pumps, hoses, wand, and nozzle shall be sufficient capacity to permit cleaning of both walls of joint and pavement surface for a width of at least 1/2 inch on either side of joint. Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018 AC 150/5370-1OH Pump shall supply a pressure of at least 3,000 psi. Pressure gauge mounted at pump shall always show pressure in pounds per square inch (psi) at which the equipment is operating. (3) Sandblasting equipment. Sandblasting equipment shall include an air compressor, hose, and a long -wearing venturi-type nozzle of proper size, shape, and opening. Maximum nozzle opening should not exceed 1/4 inch. Air compressor shall be portable and able to furnish no less than 150 cubic feet per minute and maintain a line pressure not less than 90 psi at nozzle while in use. Compressor shall be equipped with traps to maintain compressed air free of oil and water. Nozzle shall have adjustable guide to hold nozzle aligned with joint about 1 inch above pavement surface and direct blast to clean joint walls. Height, angle of inclination, and size of nozzle shall be adjusted as necessary to ensure satisfactory results. b. Sealing equipment. Equipment used to install compression seal shall place compression seal to prescribed depths within specified tolerances without cutting, nicking, twisting, or otherwise damaging seal. Equipment shall not stretch or compress seal more than 2% longitudinally during installation. Machine shall be automatic self-propelled joint seal application equipment and engine powered. Machine shall include reservoir for lubricant/adhesive, device for conveying lubricant/adhesive in proper quantities to sides the preformed seal or sidewalls of joint, reel able to hold one full spool of compression seal, and power -driven apparatus for feeding joint seal through a compression device and inserting seal into joint. Equipment shall also include a guide to maintain proper course along joint being sealed. Machine shall always be operated by an experienced operator. Hand -operated joint seal application equipment may be used for localized areas and for projects less than 500 square yards. Equipment shall be a two -axle, four-wheel machine to include means for compressing and inserting compression seal into joint and reel able to hold one full spool of compression seal material. CONSTRUCTION METHODS 604-4.1 Environmental conditions. Ambient temperature and pavement temperature within joint wall shall be at least 350F and rising at materials installation. Sealant application not permitted if moisture or any foreign material is observed in joint. 604-4.2 Trial joint seal and lubricant/adhesive installation. Before cleaning and sealing joints for entire project, prepare a control strip at least 200 feet long where designated by RPR using specified materials and approved equipment, to demonstrate materials and construction processes for joint preparation and sealing all types of joints included in project. Do not seal other joints until RPR approves test installation. If materials or installation do not meet requirements, remove materials, clean joints, and perform a new trial joint seal installation at Contractor expense. Incorporate RPR-approved trial section into permanent work. 604-4.3 Preparation of joints. Immediately before installing compression joint seal, thoroughly clean joints to remove all laitance, filler, existing sealer, foreign material, and protrusions of hardened concrete from sides and upper edges of joint space to be sealed. Cleaning shall extend along pavement surfaces at least 1/2 inch on either side of joint. After final cleaning and immediately before sealing, blow out joints with compressed air and leave free of debris and water. Any irregularity in joint face that would prevent uniform contact between joint seal and face shall be corrected prior to the installation of the joint seal. a. Sawing. Joints shall be sawed to clean and open them to full specified width and depth. Immediately following sawing operation, joint faces and opening shall be thoroughly cleaned using a water jet to remove all saw cuttings or debris remaining on faces or in joint opening. Compression seal shall be installed within three calendar days of time joint cavity is sawed. Depth of joint cavity shall be in accordance with manufacturer instructions. Submit printed copies of manufacturer instructions 30 days before use on project. Saw cut for joint seal cavity shall at all locations be centered over joint line. Nominal width of sawed joint seal cavity shall be as follows (actual width shall be within a tolerance of f1/16 inch): Item P-604 Compression Joint Seals for Concrete Pavements 2 12/21/2018 AC 150/5370-1OH (1) If a nominal 13/16-inch-wide compression seal is furnished, nominal width of saw cut shall be 8/16 inch when pavement temperature at time of sawing is 30-11WE If pavement temperature at time of sawing is above this range, nominal width of saw cut shall be decreased 1/16 inch. If pavement temperature at time of sawing is below this range, nominal width of the saw cut shall be increased 1/16 inch. (2) If nominal 1-inch-wide compression seal furnished, nominal width of saw cut shall be 9/16 inch when pavement temperature at time of sawing is 30-1707. If pavement temperature at time of sawing is above this range, nominal width of saw cut shall be decreased 1/16 inch. If pavement temperature at time of sawing is below this range, nominal width of saw cut shall be increased l/16 inch. (3) Measure and record pavement temperature in RPR presence. Measure each day before sawing and any other time during the day when temperature appears to be moving out of allowable sawing range. b. Waterblast cleaning. Concrete joint faces and pavement surfaces extending at least 1/2 inch from joint edges shall be waterblasted clean. A multiple pass technique shall be used until surfaces are free of dust, dirt, curing compound, or any residue that might prevent ready insertion or uniform contact of seal and bonding of lubricant/adhesive to concrete. After final cleaning and immediately prior to sealing, joints shall be blown out with compressed air and left completely free of debris and water. c. Sandblast cleaning. Concrete joint faces and pavement surfaces extending at least 1/2 inch from joint edges shall be sandblasted clean. A multiple pass technique shall be used until surfaces are free of dust, dirt, curing compound, or any residue that might prevent ready insertion or uniform contact of seal and bonding of lubricant/adhesive to concrete. After final cleaning and immediately prior to sealing, joints shall be blown out with compressed air and left completely free of debris and water. d. Rate of progress. Cleaning joint faces shall be limited to linear footage of joint sealed during the same workday. 604-4.4 Installation of the compression seal. a. Time of installation. Joints shall be sealed within three calendar days of sawing joint seal cavity and final cleaning of joint walls, or a temporary seal installed to prevent infiltration of foreign material. If rain interrupts sealing operations, joints shall be washed, cleaned with air and be dry before proceeding with installing lubricant/adhesive and compression seal. b. Installation Sequence. Seal longitudinal joints first, then transverse joints. Transverse joint seals will be continuous from edge -to -edge of pavement. Intersections shall be made monolithic by use of joint seal adhesive. Take care in fitting intersection parts together. Remove and replace seals which do not reach an intersection with new seal as RPR directs and at Contractor expense. Seal extender pieces shall not be used at intersections. c. Sealing joints. Cover sides of joint seal or sides of joint with a coating of lubricant/adhesive and seal installed as specified. Coat butt joints and seal intersections with liberal applications of lubricant/adhesive. Lubricant/adhesive spilled on pavement shall be removed immediately to prevent setting on the pavement. Place joint seal at a uniform depth within tolerances specified. Place compression joint seal to a 3/16-inch depth, f1/8 inch, below pavement surface or depth of groove, unless otherwise directed by RPR. Install seal in longest practicable lengths in longitudinal joints and cut at joint intersections to provide continuous installation of seal in transverse joints. Install joint seal in upright position, free from twisting, distortion, and cuts. If stretch of installed joint seal exceeds 1%, adjust to installation equipment and procedure. Stretch of installed joint seals exceeding 2% stretch shall be removed and replaced. After installation of longitudinal joint seals, it shall set for one hour minimum before cutting seal at joint intersections. For all transverse joints, minimum length of preformed joint seal shall be pavement width from edge to edge. Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018 AC 150/5370-1OH 604-4.5 Clean-up. Upon Project completion, remove all unused materials from site, remove all lubricant/adhesive on pavement surface, and leave pavement. 604-4.6 Quality Control and Quality Assurance. a. Quality Control. Inspect application equipment to assure uniform application of lubricant/adhesive to sides of compression joint seal or walls of joint. Equipment causing cutting, twisting, nicking, excessive stretching or compressing of compression seal, or improper application of lubricant/adhesive, shall not be used until causes of deficiencies are determined and corrected by Contractor. Contractor shall inspect seal once per 400 feet of seal minimum for compliance to shrinkage or compression requirements. Measure at same interval to determine conformance with depth and width installation requirements. b. Quality Assurance. RPR to approve cleaned joints before installing lubricant/adhesive and compression joint seal. RPR to determine conformance to stretching and compression limitations using these procedures: (1) Mark top surface of compression seal at 1-foot intervals in a clear and durable manner to enable length determinations of seal. (2) After installation, distance between marks on seal shall be measured by Contractor. (3) If stretching or compression exceeds specified limit, remove seal and replace with new joint seal at Contractor expense. Seal shall be removed up to last correct measurement. 604-4.7 Acceptance. RPR shall inspect joint sealing system (compression seal and lubricant/adhesive) for proper rate of cure and bonding to concrete, cuts, twists, nicks, and other deficiencies. Remove seals exhibiting any defects prior to final acceptance of project from joint, waste, and replace with new material in a satisfactory manner, at Contractor expense, as determined by RPR. METHOD OF MEASUREMENT 604-5.1 Measurement. The quantity of compression joint seals (all widths) installed and accepted, will be determined by linear feet of in -place material that has been approved. BASIS OF PAYMENT 604-6.1 Payment. Payment will be made at the contract unit bid prices per linear foot for the compression joint seals. The unit bid prices shall include the cost of all labor, materials, the use of all equipment, and tools required to prepare joint and complete the work. Item P-604-6.1 Compression Joint Seal for Existing Concrete Pavements (1-inch seal in 5/8-inch joint), including removal, cleaning, sawcut, preparing joint reservoir, seal installation, and sliver spall repair. Item P-604-6.2 Compression Joint Seal for Existing Concrete Pavements (1 1/4-inch seal in 3/4-inch joint), including removal, cleaning, sawcut, preparing joint reservoir, seal installation, and sliver spall repair. Item P-604 Compression Joint Seals for Concrete Pavements 4 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D2628 Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements ASTM D2835 Standard Specification for Lubricant for Installation of Preformed Compression Seals in Concrete Pavements Corps of Engineers CRD C548 Standard Specification for Jet -Fuel and Heat Resistant Preformed Polychloroprene Elastomeric Joint Seals for Rigid Pavements Unified Facilities Criteria (UFC) UFC 3-250-08FA Standard Practice for Sealing Joints and Cracks in Rigid and Flexible Pavements END ITEM P-604 Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018 AC 150/5370-1OH Item P-605 Joint Sealants for Pavements DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material capable of effectively sealing joints in pavement; joints between different types of pavements; and cracks in existing pavement. This item shall include sawing, cleaning, and preparing the joint before application of joint sealing materials. MATERIALS 605-2.1 Joint sealants. Joint sealant materials shall meet the requirements of ASTM D5893 Standard Specification for Cold -Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements, may be used for joints in Portland Cement Concrete. Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the sealant meets the requirements of this specification. 605-2.2 Backer rod. The material furnished shall be a compressible, non -shrinking, non -staining, non - absorbing material that is non -reactive with the joint sealant in accordance with ASTM D5249. The backer - rod material shall be 25 f5% larger in diameter than the nominal width of the joint. 605-2.3 Bond breaking tapes. Provide a bond breaking tape or separating material that is a flexible, non- shrinkable, non -absorbing, non -staining, and non -reacting adhesive -backed tape. The material shall have a melting point at least 5°F greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The bond breaker tape shall be approximately 1/8 inch wider than the nominal width of the joint and shall not bond to the joint sealant. CONSTRUCTION METHODS 605-3.1 Time of application. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50°F and rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in the joint. 605-3.2 Equipment. Machines, tools, and equipment used in work performance required herein shall always be approved before work is started and maintained in satisfactory condition. Submit a list of proposed equipment used in performance of construction work including descriptive data, 10 days prior to use on the project. a. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified. b. Sandblasting equipment. Sand blasting equipment includes air compressor, hose, and long -wearing venturi-type nozzle of proper size, shape, and opening. Maximum nozzle opening should not exceed 1/4 inch. Air compressor shall be portable and furnish not less than 150 cubic feet per minute, maintaining a line pressure not less than 90 psi at nozzle while in use. Compressor shall be equipped with traps to Item P-605 Joint Sealants for Pavements 12/21/2018 AC 150/5370-1OH maintain compressed air free of oil and water. Nozzle shall have an adjustable guide to hold nozzle aligned with joint about 1 inch above pavement surface and direct blast to clean joint walls. Height, angle of inclination, and size of nozzle shall be adjusted as necessary to ensure satisfactory results. Contractor must demonstrate sandblasting equipment including the air compressor, hose, guide, and nozzle size, under job conditions, before approval in accordance with paragraph 605-3.3. Contractor shall demonstrate, in RPR presence, method cleans and does not damage joint. c. Waterblasting equipment. Waterblasting equipment includes trailer -mounted water tank, pumps, high-pressure hose, wand with safety release cutoff controls, nozzle, and auxiliary water resupply equipment. Water tank and auxiliary water resupply equipment shall be sufficient capacity to permit continuous operations. Pumps, hoses, wand, and nozzle shall be sufficient capacity to permit cleaning both walls of joint and pavement surface at least 1/2 inch on either side of joint. Pump shall supply pressure at least 3,000 psi. Pressure gauge mounted at pump shall always show pressure in psi at which equipment is operating. Contractor must demonstrate waterblasting equipment including pumps, hose, guide, and nozzle size, under job conditions, before approval in accordance with paragraph 605-3.3. Contractor shall demonstrate, in RPR presence, method cleans and does not damage joint. d. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing/cleaning crack faces. Carefully evaluate hand tools for potential spalling effects before approval for use. e. Hot -poured sealing equipment. Unit applicators used for heating and installing ASTM D6690 joint sealant materials shall be mobile and equipped with a double -boiler, agitator -type kettle with an oil medium in outer space for heat transfer; a direct -connected pressure -type extruding device with a nozzle shaped for inserting in joint to be filled; positive temperature devices for controlling temperature of transfer oil and sealant; and a recording type thermometer for indicating sealant temperature. Applicator unit shall be designed so sealant will circulate through the delivery hose and return to the inner kettle when not in use. g. Cold -applied, single -component sealing equipment. Equipment for installing ASTM D5893 single component joint sealants shall consist of extrusion pump, air compressor, following plate, hoses, and nozzle for transferring sealant from storage container into joint opening. Nozzle dimension shall be so tip of nozzle will extend into joint to allow sealing from bottom of joint to top. Maintain initially approved equipment in good working condition, serviced in accordance with supplier instructions, and unaltered in any way without obtaining prior approval. Small hand-held air -powered equipment (caulking guns, etc.) may be used for small applications. 605-3.3 Preparation of joints. Pavement joints for application of material herein must be dry, clean of all scale, dirt, dust, curing compound, and other foreign matter. Contractor shall demonstrate, in RPR presence, method cleans and does not damage joint. a. Sawing. All joints shall be sawed in accordance with Specifications and Plan details. Immediately after sawing joint, resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. b. Sealing. Immediately before sealing, joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant, and other foreign material from sides and upper edges of joint space to be sealed. Clean by sandblasting, concrete saw, or waterblaster as specified in paragraph 605-3.2. Newly exposed concrete joint faces and pavement surface extending a minimum of 1/2 inch from joint edge shall be sandblasted clean. Sandblast in minimum of two passes. One pass per joint face with nozzle held at an angle directly toward joint face and no more than 3 inches from it. After final cleaning and immediately prior to sealing, blow out joints with compressed air and leave completely free of debris and water. The joint faces shall be surface dry when the seal is applied. c. Backer Rod. When joint opening is of a greater depth than indicated for sealant depth, plug or seal off lower portion of joint opening using a backer rod per paragraph 605-2.2 to prevent entrance of sealant Item P-605 Joint Sealants for Pavements 2 12/21/2018 AC 150/5370-1OH below specified depth. Ensure backer rod is placed at specified depth and not stretched or twisted during installation. d. Bond -breaking tape. Where inserts or filler materials contain bitumen, or depth of joint opening does not allow for use of a backup material, insert a bond -separating tape breaker per paragraph 605-2.3 to prevent incompatibility with filler materials and three -sided adhesion of sealant. Securely bond tape to bottom of joint opening so it will not float up into new sealant. 605-3.4 Installation of sealants. Inspect joints for proper width, depth, alignment, preparation, and approved by RPR before sealing is allowed. Install sealants per the following requirements: Immediately preceding, but not more than 50 feet ahead of j oint sealing operations, perform a final cleaning with compressed air. Install backer rod. Fill joints from bottom up to 1/8 f 1/16 inch below top of pavement surface, or bottom of groove for grooved pavement. Top surface of cured sealant shall be 1/8 below surface of pavement. Remove and discard excess or spilled sealant from pavement by approved methods. Install sealant to prevent formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by RPR. When primer is recommended by manufacturer, apply evenly to joint faces per manufacturer instructions. Check joints frequently to ensure newly installed sealant is cured to a tack -free condition within time specified. 605-3.5 Inspection. Contractor shall inspect joint sealant for proper rate of cure and set, bonding to joint walls, cohesive separation within sealant, reversion to liquid, entrapped air, and voids. Sealants exhibiting any of these deficiencies at any time before final acceptance of project shall be removed from joint, wasted, and replaced as specified at no additional cost to airport. 605-3.6 Clean-up. Upon Project completion , remove all unused materials and debris from site to an approved place of disposal and leave pavement clean. Areas disturbed during construction shall be raked or graded as required and left clean and neat. Entire premises of work shall be left clean, satisfactory to RPR, and all costs of cleanup included in contract unit prices for items of work involved. METHOD OF MEASUREMENT 605-4.1 Joint sealant material used to seal joints in concrete pavement shall be measured by linear foot of sealant in place completed and accepted. BASIS OF PAYMENT 605-5.1 Payment for joint sealing material shall be made at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials, for all preparation of the joint, delivering, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-605-5.1 Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, cleaning, sawcut and preparing existing joint reservoir, complete, per linear foot Item P-605-5.2 Silicone Joint Seal along Pavement Shoulder, includes removal, cleaning, sawcut, and preparing existing joint reservoir, complete, per linear foot Item P-605 Joint Sealants for Pavements 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D789 Standard Test Method for Determination of Relative Viscosity of Polyamide (PA) ASTM D5249 Standard Specification for Backer Material for Use with Cold- and Hot - Applied Joint Sealants in Portland -Cement Concrete and Asphalt Joints ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt ASTM D7116 Standard Specification for Joint Sealants, Hot Applied, Jet Fuel Resistant Types for Portland Cement Concrete Pavements Advisory Circulars (AC) AC 150/5340-30 Design and Installation Details for Airport Visual Aids END ITEM P-605 Item P-605 Joint Sealants for Pavements 4 12/21/2018 AC 150/5370-1OH Item P-610 Concrete for Miscellaneous Structures DESCRIPTION 610-1.1 This item shall consist of concrete and reinforcement, as shown on the plans, prepared, and constructed in accordance with these specifications. This specification shall be used for all concrete other than airfield pavement which are cast -in -place. MATERIALS 610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them. The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. Reactivity. Fine aggregate and coarse aggregates used in all concrete shall be tested separately within six months of project in accordance with ASTM C1260. Test results shall be submitted to Engineer. Aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.08% at 14 days (16 days from casting). If the expansion either or both test specimen is greater than 0.08% at 14 days, but less than 0.20%, a minimum of 25% of Type F fly ash. If expansion is greater than 0.20% the aggregates shall not be used, and test results for other aggregates must be submitted for evaluation. 610-2.2 Coarse aggregate. The coarse aggregate for concrete shall meet requirements of ASTM C33 and Table 4, Class Designation 5S; and grading requirements shown, as required for the project. Coarse Aggregate Grading Requirements Maximum Aggregate Size ASTM C33, Table 3 Grading Requirements (Size No.) 1 1/2 inch 467 or 4 and 67 1 inch 57 1/4 inch 67 '/Z inch 7 610-2.2.1 Coarse Aggregate susceptibility to durability (D) cracking. Not used. 610-2.3 Fine aggregate. Fine aggregate for concrete shall meet all requirements of ASTM C33. 610-2.4 Cement. Cement shall conform to requirements of ASTM C 150 Type I or II. Item P-610 Concrete for Miscellaneous Structures 12/21/2018 AC 150/5370-1OH 610-2.5 Cementitious materials. a. Fly ash. Fly ash shall meet requirements of ASTM C618, except loss of ignition, where maximum shall be less than 6%. Fly ash shall have a Calcium Oxide (CaO) content of less than 15% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. Contractor shall furnish previous three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in concrete mix and shall furnish each additional report as they become available during Project. Reports can be used for acceptance or material may be tested independently by Engineer. b. Slag cement (ground granulated blast furnace (GGBF)). Not used. 610-2.6 Water. Water used in mixing or curing shall be from potable water sources. Other sources shall be tested in accordance with ASTM C 1602 prior to use. 610-2.7 Admixtures. Contractor shall submit certificates indicating material furnished meets all requirements indicated. In addition, Engineer may require Contractor to submit complete test data from an approved laboratory showing material furnished meets all requirements of cited specifications. Subsequent tests may be made of samples taken by Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -entraining admixtures. Air -entraining admixtures shall meet requirements of ASTM C260 and consistently entrain air content in specified ranges under field conditions. Air -entrainment agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other chemical admixtures. Engineer shall approve use of set retarding and set -accelerating admixtures. Retarding shall meet requirements of ASTM C494, Type A, B, or D and set accelerating shall meet requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. 610-2.8 Premolded joint material. Premolded joint material for expansion joints shall meet requirements of ASTM D 1751. 610-2.9 Joint filler. Filler for joints shall meet requirements of Item P-605, unless otherwise specified. 610-2.10 Steel reinforcement. Reinforcing shall consist of deformed bars conforming to requirements of ASTM A615, Grade 60. 610-2.11 Materials for curing concrete. Curing materials shall conform to White -Pigmented Liquid Membrane -Forming Compound, Type 2, Class B in accordance with ASTM C309. CONSTRUCTION METHODS 610-3.1 General. Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on drawings and specified here. All machinery and equipment used by Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to inspection and approval of Engineer. 610-3.2 Concrete Mixture. Concrete shall develop a compressive strength of 4,000 psi in 28 days as determined by test cylinders made per ASTM C31 and tested per ASTM C39. Concrete shall contain not less than 470 pounds of cementitious material per cubic yard. Water cementitious ratio shall not exceed 0.45 by weight. Air content of concrete shall be 5% f 1.2% as determined by ASTM C231 and have a slump no more than 4 inches as determined by ASTM C143. Item P-610 Concrete for Miscellaneous Structures 2 12/21/2018 AC 150/5370-1OH 610-3.3 Mixing. Concrete may be mixed at construction site, central point, or wholly/in part in truck mixers. Concrete shall be mixed and delivered in accordance with requirements of ASTM C94 or ASTM C685. Mix concrete only in quantities required for immediate use. Do not mix concrete while air temperature is below 407 without Engineer approval. If approval is granted for mixing under such conditions, aggregates, water, or both, shall be heated and concrete placed at temperature not less than 50 nor more than 1007. Contractor is responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering concrete by adding water or any other material is not permitted. Rate of delivery of concrete to job shall be sufficient to allow uninterrupted placement of the concrete. 610-3.4 Forms. Concrete shall not be placed until all forms and reinforcements are inspected and approved by Engineer. Forms shall be suitable material and type, size, shape, quality, and strength to build structure as shown on plans. Forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. Surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. Contractor shall be responsible for their adequacy. Arrange internal form ties so no metal will show in concrete surface or discolor surface when exposed to weathering when forms are removed. All forms shall be wetted with water or with a non -staining mineral oil, applied immediately before concrete is placed. Forms shall be constructed to be removed without injuring concrete or concrete surface. 610-3.5 Placing reinforcement. All reinforcement shall be accurately placed, as shown on plans, and firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by Contractor when required. 610-3.6 Embedded items. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. Concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. 610-3.7 Concrete Consistency. Contractor shall monitor consistency of concrete delivered to project site; collect each batch ticket; check temperature; and perform slump tests on each truck at project site in accordance with ASTM C143. 610-3.8 Placing concrete. All concrete shall be placed during daylight hours, unless otherwise approved. Concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved by Engineer. Concrete shall be placed as soon as practical after mixing, but in no case later than one hour after water has been added to the mix. Method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Concrete shall not be dropped from a height of more than 5 feet. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610-3.9 Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309R, Guide for Consolidation of Concrete. 610-3.10 Joints. Joints shall be constructed as indicated on the plans. 610-3.11 Finishing. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck -off with a straightedge and floated. Item P-610 Concrete for Miscellaneous Structures 12/21/2018 AC 150/5370-1OH 610-3.12 Curing and protection. All concrete shall be properly cured per recommendations in American Concrete Institute (ACI) 308R, Guide to External Curing of Concrete. Protect concrete from damage until project acceptance. 610-3.13 Cold weather placing. When concrete is placed at temperatures below 407, follow cold -weather concreting recommendations found in ACI 306R, Cold Weather Concreting. 610-3.14 Hot weather placing. When concrete placed in temperatures greater than 85°F, follow hot weather concreting recommendations found in ACI 305R, Hot Weather Concreting. QUALITY ASSURANCE (QA) 610-4.1 Quality Assurance sampling and testing. Concrete for each day's placement accepted based on compressive strength specified in paragraph 610-3.2. Engineer will sample concrete per ASTM C172; test slump per ASTM C143; test air content per ASTM C231; make and cure compressive strength specimens per ASTM C31; and test per ASTM C39. QA testing agency will meet ASTM C1077 requirements. Contractor shall provide adequate facilities for initial curing of cylinders. 610-4.2 Defective work. Any defective work not satisfactorily repaired as determined by Engineer, shall be removed and replaced at Contractor expense. Defective work includes but is not limited to uneven dimensions, honeycombing, and other voids on surface or edges of concrete. METHOD OF MEASUREMENT 610-5.1 Concrete shall be considered incidental and no separate measurement shall be made. BASIS OF PAYMENT 610-6.1 Concrete shall be considered incidental and no separate payment shall be made. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A884 Standard Specification for Epoxy -Coated Steel Wire and Welded Wire Reinforcement ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete Item P-610 Concrete for Miscellaneous Structures 4 12/21/2018 AC 150/5370-1OH ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C136 Standard Test Method for Sieve/Screen Analysis of Fine and Coarse Aggregates ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates ASTM C 143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C 172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland -Cement Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C666 Standard Test Method for Concrete Resistance to Rapid Freezing/Thawing ASTM C685 Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C 1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1157 Standard Performance Specification for Hydraulic Cement ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1365 Standard Test Method for Determination of the Proportion of Phases in Portland Cement and Portland -Cement Clinker Using X-Ray Powder Diffraction Analysis ASTM C 1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving/Structural Construction (Nonextruding/Resilient Asphalt Types) ASTM D 1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving/Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 308R Guide to External Curing of Concrete ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 Item P-610 Concrete for Miscellaneous Structures 12/21/2018 AC 150/5370-1OH Item P-620 Runway and Taxiway Marking DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on surface of runways, taxiways, and aprons, per these Specifications, as shown on Plans, or as directed by Engineer. "Paint," "marking material," "painting," and "application of markings" are interchangeable herein. MATERIALS 620-2.1 Materials acceptance. Contractor shall furnish manufacturer's certified test reports, for materials shipped to Project. Certified test reports shall include a statement materials meet Specification requirements. This certification and a copy of paint manufacturer surface preparation; marking materials, including adhesion, flow promoting/floatation additive; and application requirements must be submitted and approved by Engineer before initial marking application. Reports can be used for material acceptance or Engineer may perform verification testing. Reports shall not be interpreted as basis for payment. Contractor shall notify Engineer upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers that are easily quantifiable for inspection by Engineer. 620-2.2 Marking materials. Table 1. Marking Materials Paint' Glass Beads' Type yp Color Fed Std. 595 Number Application Rate Maximum ,I a yp Application Rate Minimum I White 37925 115 ft2/ al I 7 lb/gal I Yellow 33538 or 33655 115 ft2/ al I 7 lb/gal I Black 37038 115 ft2/ al N/A N/A I Red 31136 115 ft2/gal I 5 lb/gal ' See paragraph 620-2.2a; 2 See paragraph 620-2.2b a. Paint. Paint shall be waterborne per requirements of this paragraph. Paint colors shall comply with Federal Standard No. 595. Red (31136), White (37925), Yellow (33538 or 33655), and Black (37038). Waterborne. Paint shall meet requirements of Federal Specification TT-P-1952F, Type I. Non-volatile portion of vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. b. Reflective media. Glass beads for white and yellow paint shall meet requirements for Federal Specification TT-B-1325D Type I, Gradation A. Glass beads for red and pink paint shall meet requirements for Type I, Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by manufacturer of paint and reflective media to ensure adhesion and embedment. Glass beads shall not be used in black and green paint. Type III glass beads shall not be used in red and pink paint. Item P-620 Runway and Taxiway Marking 12/21/2018 AC 150/5370-1OH CONSTRUCTION METHODS 620-3.1 Weather limitations. Painting shall only be performed when surface is dry, and ambient temperature and the pavement surface temperature meet manufacturer recommendations in accordance with paragraph 620-2.1. Painting operations shall be discontinued when ambient or surface temperatures do not meet manufacturer recommendations. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. Markings shall not be applied when weather conditions are forecasts to not be within the manufacturers' recommendations for application and dry time. 620-3.2 Equipment. Equipment shall include apparatus necessary to properly clean existing surface, mechanical marking machine, bead dispensing machine, and such auxiliary hand -painting equipment as necessary to satisfactorily complete job. Mechanical marker shall be an atomizing spray -type or airless type marking machine with automatic glass bead dispensers suitable for application of traffic paint. It shall produce an even and uniform film thickness and appearance of both paint and glass beads at required coverage and apply markings of uniform cross - sections and clear-cut edges without running, spattering, or over spray. Marking equipment for both paint and beads shall be calibrated daily. 620-3.3 Preparation of surfaces. Immediately before paint application, surface shall be dry and free from dirt, grease, oil, laitance, or other contaminates that would reduce bond between paint and pavement. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. a. Preparation of new pavement surfaces. Clean area to be painted by broom, blower, water blasting, or by other methods approved by Engineer to remove all contaminants, including PCC curing compounds, minimizing damage to the pavement surface. b. Preparation of pavement to remove existing markings. Remove existing pavement markings by rotary grinding, water blasting, or other methods approved by Engineer minimizing damage to pavement surface. Removal area may need to be larger than marking area to eliminate ghost markings. After removal of markings on asphalt pavements, apply fog seal or seal coat to `block out' removal area to eliminate `ghost' markings. c. Preparation of pavement markings prior to remarking. Prior to remarking existing markings, loose existing markings must be removed minimizing damage to the pavement surface, with a method approved by Engineer. After removal, the surface shall be cleaned of all residue or debris. Before marking application, Contractor shall certify in writing that surface is dry and free from dirt, grease, oil, laitance, or other foreign material that would prevent bond of paint to pavement or existing markings. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to Engineer prior to the initial application of markings. 620-3.4 Layout of markings. Lay out proposed markings in advance of paint application. Locations of markings to receive glass beads are as shown on plans. 620-3.5 Application. Allow 30 days to elapse between of surface course/seal coat placement and permanent paint marking application. Paint shall be applied at locations and to dimensions and spacing shown on plans. Paint shall not be applied until the layout and condition of the surface has been approved by Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, and marking dimensions and spacing shall be within the following tolerances: Item P-620 Runway and Taxiway Marking 2 12/21/2018 AC 150/5370-1OH Marking Dimensions and Spacing Tolerance Dimension and Spacing Tolerance 36 inch or less f1/2 inch eater than 36 inch to 6 feet fl inch eater than 6 feet to 60 feet f2 inch greater than 60 feet ±3 inch Mix paint per manufacturer instructions and apply to pavement with marking machine at rate shown in Table 1. Addition of thinner will not be permitted. Glass beads shall be distributed upon marked areas at locations shown on plans to receive glass beads immediately after application of paint. A dispenser shall be furnished properly designed for attachment to marking machine and suitable for dispensing glass beads. Glass beads shall be applied at rate shown in Table 1. Glass beads shall not be applied to black or green paint. Glass beads shall adhere to cured paint or all marking operations cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment and distribution should be performed. 620-3.6 Application -preformed thermoplastic airport pavement markings. Not used. 620-3.7 Control strip. Before full application of airfield markings, Contractor shall prepare a control strip in Engineer presence. Contractor shall demonstrate surface preparation method and all striping equipment used on project. Marking equipment must achieve prescribed application rate of paint and population of glass beads (per Table 1) properly embedded and evenly distributed across full width of marking. Prior to acceptance of the control strip, markings must be evaluated during darkness to ensure a uniform appearance. 620-3.8 Retro-reflectance. Reflectance shall be measured with a portable retro-reflectometer meeting ASTM E 1710 (or equivalent). Six total readings shall be taken over a 6-square-foot area with three readings taken from each direction. The average shall be equal to or above the minimum levels of all readings which are within 30% of each other. Minimum Retro-Reflectance Values Material Retro-reflectance mcd/mz/lux White Yellow Red Initial Type I 300 1751 35 ' `Prior to remarking determine if removal of contaminants on markings will restore retro-reflectance 620-3.9 Protection and cleanup. After marking application, protect all markings from damage until dry. All surfaces shall be protected from excess moisture/rain and disfiguration by spatter, splashes, spillage, or drippings. Contractor shall remove all debris, waste, loose reflective media, and by-products generated by surface preparation and application operations to Engineer satisfaction. Contractor shall dispose wastes in strict compliance with all applicable state, local, and federal environmental statutes and regulations. METHOD OF MEASUREMENT 6204.1a The quantity of painting obliteration to be paid for under this item shall be the number of square feet of paint removed, including black paint. No distinction will be made between removal of existing paint and removal of existing thermoplastic. 620-4.1b The quantity of markings shall be paid for shall be measured by the number of square feet of painting each color. 620-4.1c The quantity of reflective media shall be subsidiary to quantity of markings placed. Item P-620 Runway and Taxiway Marking 12/21/2018 AC 150/5370-1OH BASIS OF PAYMENT 620-5.1 This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item complete in place and accepted by Engineer in accordance with these specifications. 620-5.1a Obliteration of marking (paint and thermoplastic), per square feet. 620-5.1b Payment for preparation and new markings (each color) shall be made at the contract price by the number of square feet of painting. 620-5.1c Payment for reflective media shall be subsidiary to quantity of markings placed. Payment will be made under: Item P-620-5.1 a Obliteration of Taxiway Marking (paint/thermoplastic), per square foot Item P-620-5.1b Permanent Taxiway and Apron Marking (black paint, including preparation), per square foot Item P-620-5.1 c Permanent Taxiways and Apron Marking (yellow and white paint, including preparation and reflective beads), per square foot Item P-620-5.1 d Permanent Taxiway and Apron Marking (red paint, including preparation and reflective beads), per square foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments ASTM E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer Item P-620 Runway and Taxiway Marking 4 12/21/2018 AC 150/5370-1OH ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials Code of Federal Regulations (CFR) 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication Federal Specifications (FED SPEC) FED SPEC TT-B-1325D FED SPEC TT-P-1952F FED STD 595 Commercial Item Description Beads (Glass Spheres) Retro-Reflective Paint, Traffic and Airfield Marking, Waterborne Colors used in Government Procurement A-A-288613 Paint, Traffic, Solvent Based Advisory Circulars (AC) AC 150/5340-1 Standards for Airport Markings AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces END OF ITEM P-620 Item P-620 Runway and Taxiway Marking 5 12/21/2018 AC 150/5370-1OH Item L-108 Underground Power Cable for Airports DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power cables direct buried and furnishing and/or installing power cables within conduit or duct banks per Specifications as shown on Plans. It includes excavation and backfill of trench for direct -buried cables only. Also included are installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place cable in operating condition as a completed unit to RPR satisfaction. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated facilities. EQUIPMENT AND MATERIALS 108-2.1 General. a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version. b. All other equipment/materials covered by other referenced Specifications shall be subject to acceptance through manufacturer compliance certification with applicable specification, as RPR requests. c. Manufacturer's certifications shall not relieve Contractor of the responsibility to provide materials per Specifications. Materials supplied/installed that do not comply with these specifications shall be removed (when directed by RPR) and replaced with materials that comply with these specifications at Contractor cost. d. All materials and equipment used to construct this item shall be submitted to RPR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise, and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting not acceptable). Contractor is solely responsible for delays in project that may accrue directly or indirectly from late submittal submissions/resubmissions. e. Data submitted shall be sufficient, in RPR opinion, to determine compliance with Specifications and Plans. Contractor submittals shall be electronically submitted in PDF. RPR reserves the right to reject any equipment, materials, or procedures that do not meet system design and standards and codes, specified in this document. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least 12 months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at Owner discretion, with no additional cost to Owner. Contractor shall maintain a minimum insulation resistance in accordance with paragraph 108-3.10e with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period when tested in accordance with AC 150/5340-26, Maintenance Airport Visual Aid Facilities, paragraph 5.1.3.1, Insulation Resistance Test. Item L-108 Underground Power Cable for Airports 12/21/2018 AC 150/5370-1OH 108-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #8 American wire gauge (AWG), L-824 Type C, 5,000 volts, non -shielded, with cross -linked polyethylene insulation. L-824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer's recommendations. All other conductors shall comply with FAA and National Electric Code (NEC) requirements. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Commercial Item Description A-A-59544A and shall be type THWN-2, 75°C for installation in conduit and RHW-2, 750C for direct burial installations. Conductors for parallel (voltage) circuits shall be type and size and installed in accordance with NFPA-70, National Electrical Code. Unless noted otherwise, all 600-volt and less non -airfield lighting conductor sizes are based on a 75°C, THWN-2, 600-volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in free air. Conduit/duct sizes are based on the use of THWN-2, 600-volt insulated conductors. Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be #12 AWG. Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. Equipment provided by Contractor shall be capable of accepting the quantity and sizes of conductors shown in Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up adapters, terminal blocks, and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided. Cable type, size, number of conductors, strand and service voltage shall be as specified in Contract Document. 108-2.3 Bare copper wire (counterpoise, bare copper wire ground, and ground rods). Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG bare solid copper wire for counterpoise and/or No. 6 AWG insulated stranded for grounding bond wire per ASTM 133 and ASTM 138, and shall be bare copper wire. For voltage powered circuits, the equipment grounding conductor shall comply with NEC Article 250. Ground rods shall be copper -clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case be less than 10 feet long and 3/4 inch in diameter. 108-2.4 Cable connections. In -line connections or splices of underground primary cables shall be of type called for on plans and a type listed herein. No separate payment will be made for cable connections. a. Cast splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by 3MTM Company, "Scotchcast" Kit No. 82-13, or an approved equivalent, used for potting the splice is acceptable. b. Field -attached plug-in splice. Field attached plug-in splices shall be installed as shown on the plans. Contractor shall determine the outside diameter of the cable to be spliced and furnish appropriately sized connector kits and/or adapters. Primary Connector Kits manufactured by Amerace, "Super Kit", Integro "Complete Kit", or approved equal is acceptable. [The use of heat shrink tubing is prohibited]. c. Factory -molded plug-in splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, is acceptable. [The use of heat shrink tubing is prohibited]. d. Taped or heat -shrink splice. Not used. Item L-108 Underground Power Cable for Airports 2 12/21/2018 AC 150/5370-1OH All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except that a light base ground clamp connector shall be used for attachment to the light base. All exothermic connections shall be made per the manufacturer's recommendations and listings. 108-2.5 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport cable splices and terminations on cables rated at or above 5,000 volts AC. Contractor shall submit to RPR proof of qualifications of each proposed cable splicer for airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have minimum three years' continuous experience in terminating/splicing medium voltage cable. [Proof of each splicer's qualification shall include a brief resume of their qualifications, certificates from splice kit manufacturer's training program, photo identification, and a sample splice. These items shall be included with the cable splice kit submittal. Each splicer shall submit a sample splice to the engineer (ship direct to Electrical Engineer in a rigid container.) Each sample splice shall be tagged and signed by its splicer. Each splice shall consist of a completed L823, Type I, Class B, Style 3 and 10 primary connector (super) kit having 3 feet of submitted and approved L-824 cable attached to each end of connected splices. Plug and receptacle shall be connected by splicer as they intend their work to be found in the field. Engineer shall review the materials and test submitted samples. Sample tests will be conducted at 1000-vdc after connected splice is submerged under water for 24 hours. An insulation resistance of greater than 500 Meg -ohms is required. Each splicer sample must pass insulation test to be qualified. Samples remain Engineer property and not returned. Only qualified splicers shall be allowed to terminate L-824 cable]. 108-2.6 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for Miscellaneous Structures. 108-2.7 Flowable backfill. Flowable material used to backfill trenches for power cable trenches shall conform to the requirements of Item P-153, Controlled Low Strength Material. 108-2.8 Cable identification tags. Cable identification tags shall be made from a non -corrosive material with the circuit identification stamped or etched onto tag. Tags shall be of the type as detailed on plans. 108-2.9 Tape. Electrical tapes shall be ScotchTM Electrical Tapes —ScotchTM 88 (1-1/2 inch wide) and ScotchTM 130C' linerless rubber splicing tape (2-inch wide), as manufactured by the Minnesota Mining and Manufacturing Company (3MTM), or an approved equivalent. 108-2.10 Electrical coating. Electrical coating shall be ScotchkoteTM as manufactured by 3MTM, or approved equivalent. 108-2.11 Existing circuits. Whenever scope of work requires connection to existing circuit, existing circuit insulation resistance shall be tested, in RPR presence. Test shall be performed per this item and before any activity that will affect respective circuit. Contractor shall record results on forms acceptable to RPR. When work affecting circuit is complete, circuit insulation resistance shall be checked again, in the presence of RPR. Contractor shall record the results on forms acceptable to RPR. The second reading shall be equal to or greater than the first reading or Contractor shall make the necessary repairs to the existing circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. 108-2.12 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) Red (electrical power lines, cables, conduit, and lighting cable) with continuous legend tape shall be polyethylene film with a metalized foil core and shall be 3-6 inches wide. Detectable tape is incidental to the respective bid item. Detectable warning tape for communication cables shall be orange. Detectable warning tape color code shall comply with the APWA Uniform Color Code. Item L-108 Underground Power Cable for Airports 12/21/2018 AC 150/5370-1OH CONSTRUCTION METHODS 108-3.1 General. Contractor shall install specified cable at approximate locations indicated on Plans. Unless otherwise shown on Plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Cable shall be run without splices, from fixture to fixture. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections unless otherwise authorized in writing by RPR or shown on the plans. In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of L-823 connectors installed and on both sides of slack loops where a future connector would be installed. Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow cable to be extended at least 1 foot vertically above top of the access structure. This requirement also applies where primary cable passes through empty light bases, junction boxes, and access structures to allow for future connections, or as designated by RPR. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch in size. The cable circuit identification shall match the circuits noted on the construction plans. 108-3.2 Installation in duct banks or conduits. This item includes the installation of the cable in duct banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be per the latest version of the NEC, or the code of the local agency or authority having jurisdiction. Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and that any potential interference is avoided. Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical Duct Banks and Conduit. Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to ensure that the duct bank or conduit is open, continuous, and clear of debris. The mandrel size shall be compatible with the conduit size. Contractor shall swab out all conduits/ducts and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at Contractor expense. Contractor shall verify existing ducts proposed for use in this project as clear and open. Contractor shall notify RPR of any blockage in the existing ducts. The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are Item L-108 Underground Power Cable for Airports 4 12/21/2018 AC 150/5370-1OH made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer's recommendations. A non -hardening cable -pulling lubricant recommended for the type of cable being installed shall be used where required. Contractor shall submit recommended pulling tension values to RPR before cable installation. If required by RPR, pulling tension values for cable pulls shall be monitored by a dynamometer in RPR presence. Cable pull tensions shall be recorded by Contractor and reviewed by RPR. Cables exceeding maximum allowable pulling tension values shall be removed and replaced by Contractor at Contractor expense. Manufacturer minimum bend radius or NEC requirements (whichever is more restrictive) shall apply. Cable installation, handling and storage shall be per manufacturer recommendations. During cold weather, particular attention shall be paid to manufacturer minimum installation temperature. Cable shall not be installed when temperature is at/below manufacturer minimum installation temperature. At Contractor option, Contractor may submit a plan, for RPR review, for heated storage of cable and maintenance of acceptable cable temperature during installation when temperatures are below manufacturer minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges, pavement, or earth. When cable must be coiled, lay cable out on canvas tarp or use other appropriate means to prevent abrasion to the cable jacket. 108-3.3 Installation of direct -buried cable in trenches. Not used. a. Trenching. Where turf is well established and sod can be removed, carefully strip and properly store. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches below finished grade per NEC Table 300.5, except as follows: When off airport or crossing under a roadway or driveway, minimum depth shall be 36 inches unless otherwise specified. Minimum cable depth when crossing under a railroad track shall be 42 inches unless otherwise specified. Contractor shall excavate all cable trenches to no less than 6 inches wide. Unless otherwise specified on plans, install all cables in same location and running in same general direction in same trench. When rock encountered, remove rock to a depth of at least 3 inches below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill material may alternatively be used. Replace duct bank or conduit markers temporarily removed for trench excavations as required. It is Contractor responsibility to locate existing utilities within work area before excavation. Where existing active cables cross proposed installations, Contractor shall ensure cables are adequately protected. Where crossings are unavoidable, no splices are allowed in existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of RPR, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. If any previously identified cable is damaged during construction, Contractor shall be responsible for the complete repair or replacement. Item L-108 Underground Power Cable for Airports 12/21/2018 AC 150/5370-1OH b. Backfilling. After cable is installed, backfill trench. First layer of backfill in trench shall encompass all cables, 3 inches deep, loose measurement, and be earth or sand containing no mineral aggregate particles retained on a 1/4-inch sieve. Do not compact this layer. Second layer shall be 5 inches deep, loose measurement, and shall contain no particles that would be retained on a 1-inch sieve. The remaining third and subsequent layers of backfill shall not exceed 8 inches of loose measurement. Second and subsequent layers shall be thoroughly tamped and compacted to at least the density of adjacent material. If cable is installed where other compaction requirements are specified (under pavements, embankments, etc.) backfill compaction shall minimum 100 percent of ASTM D1557 or backfill with controlled low strength material (CLSM) in accordance with P-153. Trenches shall not contain pools of water during backfilling operations. Trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of per the plans and specifications. Underground electrical warning (caution) tape shall be installed in trench above all direct -buried cable. Contractor shall submit a sample of proposed warning tape for acceptance by RPR. If not shown on the plans, the warning tape shall be located 6 inches above the direct -buried cable or the counterpoise wire if present. A 3- to 6-inch-wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. Tape shall be of the color and have a continuous legend as indicated on the plans. Tape shall be installed 8 inches minimum below finished grade. c. Restoration. Following restoration of all trenching near airport movement surfaces, Contractor shall visually inspect the area for foreign object debris (FOD) and remove any that is found. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to existing conditions. If cable is installed where other compaction requirements specified (under pavements, embankments, etc.) backfill compaction shall be to a minimum of 100 percent of ASTM D1557 or backfill with controlled low strength material (CLSM) in accordance with P-153. Restoration shall be considered incidental to the pay item of which it is a component part. 108-3.4 Cable markers for direct -buried cable. Not used. 108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast splices. Make by using crimp connectors for jointing conductors. Assemble molds, mix compound, and pour per manufacturer instructions and to RPR satisfaction. b. Field -attached plug-in splices. Assemble per manufacturer instructions. Make splices by plugging directly into mating connectors. Finish joint where connectors come together by one of the following methods: (1) wrap with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1.5 inches on each side of joint; (2) cover with heat shrinkable tubing with integral sealant extending at least 1.5 inches on each side of joint; or (3) on connector kits equipped with water seal flap; roll-over water seal flap to sealing position on mating connector. c. Factory -molded plug-in splices. Make by plugging directly into mating connectors. Joint where connectors come together shall be finished by one of these methods: (1) Wrap with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1.5 inches on each side of joint; (2) cover with heat shrinkable tubing with integral sealant extending at least 1.5 inches on each side of joint; or (3) on connector kits so equipped with water seal flap; roll-over water seal flap to sealing position on mating connector. Item L-108 Underground Power Cable for Airports 12/21/2018 AC 150/5370-1OH d. Taped or heat -shrink splices. Not used. 108-3.6 Bare counterpoise wire installation for lightning protection and grounding. If shown on plans or included in job specifications, bare solid #6 AWG copper counterpoise wire shall be installed for lightning protection of underground cables. Engineer shall select one of two methods of lightning protection for airfield lighting circuit based upon sound engineering practice and lightning strike density. a. Equipotential. May be used by Engineer for areas with high rates of lightning strikes. Counterpoise size determined by Engineer. Equipotential method is applicable to all airfield lighting systems (runway, taxiway, apron), touchdown zone, centerline, edge, threshold, and approach lighting systems. Equipotential method is also successfully applied to provide lightning protection for power, signal, and communication systems. Light bases, counterpoise, etc. (all components), are bonded together and bonded to vault power system ground loop/electrode. Counterpoise wire shall be installed in same trench for entire length of buried cable, conduits and duct banks installed to contain airfield cables. Counterpoise is centered over cable/conduit/duct to protect. Install counterpoise conductor 8-12 inches above raceway or cable protected, except as permitted: (1) Minimum counterpoise conductor height above raceway or cable protected shall be permitted to be adjusted subject to coordination with airfield lighting and pavement designs. (2) Counterpoise conductor height above protected raceway(s) or cable(s) shall be calculated to ensure raceway/cable is within a 45-degree area of protection, (45 degrees on each side of vertical creating a 90-degree angle). Counterpoise conductor shall be bonded to each metallic light base, mounting stake, and metallic airfield lighting component. All metallic airfield lighting components in the field circuit on the output side of constant current regulator (CCR) or other power source shall be bonded to the airfield lighting counterpoise system. All components rise and fall at same potential; with no potential difference, damaging arcing, or damaging current flow. See AC 150/5340-30, Design and Installation Details for Airport Visual Aids and NFPA 780, Standard for the Installation of Lightning Protection Systems, Chapter 11, for a detailed description of the Equipotential Method of lightning protection. Reference FAA STD-019E, Lightning and Surge Protection, Grounding Bonding and Shielding Requirements for Facilities and Electronic Equipment, Part 4.1.1.7. b. Isolation. Not used. c. Common Installation requirements. When metallic light base is used, grounding electrode shall be bonded to metallic light base or mounting stake with a No. 6 AWG bare, annealed, or soft drawn, solid copper conductor. Grounding electrodes may be rods, ground dissipation plates, radials, or other electrodes listed in the NFPA 70 (NEC) or 780. Where raceway is installed by directional bore, jack and bore, or other drilling method, counterpoise conductor permitted to be installed concurrently with directional bore, jack and bore, or other drilling method raceway, external to the raceway or sleeve. Counterpoise wire shall also be exothermically welded to ground rods installed as shown on plans but not more than 500 feet apart around entire circuit. Counterpoise system shall be continuous and terminate at transformer vault or power source. It shall be securely attached to vault or equipment external ground ring or other made electrode -grounding system. Connect as shown on plans and specifications. Item L-108 Underground Power Cable for Airports 7 12/21/2018 AC 150/5370-1OH Where existing airfield lighting system is extended or modified, new counterpoise conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems. d. Parallel Voltage Systems. Not used. 108-3.7 Counterpoise installation above multiple conduits and duct banks. Install counterpoise wires above multiple conduits/duct banks for airfield lighting cables to provide a complete area of protection over airfield lighting cables. When multiple conduits/duct banks for airfield cable are installed in same trench, number, and location of counterpoise wires above conduits shall be adequate to provide a complete area of protection measured 45 degrees each side of vertical. Where duct banks pass under pavement to be constructed in project, place counterpoise above duct bank. Reference details on construction plans. 108-3.8 Counterpoise installation at existing duct banks. When airfield lighting cables are indicated on plans to be routed through existing duct banks, new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. New counterpoise conductor shall be bonded to existing counterpoise system. 108-3.9 Exothermic bonding. Bonding counterpoise wire shall be by exothermic welding process or equivalent method accepted by RPR. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate, to RPR satisfaction, welding kits, materials, and procedures used for welded connections before any field installations. Installations shall comply with manufacturer recommendations and: a. All slag shall be removed from welds. b. Using an exothermic weld to bond counterpoise to a lug on a galvanized light base is not recommended unless base is specially modified. Consult manufacturer installation directions for proper methods of bonding copper wire to light base. See AC 150/5340-30 for galvanized light base exception. c. If called for in plans, all buried copper and weld material at weld connections shall be thoroughly coated with 6 mm of 3MTM ScotchkoteTM, or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture. 108-3.10 Testing. Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. Contractor shall perform all tests in the presence of RPR. Contractor shall demonstrate the electrical characteristics to the satisfaction of RPR. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase. Contractor must maintain the test results throughout the entire project as well as during the warranty period that meet the following: a. Not used. b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. RPR shall approve of the test method selected. All such testing shall be at sole expense of Contractor. After installation, Contractor shall test and demonstrate to RPR satisfaction, that: c. all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. d. all affected circuits (existing and new) are free from unspecified grounds. Item L-108 Underground Power Cable for Airports 12/21/2018 AC 150/5370-1OH e. insulation resistance to ground of all new non -grounded high voltage series circuits or cable segments is not less than 500 megohms at 1,000 VDC. Verify continuity of all series airfield lighting circuits prior to energization. f. insulation resistance to ground of all new non -grounded conductors of new multiple circuits or circuit segments is not less than 100 megohms. g. all affected circuits (existing and new) are properly connected per applicable wiring diagrams. h. all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. Contractor shall supply RPR two copies of tabulated results of all cable tests performed. Where connecting new cable to existing cable, insulation resistance tests shall be performed on new cable before connection to existing circuit. There are no approved "repair" procedures for items that failed testing other than complete replacement. METHOD OF MEASUREMENT 108-4.1 Cable installed in trench, duct bank or conduit shall be measured by the number of linear feet installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. The measurement for this item shall include additional quantities required for slack. 108-4.2 Counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. The measurement for this item shall include additional quantities required for slack. 108-4.3 No separate payment will be made for ground rods. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct buried), or cable and equipment ground installed in duct bank or conduit, in place by Contractor and accepted by RPR. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item. Payment will be made under: Item L-108-5.1 Remove and Dispose #8 AWG 5kV Underground Series Cable - per linear foot Item L-108-5.2 No. 8 AWG, 5 kV, L-824, Type C Cable, Installed in Trench, Duct Bank or Conduit - per liner foot Item L-108-5.3 No. 6AWG, Solid, Bare, Soft Drawn Copper Counterpoise Wire, Installed Above Duct Bank or Conduit, Including Connections/Terminations - per linear foot Item L-108 Underground Power Cable for Airports 9 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program A-A-59544A Cable and Wire, Electrical (Power, Fixed Installation) A-A-55809 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic ASTM B3 Standard Specification for Soft or Annealed Copper Wire ASTM B8 Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft ASTM B33 Standard Specification for Tin -Coated Soft or Annealed Copper Wire for Electrical Purposes ASTM D4388 Standard Specification for Nonmetallic Semi -Conducting and Electrically Insulating Rubber Tapes MIL-PRF-23586F Performance Specification: Sealing Compound (with Accelerator), Silicone Rubber, Electrical MIL-I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive NFPA-70 National Electrical Code (NEC) NFPA-780 Standard for the Installation of Lightning Protection Systems FAA STD-019E Lightning and Surge Protection, Grounding Bonding and Shielding Requirements for Facilities and Electronic Equipment END OF ITEM L-108 Item L-108 Underground Power Cable for Airports 10 12/21/2018 AC 150/5370-1OH Item L-110 Airport Underground Electrical Duct Banks and Conduits DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits and removal of existing duct banks. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided herein. EQUIPMENT AND MATERIALS 110-2.1 General. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer certification of compliance with applicable specification when requested by RPR. b. Manufacturer's certifications shall not relieve Contractor of the responsibility to provide materials per these specifications and acceptable to RPR. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by RPR and replaced with materials, that comply with these specifications, at Contractor cost. c. All materials and equipment used to construct this item shall be submitted to RPR for approval before ordering equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise, and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of RPR, to determine compliance with the plans and specifications. Contractor's submittals shall be electronically submitted in pdf format, tabbed by specification section. RPR reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document. e. All equipment and materials furnished and installed herein shall be guaranteed against defects in materials and workmanship for a period of at least 12 months from final acceptance by Owner. Defective materials/equipment shall be repaired or replaced, at Owner discretion, with no additional cost to Owner. 110-2.2 Steel conduit. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of UL Standards 6, 51413, and 1242. All RGS conduits or Item L-110 Airport Underground Electrical Duct Banks and Conduits 12/21/2018 AC 150/5370-1OH RGS elbows installed below grade, in concrete, permanently wet locations or other similar environments shall be painted with a 10-mil-thick coat of asphaltum sealer or shall have a factory -bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 mils of asphaltum sealer. When using PVC -coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. In lieu of PVC coated RGS, corrosion wrap tape shall be permitted to be used where RGS is in contact with direct earth." 110-2.3 Plastic conduit. Plastic conduit and fittings -shall conform to the following requirements: • UL 514B covers W-C-1094-Conduit fittings all types, Classes 1 thru 3 and 6 thru 10. • UL 514C covers W-C-1094- all types, Class 5 junction box and cover in plastic (PVC). • UL 651 covers W-C-1094-Rigid PVC Conduit, Types I and II, Class 4. • UL 651A covers W-C-1094-Rigid PVC Conduit and high -density polyethylene (HDPE) Conduit type III and Class 4. UL Standards UL-651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I — Schedule 40 and Schedule 80 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II — Schedule 40 PVC suitable for either above ground or underground use. c. Type III — Schedule 80 PVC suitable for above ground or underground use either direct -buried or encased in concrete. d. Type III — HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with directional boring under pavement. Type of solvent cement shall be as recommended by the conduit/fitting manufacturer. 110-2.4 Split conduit. Split conduit shall be premanufactured for intended purpose and shall be made of steel or plastic. 110-2.5 Conduit spacers. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high-grade, high -density polyethylene complete with interlocking cap and base pads. They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.6 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for Miscellaneous Structures. 110-2.7 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting National Precast Concrete Association Plant Certification Program or another RPR approved third -party certification program. Precast concrete structures shall conform to ASTM C478. 110-2.8 Flowable backfill. Flowable material used to back fill conduit and duct bank trenches shall conform to requirements of Item P-153, Controlled Low Strength Material. 110-2.9 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) red (electrical power lines, cables, conduit, and lighting cable), orange (phone/fiber optic cabling) with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6 inches wide. Detectable tape is incidental to the respective bid item. Color and legend. Red ELECTRIC Item L-110 Airport Underground Electrical Duct Banks and Conduits 2 12/21/2018 AC 150/5370-1OH CONSTRUCTION METHODS 110-3.1 General. Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. RPR shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. Under pavement, the top of the duct bank shall not be less than 18 inches below the subgrade; in other locations, the top of the duct bank or underground conduit shall be not less than 18 inches below finished grade. Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4 inch smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at Contractor expense. All accessible points shall be kept closed when not installing cable. Contractor shall verify existing ducts proposed for use in this project as clear and open. Contractor shall notify RPR of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200-pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet. Unless otherwise shown on plans, use concrete encased duct banks when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, encase conduit and duct banks using flowable fill for protection. All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use. Install factory plugs in all unused ends. Do not cover ends or plugs with concrete. Where turf is well established and sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. Item L-110 Airport Underground Electrical Duct Banks and Conduits 3 12/21/2018 AC 150/5370-1OH When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill may alternatively be used Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by RPR. If not shown on the plans, the warning tape shall be located 6 inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared per the manufacturer's recommendations for type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one -quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether specifically indicated on drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by RPR, the unsuitable material shall be removed per Item P-152 and replaced with suitable material. Additional duct bank supports shall be installed, as approved by RPR. All excavation shall be unclassified and considered incidental to Item L-110. Dewatering necessary for duct installation, and erosion per federal, state, and local requirements is incidental to Item L-110. Unless otherwise specified, excavated materials deemed by RPR to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Fill any excess excavation with suitable material approved by RPR and compacted per Item P-152. It is Contractor responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, Contractor shall ensure cables are adequately protected. Where crossings are unavoidable, no splices are allowed in existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred b. Trenching, etc., in cable areas shall then proceed with approval of RPR, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. If any previously identified cable is damaged during construction, Contractor shall be responsible for the complete repair. 110-3.2 Duct banks. Not used. 110-3.3 Conduits without concrete encasement. Trenches for single -conduit lines shall be not less than 6 nor more than 12 inches wide. Trench for two or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand, or other fine fill, and contain no particles that would be retained on a 1/4- inch sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be used. Item L-110 Airport Underground Electrical Duct Banks and Conduits 4 12/21/2018 AC 150/5370-1OH Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport's secured area where trespassing is prohibited are at least 18 inches below the finished grade. Conduits outside the Airport's secured area shall be installed so that the tops of the conduits are at least 24 inches below the finished grade per National Electric Code (NEC), Table 300.5. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be placed not less than 3 inches apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to RPR for review prior to use. 110-3.4 Markers. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet square and 4-6 inches thick extending approximately 1 inch above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet along the cable or duct run, with an additional marker at each change of direction of cable or duct run. Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. Impression of letters shall be done in a manner, approved by RPR, for a neat, professional appearance. All letters and words must be neatly stenciled. After placement, all markers shall be given one coat of high -visibility orange paint, as approved by RPR. Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by RPR. The letters shall be 4 inches high and 3 inches wide with width of stroke 1/2 inch and 1/4 inch deep or as large as available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 Backfilling for conduits. For conduits, 8 inches of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted per Item P-152 except that material used for back fill shall be select material not larger than 4 inches in diameter. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during back filling operations. Trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by RPR. 110-3.6 Backfilling for duct banks. Not used. 110-3.7 Restoration. Where sod is removed, replace as soon as possible after backfilling is complete. Restore all areas disturbed by work to original condition. Contractor is responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental Item L-110 Airport Underground Electrical Duct Banks and Conduits 12/21/2018 AC 150/5370-1OH to respective L-110 pay item. Following restoration of all trenching near airport movement surfaces, Contractor shall thoroughly visually inspect area for foreign object debris (FOD) and remove any such FOD found. FOD inspection and removal is considered incidental to pay item of which it is a component part. 110-3.8 Ownership of removed cable. Contractor. METHOD OF MEASUREMENT 110-4.1 Trenching shall be measured by linear feet of trench, including excavation, backfill, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be made for trenches of various specified widths cost of all excavation, backfill, dewatering and restoration regardless of the type of material encountered shall be included in the unit price bid for the work. 110-4.2 Underground conduits and duct banks shall be measured by linear feet of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated material, and restoration, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be full compensation for removal and disposal of existing duct banks and conduits as shown on the plans, furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item per the provisions and intent of the plans and specifications. Payment will be made under: Item L-110-5.1 Trenching and Backfill for PVC Conduit, 18-inch minimum depth - per linear foot Item L-110-5.2 Nonencased Electrical Conduit, 2-inch SCH 40 - per linear foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement NFPA-70 National Electrical Code (NEC) UL Standard 6 Electrical Rigid Metal Conduit - Steel UL Standard 514B Conduit, Tubing, and Cable Fittings UL Standard 514C Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers Item L-110 Airport Underground Electrical Duct Banks and Conduits 12/21/2018 AC 150/5370-1OH UL Standard 1242 Electrical Intermediate Metal Conduit Steel UL Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 Item L-110 Airport Underground Electrical Duct Banks and Conduits 12/21/2018 AC 150/5370-1OH Item L-125 Installation of Airport Lighting Systems DESCRIPTION 125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specifications, and the applicable advisory circulars (ACs). The systems shall be installed at the locations and in accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of RPR. EQUIPMENT AND MATERIALS 125-2.1 General. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified under the Airport Lighting Equipment Certification Program in accordance with AC 150/5345-53, current version. FAA certified airfield lighting shall be compatible with each other to perform in compliance with FAA criteria and the intended operation. If Contractor provides equipment that does not performs as intended because of incompatibility with the system, Contractor assumes all costs to correct the system for to operate properly. b. Manufacturer's certifications shall not relieve Contractor of their responsibility to provide materials in accordance with these specifications and acceptable to RPR. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by RPR and replaced with materials, which do comply with these specifications, at the sole cost of Contractor. c. All materials and equipment used shall be submitted to RPR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Clearly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be clearly made with arrows or circles (highlighting is not acceptable). Contractor shall be responsible for delays in the project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of RPR, to determine compliance with the plans and specifications. Contractor's submittals shall be submitted in electronic PDF format, tabbed by specification section. RPR reserves the right to reject any or all equipment, materials or procedures, which, in RPR opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials furnished and installed herein shall be guaranteed against defects in materials and workmanship for a period of at least 12 months from final acceptance by Owner. Defective materials/equipment shall be repaired or replaced, at Owner discretion, with no additional cost to Owner. EQUIPMENT AND MATERIALS 125-2.2 Conduit/Duct. Conduit shall conform to Specification Item L-110 Airport Underground Electrical Duct Banks and Conduits. Item L-125 Installation of Airport Lighting Systems 12/21/2018 AC 150/5370-1OH 125-2.3 Cable and Counterpoise. Cable and Counterpoise shall conform to Item L-108 Underground Power Cable for Airports. 125-2.4 Tape. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88 respectively, as manufactured by 3M Company or an approved equal. 125-2.5 Cable Connections. Cable Connections shall conform to Item L-108 Installation of Underground Cable for Airports. 125-2.6 Retroreflective Markers. Not Used. 125-2.7 Runway and Taxiway Lights. Not Used. 125-2.8 Runway and Taxiway Signs. Runway and Taxiway Guidance Signs should conform to the requirements of AC 150/5345-44. Guidance Sign Relocation. Existing Guidance signs shall be relocated as shown in Plans. Relocated sign shall be installed on a new concrete base and existing primary series circuit rerouted to new sign base as shown in the Plans. Existing concrete sign base shall be removed, wasted, and surrounding grade restored. Intent is to relocate existing hold signs to new concrete bases with embedded L-867 light bases. Each new foundation shall have three, 2-inch SCH 40 PVC conduits extending beyond concrete base. Unused PVC extensions shall be capped and available for future use. Signs Type Size Style Class Mode Notes L-854R 2 2 1 2 Existing 125-2.9 Runway End Identifier Light (REIL). Not used. 125-2.10 Precision Approach Path Indicator (PAPI). Not used. 125-2.11 Circuit Selector Cabinet. Not used. 125-2.12 Light Base and Transformer Housings. Light Base and Transformer Housings should conform to the requirements of AC 150/5345-42. Light bases shall be Type L-867, Class IA, Size B shall be provided as indicated or as required to accommodate the fixture or device installed thereon. Base plates, cover plates, and adapter plates shall be provided to accommodate various sizes of fixtures. 125-2.13 Isolation Transformers. Isolation Transformers shall be Type L-830, size as required for each installation. Transformer shall conform to AC 150/5345-47. INSTALLATION 125-3.1 Installation. Contractor shall furnish, install, connect, and test all equipment, accessories, conduit, cables, wires, buses, grounds, and support items necessary to ensure a complete and operable airport lighting system as specified here and shown in the plans. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and state and local code agencies having jurisdiction. Contractor shall install the specified equipment in accordance with the applicable advisory circulars and the details shown on the plans. Intent is to relocate existing hold signs to new concrete bases with embedded L-867 light bases. Each new foundation shall have three, 2-inch SCH 40 PVC conduits extending beyond concrete base. Unused PVC extensions shall be capped and available for future use. Item L-125 Installation of Airport Lighting Systems 2 12/21/2018 AC 150/5370-1OH 125-3.2 Testing. All lights shall be fully tested by continuous operation for not less than 24 hours as a completed system prior to acceptance. Test shall include operating the constant current regulator in each step not less than 10 times at the beginning and end of the 24-hour test. The fixtures shall illuminate properly during each portion of the test. 125-3.3 Shipping and Storage. Equipment shall be shipped in suitable packing material to prevent damage during shipping. Store and maintain equipment and materials in areas protected from weather and physical damage. Any equipment and materials, in the opinion of RPR, damaged during construction or storage shall be replaced by Contractor at no additional cost to the owner. Painted or galvanized surfaces that are damaged shall be repaired in accordance with the manufacturer's recommendations. 125-3.4 Elevated and In -pavement Lights. Not used. METHOD OF MEASUREMENT 125-4.1 Guidance signs will be measured by the number of each three -module relocated as completed units, in place, ready for operation, and accepted by RPR. Includes new sign base. Complete restoration of the previous site is required for completion. 125-4.2 Guidance signs will be measured by the number of each four -module relocated as completed units, in place, ready for operation, and accepted by RPR. Includes new sign base. Complete restoration of the previous site is required for completion. 125-4.3 The one new sign shall be installed on a new concrete base identical to relocated signs. New sign shall have a new L-830 isolation transformer of appropriate size and PVC transformer support. New sign shall be connected to nearest existing series taxiway edge lighting circuit using all new cable and connectors. New sign illumination source shall be the same as existing, relocated signs or LED. 125-4.4 Removal and restoration of existing sign bases will be measured per each base removed, including all disposal, grading, and preparation of sit for turfing. BASIS OF PAYMENT 125-5.1 Payment will be made at Contract unit price for each complete relocated guidance sign, installed on a new base by Contractor and accepted by RPR. This payment will be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made at Contract unit price for each existing concrete base removed, disposed, and sit prepared for turfing. Payment will be full compensation for furnishing all materials as well as all demolition, clean up, disposal, and site grading. Payment will be made under: Item L-125 Duct Markers, complete, per each Item L-125-5.1 Relocate Three Module L-854, Guidance Sign including new sign base, complete, per each Item L-125-5.2 Relocate Four Module L-854, Guidance Sign, including new sign base, complete, per each Item L-125-5.3 Install New Four Module L-854, Guidance Sign, including new sign base, complete, per each Item L-125-5.4 Remove Existing Sign Base and Restore Site, complete, per each Item L-125 Installation of Airport Lighting Systems 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5340-18 Standards for Airport Sign Systems AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories AC 150/5345-44 Specification for Runway and Taxiway Signs AC 150/5345-47 Specification for Series to Series Isolation Transformers for Airport Lighting Systems AC 150/5345-53 Airport Lighting Equipment Certification Program Engineering Brief (EB) EB No. 67 Light Sources Other than Incandescent and Xenon for Airport and Obstruction Lighting Fixtures END OF ITEM L-125 Item L-125 Installation of Airport Lighting Systems 4 ITEM MC - MISCELLANEOUS CONSTRUCTION PART 1 - SCOPE OF WORK Items listed herein are not directly addressed in any other Specification Section. This Section provides additional information where required to supplement data contained on Plans. Materials used in this item shall be as shown on Drawings and in accordance with noted requirements. PART 2 - MATERIALS AND CONSTRUCTION METHODS 2.1 ALL ITEMS ASSOCIATED WITH PROJECT PHASING A. As required in Plans, Contractor is required to cover or black out panels not applicable to phase. Contractor is also required to protect taxiway edge lights and signage along perimeter of taxiway within each phase of work. Taxiway edge lights should be covered within closed limits with a PVC sleeve to indicate closed pavement, then return everything to preconstruction conditions after all work within respective phase is complete. B. Contractor is required to protect pavement shoulders. C. All electrical work shall be done in accordance with current version of FAA AC 150-5370- 10 and other local code requirements. Contractor is required to provide necessary barricades, flagging, lighting, and other devices necessary to meet phasing/safety requirements. This item will not be measured and will be paid for on a lump sum basis. Monthly progress payments will be determined by dividing the total price of the phasing bid item by the number of months of construction. PART 3 - METHOD OF MEASUREMENT Phasing Safety shall include all barricades, lighting, equipment, or other items required to complete Project scope per FAA and Specification requirements, as well as all other barricades, etc., necessary to maintain a safe airfield. PART 4 - BASIS OF PAYMENT Payment will be made at Contract price for items listed herein. These prices shall be full compensation for furnishing all materials, all preparation and installation of these materials, and all labor, equipment, tools, and incidentals necessary to complete each item. Payment will be made under: Item MC Miscellaneous Safety and Phasing items associated with project phasing including lighting, signage, barricades, etc.), complete, per lump sum. END OF SECTION 01271517 ITEM MC — MISCELLANEOUS CONSTRUCTION 04/22 APPENDIX A CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) Parkhill i Lubbock Preston Smith Nr INTERNATIONAL AIRPORT Construction Safety and Phasing Plan (CSPP) Lubbock Preston Smith International Airport Airfield -Wide Joint Seal Lubbock, Texas City of Lubbock ITB No. 22-16553-TF FAA A.I.P. No. 3-48-0138-048-2022 April 12022 Parkhill Project #01271517 Parkhill i Lubbock Preston Smith INTERNATIONAL AIRPORT Construction Safety and Phasing Plan (CSPP) \�N-"--Coop' Lubbock Preston Smith International Airport �,TESS,,•.•.1.05004...,'� Airfield -Wide Joint Seal 'rt ���'� Lubbock, Texas Ain �111`� ••C � LS•• City of Lubbock ITB No. 22-16SS3-TF 4/29/2022 FAA A.I.P. No. 3-48-0138-048-2022 April 12022 Parkhill Project #01271517 Parkhill TABLE OF CONTENTS 1. COORDINATION............................................................................1 2. PHASING......................................................................................2 3. AREAS/OPERATIONS AFFECTED BY CONSTRUCTION ....................4 4. NAVIGATION AID (NAVAID) PROTECTION......................................5 5. CONTRACTOR ACCESS.................................................................5 6. WILDLIFE MANAGEMENT..............................................................6 7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT ...........................7 8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT .......................7 9. CONSTRUCTION ACTIVITY NOTIFICATIONS...................................7 10. INSPECTION REQUIREMENTS.......................................................9 11. UNDERGROUND UTILITIES............................................................9 12. PENALTIES...................................................................................9 13. SPECIAL CONDITIONS..................................................................9 14. RWY AND TWY VISUAL AIDS.........................................................9 15. MARKING AND SIGNS...................................................................10 16. HAZARD MARKING AND LIGHTING.................................................10 17. WORK ZONE LIGHTING FOR NIGHT CONSTRUCTION .....................10 18. PROTECTION................................................................................10 19. OTHER CONSTRUCTION LIMITATIONS...........................................11 APPENDICES APPENDIX A: CONSTRUCTION SAFETY AND PHASING PLAN APPENDIX B: SAFETY DETAILS APPENDIX C: ADVISORY CIRCULAR 150/5370-2G, OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION APPENDIX D: FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION (BLANK) APPENDIX E: FAA CSPP REVIEW CHECKLIST 01271517 1 Airfield -Wide Joint Seal TOC - 1 \\Data 1 \Projects\2017\2715.17\02_DSGN\04_REPT\00_CLERI CAL\CSPP\1 _Hold Sig n\0-TOC.docx Parkhill Project Name: LBB Airfield -Wide Joint Seal and Hold Sign Relocation Sponsor's Agent: Mr. Steve Nicholson, CM, Deputy Director of Aviation Lubbock Preston Smith International Airport (LBB) Administration Office, 2nd Floor 5401 North Martin Luther King, Jr. Blvd, Unit 389 Lubbock Texas 79403 806.775.2036 Consultant/Engineer: Mr. Mark Haberer, P.E., CM, Project Manager Parkhill 4222 85th Street Lubbock Texas 79423 806.473.2200 Ms. Tessa Hazlett, P.E. Project Engineer Parkhill 3000 Internet Boulevard, Suite 500 Frisco Texas 75034 469.200.7377 Grant/Project No.: FAA AIP #3-48-0138-048-2022 Owner's Project No.: City of Lubbock ITB #22-16553-TF Engineer's Project No.: 01271517 1. COORDINATION A. PROJECT MEETINGS Predesign Conference, October 21, 2021. Items discussed included Project scope, phasing, design, schedule, survey, unique Project elements/areas of potential concern, and utilities. Attendees included Sponsor and Parkhill personnel. Prebid Conference will be held in accordance with FAA AC 150/5370-12B for Consulting Engineer and LBB to go over Project details and allow contractors to ask Project -specific questions. Prebid Conference will be led by Tulsa Airports Improvement Trust with assistance from Parkhill. Preconstruction Meeting will be held before issuance of Notice to Proceed (NTP) in accordance with FAA AC 150/5370-12B. At minimum, required attendees will be Airport Deputy Director of Aviation, Consulting Engineer, Resident Project Representative (RPR), Prime Contractor, and all subcontractors. Construction Progress Meetings will be held throughout Project duration, typically at monthly intervals. At minimum, required attendees will be Airport administrative staff, Consulting Engineer, RPR, Prime Contractor, and all subcontractors performing work during the current period. Construction phasing and safety will be a standing item at all construction progress meetings. Other ongoing agenda items will include: Project Schedule Safety/Security Project Coordination Construction Issues Submittals Review Request for Information (RFI) Review 01271517 1 Airfield -Wide Joint Seal - 1 - Parkhill Change Orders Review Environmental Issues Quality Assurance (Test Reports) Record Drawings Pay Application Review General Discussion Consulting Engineer will prepare and distribute meeting minutes for all meetings. B. SCOPE Project Scope includes spall repair as well as removal and replacement of joint seal material in concrete pavements (compression seal and self -leveling silicone). Project also involves relocation of hold position signs on RWY 17R-35L as well as removal and replacement of hold position markings. Any changes in Project Scope will require a revision to the CSPP, which must be approved by LBB and the FAA. C. FAA AIR TRAFFIC CONTROL TOWER (ATCT) COORDINATION Because LBB has an active air traffic control tower, Contractor shall coordinate all communication with LBB air traffic control. 2. PHASING Refer to Phasing Plans included in Appendix A for limits of each phase. A. BID PACKAGE (273 CALENDAR DAYS TOTAL) Phase 1 (30 calendar days): Spall repair and joint seal on TWY J (RWY 8-26 RSA to east of TWY K intersection) and TWY P. Phase 1A (4 calendar days): Spall repair and joint seal on TWYs J and P within RWY 8-26 RSA. Phase 1A can occur anytime within Phase 1 and requires RWY 8-26 to be closed. Coordination with Owner for RWY 8-26 closure is necessary. Nighttime work may be required. Phase 2 (21 calendar days): Spall repair and joint seal on TWY J (TWY K intersection to East Ramp intersection) and TWY K. Phase 2A (3 calendar days): Spall repair and joint seal on TWY K within RWY 8-26 RSA. Phase 2A can occur anytime with Phase 2 and requires RWY 8-26 to be closed. Coordination with Owner for RWY 8-26 closure is necessary. Nighttime work may be required. Phase 28 (10 calendar days): Spall repair and joint seal on TWY J (East Ramp to TWY G). Phase 3 (14 calendar days): Spall repair and joint seal on TWY J (TWY G intersection) and TWY G. Phase 3A (7 calendar days): Spall repair and joint seal on TWY G within RWY 8-26 RSA, TWY J (at TWY R intersection and TWY R). Phase 3A can occur anytime with Phase 3. Work within RSA requires RWY 8-26 to be closed. Coordination with Owner for RWY 8-26 closure is necessary. Nighttime work may be required. Phase 4 (4 calendar days): Spall repair and joint seal on TWY J (TWY R intersection to the TWY M intersection). 01271517 1 Airfield -Wide Joint Seal -2- Parkhill Phase 5 (25 calendar days): Spall repair and joint seal on TWY F (Terminal Apron intersection to RWY 17R-35L RSA), TWY M (south of the TWY J intersection to the south RWY 17R-35L RSA), and TWY Q. Relocation of RWY hold position signage and markings. Phase 5A (3 calendar days): Spall repair and joint seal on TWYs F, M, and Q within RWY 17R-35L RSA. Hold sign relocation. Phase 5A can occur anytime with Phase 5 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. Phase 6 (18 calendar days): Spall repair and joint seal on West Ramp. Relocation of RWY hold position signage and markings. Phase 6A (9 calendar days): Spall repair and joint seal on TWY F (west of RWY 17R-35L), TWY L (south of Lubbock Aero north access to TWY D), and West Ramp. Hold sign relocation. Phase 6A can occur anytime with Phase 6 work within RSA and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. Phase 6B (3 calendar days): Spall repair and joint seal on West Ramp. Phase B can occur anytime within Phase 6; however, Phase 613 work must not overlap with Phase 6A work to always allow access to south T-Hangars and GA area. Phase 7 (18 calendar days): Spall repair and joint seal on TWY L (south of T-hangar access to the south of Lubbock Aero north entrance) and TWY J (west of RWY 17R-35L RSA). Phase 7A (2 calendar days): Spall repair and joint seal on TWY J west of RWY 17R-35L within RSA. Phase 7A can occur anytime with Phase 7 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. Phase 8 (16 calendar days): Spall repair and joint seal on TWY L (south of TWY V to north of T-hangar intersection). Phase 8A (2 calendar days): Spall repair and joint seal on TWY L (T-hangar access intersection) and T-hangar entrance. Phase 8A can occur anytime with Phase 8. Phase 9 (17 calendar days): Spall repair and joint seal on TWY L (south of TWY S to south of TWY V) and TWY V (RWY 17R-35L RSA to Cargo Ramp). Phase 9A (2 calendar days): Spall repair and joint seal on TWY V within RWY 17R-35L RSA. Phase 9A can occur anytime with Phase 9 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 8-26 closure is necessary. Nighttime work may be required. Phase 10 (14 calendar days): Spall repair and joint seal on TWY S (RWY 17R-35L RSA to Cargo Ramp). Phase 10 work will occur adjacent an active Cargo Ramp. Departing aircraft during pushback on the north end of the Cargo Apron, may require aircraft tail to be out on TWY S prior to aircraft turning left to taxi to TWY V. Coordination with Engineer, Owner, and Cargo Operations is required to accommodate daily and nightly scheduled operations. Relocation of RWY hold position signage and markings. Phase 10A (2 calendar days): Hold sign relocation. Spall repair and joint seal on TWY S within RWY 17R-35L RSA and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Phase 10A can occur anytime with Phase 10. Nighttime work may be required. Phase 11 (21 calendar days): Spall repair and joint seal on Cargo Ramp. Phase 11 work will occur on an active Cargo Ramp. ALL CONTRACTOR EMPLOYEES ARE REQUIRED TO BE BADGED BY LBB SECURITY OFFICE FOR WORK WITHIN CARGO RAMP AREA. Aircraft must always be accommodated. Coordination with Engineer, Owner, and Cargo Operations is required to accommodate daily and nightly scheduled operations. Cargo apron must be continually cleared of foreign object debris. Phase 12 (20 calendar days): Spall repair and joint seal on TWY M (RWY 17R-35L RSA to north of TWY S) and TWY T. Relocation of RWY hold position signage and markings. - Phase 12A (3 calendar days): Spall repair and joint seal on TWYs M and T within RWY 17R-35L RSA. Hold sign relocation. Phase 12A can occur anytime with Phase 12 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. 01271517 1 Airfield -Wide Joint Seal -3- Parkhill Phase 13 (15 calendar days): Spall repair and joint seal on TWY M (north of TWY S to north of TWY N) and TWY S (west of RWY 17R-35L RSA). Phase 13A (2 calendar days): Spall repair and joint seal on TWY S within RWY 17R-35L RSA. Hold sign relocation. Phase 13A can occur anytime with Phase 13 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. Phase 14 (18 calendar days): Spall repair and joint seal on TWY M (TWY N intersection to north of TWY J) and TWY N (west of RWY 17R-35L RSA). Relocation of RWY hold position signage and markings. Phase 14A (2 calendar days): Hold sign relocation. Spall repair and joint seal on TWY N within RWY 17R-35L RSA. Phase 14A can occur anytime with Phase 14 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R- 35L closure is necessary. Nighttime work may be required. Phase 15 (12 calendar days): Spall repair and joint seal on TWY M (intersection of TWYs M and J) and TWY J (between TWY M and west of RWY 17R-35L RSA). Phase 15A (3 calendar days): Spall repair and joint seal on TWY J within the west RWY 17R-35L RSA. Phase 15A can occur anytime with Phase 15 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. Punch List (10 calendar days): Completion of remaining items found during construction walkthrough. Construction Phasing Drawings may be reviewed in Appendix A. B. PROJECT SCHEDULE Contractor must submit a Project Schedule and Phasing Plan (CSPP) at/before Preconstruction Meeting. Any changes made to Project Schedule or Phasing will require a revision to the CSPP, which must be approved by LBB and the FAA. 3. AREAS/OPERATIONS AFFECTED BY CONSTRUCTION Project will affect aircraft operations on entire airfield. Secure Identification Display Area (SIDA) badges will be required for work on taxiways and cargo aprons. Construction activity will be coordinated with LBB Operations, all airlines, LBB Aircraft Rescue and Firefighting (ARFF), fueling operations, and other critical operations. Section 2 "Phasing" describes work associated in each phase. Refer to Appendix B for Construction Phasing, Safety Plan and Details, and Security Notes. No anticipated disruption to essential utilities. Contractor will be required to locate all utilities before construction to mitigate the potential for changes. All communication and coordination will be through LBB Operations. ARFF will be notified by LBB Operations of construction activities and portions of pavement closed during construction. - Before starting each phase of construction, Contractor shall coordinate a route through the work zone for that phase with ARFF, LBB Operations, and Engineer. - Barricades on each end of the work zone shall be properly gapped to permit safe passage of ARFF truck. - A minimum 20-foot-wide access route through the work zone of each phase shall always be maintained free of equipment and materials. - Daily Contractor safety briefings shall address these requirements to ensure ongoing ARFF access and unimpeded response. - If an emergency requires ARFF on the airfield, Contractor shall immediately give way to emergency response vehicles. Ongoing coordination of construction phasing will be coordinated to keep ATC up to date on closures. 01271517 1 Airfield -Wide Joint Seal - 4 - Parkhill 4. NAVIGATION AID (NAVAID) PROTECTION A. NAVAIDS IN CLOSE PROXIMITY TO WORK AREA Contractor shall protect TWY edge lights and TWY signage along perimeter of TWYs within each phase of work. TWY edge lights should be covered within closed limits with a PVC sleeve to indicate closed pavement. 5. CONTRACTOR ACCESS A. GENERAL LBB to provide Airport visitor/contractor access procedures. B. AIRPORT OPERATIONS AREA (AOA) Airport Operations Area (AOA) is defined as any portion of Airport property normally secured against unauthorized entry. AOA includes all areas specifically reserved for operations of aircraft, aircraft support equipment, and personnel. Generally, AOA is defined by the Airport's outer security fencing and any building forming part of secured perimeter. When necessary to cross pavement surface on airfield, Contractor shall inspect all paved surfaces for Foreign Object Debris (FOD) daily and before reopening pavement surface to air traffic. Final inspection shall be by LBB. Contractor shall not leave opening in secure fence at any time. C. CONTRACTOR'S ENTRANCE GATE Adjacent to Contractor's entrance gate and outside AOA, Contractor shall provide a parking area for Contractor employees' personal automobiles. Engineer directs limits of parking/storage area. At Project completion, any damage done by Contractor to this area shall be repaired to Engineer satisfaction at no additional cost to Owner. Repairs shall include but not be limited to regrading, reseeding, or repaving damaged areas. D. CONTRACTOR'S PLANT SITE, STORAGE, AND OFFICE AREA Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor use as well as maintenance of areas and dust control for Project duration. Direct negotiation may be conducted with Airport Deputy Director of Aviation for areas desired. Areas used by Contractor may be subject to rental rates and fees as identified by Airport Deputy Director of Aviation. Areas occupied by Contractor and forces must be completely restored by Contractor, at Contractor expense, including but not limited to regrading disturbed areas, complete removal of debris or any other material brought onto site by Contractor, and complete replacement of topsoil, turf, asphalt pavement, concrete slabs, or drives, etc. that is worn, deteriorated, or damaged while Contractor and forces occupy the area. All restoration shall be to Airport Deputy Director of Aviation satisfaction. Before moving into unpaved area, Contractor shall clear and grub area, then remove and stockpile a 6-inch minimum of existing topsoil. After Project completion and clearing site of materials, equipment, and debris, Contractor shall replace, spread, and grade salvaged topsoil. Follow by seeding and fertilizing. Accomplish all restoration activities in accordance with applicable Technical Specifications. No direct payment will be made to Contractor for preparing or restoring plant site haul routes, storage, or office areas. 01271517 1 Airfield -Wide Joint Seal - 5 - Parkhill E. VEHICLE ESCORT All vehicles (such as supplier vehicles), responsible to Contractor, entering AOA, shall be escorted by an approved Contractor escort vehicle from point of AOA entry to construction site. Escort vehicle shall be clearly identified with standard FAA markings/flags and Contractor name. Escort vehicle will be responsible for leading supply, delivery, or other vehicles across active airfield. To facilitate safe movement of escort and escorted vehicles, escort vehicle driver shall be approved for, issued, and display a/an LBB security badge. Further, Escort vehicle driver shall be familiar with airport security and safety procedures. Escort vehicle shall be equipped with FAA radio as specified in Article 55 - Two -Way Radio Communications, and escort vehicle driver shall be familiar with FAA radio, its operation, and obey all instructions from Air Traffic Control Tower. F. TWO-WAY RADIO COMMUNICATIONS Contractor must equip vehicles used by Project superintendent and Project foremen on the Project with radio receiver/transmitters for maintaining direct communication with Airport personnel. Contractor will provide minimum two radios, as specified, consisting of: Two Icom America, Model IC-A6 (or latest equivalent model), with AC charger, DC charger, carrying case, flexible antenna, headset adapter cable, headset desk charger, multi -charger, and two 760 mAH heavy rechargeable battery packs. Communication will be required at a 121.9-MHz frequency for LBB ground control. Radio contact is required when construction operations are in the vicinity of, or when crossing any active RWY, TWY, or apron, or as directed by LBB. Contractor must provide enough radios to maintain communication in all areas of work. G. CONTRACTOR'S SAFETY PLAN (CSP) Contractor shall submit a Contractor's Safety Plan (CSP) as part of the submittal process before starting construction that must always be followed. LBB reserves the right to have Contractor amend CSP any time if concerns arise. 6. WILDLIFE MANAGEMENT A. TRASH Contractor must dispose all trash in a covered trash can or other method, not allowing trash to become a hazard or animal attractant. B. STANDING WATER Contractor shall minimize standing water. C. TALL GRASS AND SEEDS Contractor must maintain construction area grass to height required by LBB. D. POORLY MAINTAINED FENCING AND GATES Contractor shall maintain any fencing or gates in good condition, proper working order, and gap under fence or gate shall not exceed 3 inches. E. DISRUPTION OF EXISTING WILDLIFE HABITAT In event of wildlife habitat, Contractor will notify LBB and Engineer immediately. 01271517 1 Airfield -Wide Joint Seal - 6 - Parkhill 7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT Contractor shall train and emphasize to construction site employees the need for continuous Foreign Object Debris (FOD) checks on or near active airfield pavement. Contractor must conduct FOD checks before and after each construction shift at a minimum and monitor nearby active pavements throughout construction shift. 8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT Hazardous materials will be handled and stored per latest revision to FAA Advisory Circular 150/5370-2G - Operational Safety on Airports during Construction. Contractor must be prepared to immediately contain and clean spills resulting from fuel, oil, petroleum products, or hydraulic fluid leaks. Transportation and handling of other hazardous materials on the Airport requires additional special procedures as addressed in latest revisions to FAA Advisory Circular 150/5320- 15 - Management of Airport Industrial Waste. All spills must be immediately reported to LBB at 806.775.2044. 9. CONSTRUCTION ACTIVITY NOTIFICATIONS A. RESPONSIBLE REPRESENTATIVES / POINTS OF CONTACT Lubbock Preston Smith International Airport Name I Position Phone Steve Nicholson, CM I Airport Deputy Director of Aviation 806.775.2036 Parkhill, Engineer/Consultant Name Position Phone Mark Haberer, P.E., CM Project Manager 806.473.2200 Tessa Hazlett, PE Project Engineer 469.200.7377 TBD , Resident Engineer Name Position Phone TBD , Quality Assurance Testing Name Position Phone 01271517 1 Airfield -Wide Joint Seal - 7 - Parkhill *** Insert Contractor and subcontractor personnel information upon Project award.*** P_nnfrarfnr Name Position/Trade Phone Ri ihrnnfracfnr Name Position/Trade Phone Ri bconfracfnr Name Position/Trade Phone B. NOTICES TO AIRMEN (NOTAM) LBB is responsible for issuing any Notice to Airmen (NOTAM) required before Project begins, as Project progresses, and will cancel NOTAMs at completion of intermediate construction phases of Project, as required. Contractor shall closely coordinate anticipated and required NOTAMs with LBB and provide LBB at least 72 hours' notice of necessary NOTAMs. C. EMERGENCY NOTIFICATION PROCEDURES In case of emergency, Contractor shall immediately call 911 first then LBB at 806.775.2044. During Airport emergencies, ARFF vehicles always have the immediate right-of-way and may traverse any known roadways throughout airfield. Contractor, subcontractors, and suppliers shall immediately yield right-of-way to all Airport ARFF personnel and equipment. D. FAA NOTIFICATION Contractor will notify Consulting Engineer and LBB 72 hours in advance of any work around NAVAIDs or shutdowns affecting NAVAIDs owned by FAA. Contractor shall notify NAVAIDs owned by a separate party 72 hours in advance of any work around or shutdowns of NAVAIDs. 01271517 1 Airfield -Wide Joint Seal - 8 - Parkhill 10. INSPECTION REQUIREMENTS A. DAILY INSPECTIONS Contractor shall perform daily safety, security, and phasing inspections to ensure CSPP compliance. Document inspections in Contractor's Daily Logs/Quality Control Logs. Contractor is required to submit a Quality Control Plan (QCP) for Owner or designated representative review before any construction. QCP will address specific requirements for inspection of individual specification/pay items including test method, sampling point, testing frequency for each item, and proposed remediation action for each item if it does not meet Specification requirements. QCP will also provide direction on developing inspection reports and what to include. QCP will likely be developed in whole or in conjunction with selected Quality Control firm. QCP shall include and address Construction Management Plan (CMP) requirement. B. FINAL INSPECTIONS LBB will perform final safety inspection before opening any airfield pavement to aircraft. 11. UNDERGROUND UTILITIES Contractor shall locate, mark, and protect all utilities and infrastructure during construction. Location of utilities shall include notification of Texas 811 system and coordination with LBB. 12. PENALTIES Contractor pays all penalty fines associated with any safety violation. 13. SPECIAL CONDITIONS A. FAA FORM 7460-1 Consulting Engineer will prepare and submit FAA Form 7460-1 for Project scope and proposed Construction Safety and Phasing Plan (CSPP). Contractor shall submit Form 7460-1 on all equipment over 20 feet high. A blank Form 7460-1 - Notice of Proposed Construction or Alteration, is included in Appendix D. Contractor shall submit supplemental FAA Form 7460-1 to FAA at least 45 days prior to utilization of equipment more than 20 feet in height. B. ONSITE BURNING AND BLASTING Onsite burning and blasting are prohibited. C. GUN PROHIBITION ON AIRPORT PROPERTY No firearms or guns are allowed on LBB property. 14. RWY AND TWY VISUAL AIDS Airport marking, 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 to minimize damage to an aircraft in the event of inadvertent contact. Lighting, signs, and NAVAIDs located within object free area must be frangible. 01271517 1 Airfield -Wide Joint Seal - 9 - Parkhill 15. MARKING AND SIGNS A. ACCESS ROUTE Contractor required to mark access routes and haul routes with lathes and flag tape. B. APPROVED WORK AREAS Contractor must mark approved work areas with lathes and flag tape to ensure construction personnel and equipment remain in approved areas. 16. HAZARD MARKING AND LIGHTING A. EQUIPMENT Contractor vehicles shall be clearly identified with Contractor name, standard FAA marking, lighting, and/or flags. Rotating amber beacons are required for all nighttime work. Contractor shall submit 7460s on all equipment. Any request to use nighttime lighting will be provided in writing two weeks prior to requested start time, from Contractor to Engineer and LBB for approval. B. WORK AREAS Contractor shall provide temporary, low -profile barricades to delineate safe operating areas for aircrafts. Barricades shall have flashing red lights. Contractor must inspect lights each evening and immediately replace any lights not operating correctly. Contractor will be fined for non -working lights as indicated in Project Specifications. Line perimeter construction area with low -profile aviation barricades spaced at 5 feet. 17. WORK ZONE LIGHTING FOR NIGHT CONSTRUCTION If working at night, Contractor -provided lighting equipment must adequately illuminate work area. Present a Lighting Plan to LBB, Engineer, and FAA at least 14 days before commencing nighttime construction activities. Requirement for Lighting Plan are stated in Section 3.22 of FAA AC 150/5370-2G. 18. PROTECTION A. RWY SAFETY AREA (RSA) No construction or material stockpile shall occur within an active RSA. Contractor shall mark out RSA before construction. RSA is 500 feet wide and extends 1,000 feet beyond RWY end for RWYs 17R-35L and 8-26. RSA for RWY 17L-35R is 300 feet wide and extends 600 feet beyond RWY end. B. RWY OBJECT FREE AREA (ROFA) No material stockpile will occur within an active ROFA. ROFA is 800 feet wide and 1,000 feet beyond RWY end for RWY 17R-35L and RWY 8-26 RSA. ROFA is 800 feet wide and 600 feet beyond RWY end for RWY 35L-35R. 01271517 1 Airfield -Wide Joint Seal - 10 - Parkhill C. TWY SAFETY AREA (TSA) No construction or material stockpile shall occur within an active TSA. TSA for taxiways serving RWYs 17R-35L and 8-26 is 171 feet wide. TSA for taxiways serving RWY 17L-35R TSA is 49 feet. D. TWY OBJECT FREE AREA (TOFA) No material stockpile shall occur within an active TOFA. TOFA for taxiways serving RWYs 17R-35L and 8-26 TOFA is 259 feet wide. TOFA for taxiways serving RWY 17L-35R is 89 feet wide. E. OBSTACLE FREE ZONE (OFZ) No construction activity or material stockpile will penetrate OFZ. F. RWY APPROACH/DEPARTURE SURFACES No construction activities will penetrate approach/departure surfaces. G. OPEN TRENCHES Open trenches are not permitted within RSA of an open RWY or TSA of an open TWY. Contractor shall prominently mark any open trench or excavation at construction site with lighted barricades. H. SAFETY INFORMATION Refer to Appendix B - Safety Details. JET BLAST Contractor shall take precautions to minimize effects of jet blast, particularly near RWY threshold. ELECTRICAL LOCK OUT/TAG OUT REQUIREMENTS Contractor shall prepare lockout/tag out plan and communicate procedures to all staff. K. UNUSED RWY Where shown on Construction/Safety Plan, Contractor shall denote unusable RWY pavement using low -profile aviation barricades. Refer to Plans for details. 19. OTHER CONSTRUCTION LIMITATIONS A. PROHIBITIONS No use of tall equipment over 20 feet unless a 7460-1 determination letter is issued for such equipment. No use of open -flame welding or torches. No use of electrical blasting caps. No use of flare pots. 01271517 1 Airfield -Wide Joint Seal - 11 - Parkhill B. RESTRICTIONS Any construction suspension required during specific airport operations will be coordinated by Engineer, Owner, and Contractor during construction. Areas that cannot be worked on simultaneously, will be coordinated by Engineer, Owner, and Contractor during construction. Refer to Article 16 — Hazard Marking and Lighting, for night construction requirements. Seasonal construction restrictions will be coordinated by Engineer, Owner, and Contractor during construction. 01271517 1 Airfield -Wide Joint Seal - 12 - Parkhill APPENDIX A: CONSTRUCTION SAFETY AND PHASING PLAN Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Parkhill APPENDIX B: SAFETY DETAILS Page is too large to OCR. Parkhill APPENDIX C: ADVISORY CIRCULAR 150/5370-2G, OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION Parkhill All contractors and subcontractors responsible for implementation of this CSPP must review all relevant sections of the FAA AC 150/5370-2G, Operating Safety on Airports During Construction prior to commencement of construction. See here for link to the full Advisory Circular PDF: https://www.faa.gov/documentLibrary/media/Advisoty Circular/ 150-5370-2G.pdf Parkhill APPENDIX D: FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION (BLANK) NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION § 77.7 Form and time of notice. (3) 25 to 1 for a horizontal distance of (a) If you are required to file notice under §77.9, 5,000 ft. from the nearest point of the nearest you must submit to the FAA a completed FAA landing and takeoff area of each heliport Form 7460-1, Notice of Proposed Construction described in paragraph (d) of this section. or Alteration. FAA Form 7460-1 is available at (c) Any highway, railroad, or other traverse way FAA regional offices and on the Internet. (b) You must submit this form at least 45 days before the start date of the proposed construction or alteration or the date an application for a construction permit is filed, whichever is earliest. (c) If you propose construction or alteration that is also subject to the licensing requirements of the Federal Communications Commission (FCC), you must submit notice to the FAA on or before the date that the application is filed with the FCC. (d) If you propose construction or alteration to an existing structure that exceeds 2,000 ft. in height above ground level (AGL), the FAA presumes it to be a hazard to air navigation that results in an inefficient use of airspace. You must include details explaining both why the proposal would not constitute a hazard to air navigation and why it would not cause an inefficient use of airspace. (e) The 45-day advance notice requirement is waived if immediate construction or alteration is required because of an emergency involving essential public services, public health, or public safety. You may provide notice to the FAA by any available, expeditious means. You must file a completed FAA Form 7460-1 within 5 days of the initial notice to the FAA. Outside normal business hours, the nearest flight service station will accept emergency notices. § 77.9 Construction or alteration requiring notice. If requested by the FAA, or if you propose any of the following types of construction or alteration, you must file notice with the FAA of: (a) Any construction or alteration that is more than 200 ft. AGL at its site. (b) Any construction or alteration that exceeds an imaginary surface extending outward and upward at any of the following slopes: (1) 100 to 1 for a horizontal distance of 20,000 ft. from the nearest point of the nearest runway of each airport described in paragraph (d) of this section with its longest runway more than 3,200 ft. in actual length, excluding heliports. (2) 50 to 1 for a horizontal distance of 10,000 ft. from the nearest point of the nearest runway of each airport described in paragraph (d) of this section with its longest runway no more than 3,200 ft. in actual length, excluding heliports. Mail Processing Center Federal Aviation Administration Southwest Regional Office Obstruction Evaluation Group 10101 Hillwood Parkway Fort Worth, TX 76177 Fax: (817) 222-5920 for mobile objects, of a height which, rf adjusted upward 17 feet for an Interstate Highway that is part of the National System of Military and Interstate Highways where overcrossings are designed for a minimum of 17 feet vertical distance, 15 feet for any other public roadway, 10 feet or the height of the highest mobile object that would normally traverse the road, whichever is greater, for a private road, 23 feet for a railroad, and for a waterway or any other traverse way not previously mentioned, an amount equal to the height of the highest mobile object that would normally traverse it, would exceed a standard of paragraph (a) or (b) of this section. (d) Any construction or alteration on any of the following airports and heliports: (1) A public use airport listed in the Airport/Facility Directory, Alaska Supplement, or Pacific Chart Supplement of the U.S. Government Flight Information Publications; (2) A military airport under construction, or an airport under construction that will be available for public use; (3) An airport operated by a Federal agency or the DOD. (4) An airport or heliport with at least one FAA -approved instrument approach procedure. (e) You do not need to file notice for construction or alteration of: (1) Any object that will be shielded by existing structures of a permanent and substantial nature or by natural terrain or topographic features of equal or greater height, and will be located in the congested area of a city, town, or settlement where the shielded structure will not adversely affect safety in air navigation; (2) Any air navigation facility, airport visual approach or landing aid, aircraft arresting device, or meteorological device meeting FAA - approved siting criteria or an appropriate military service siting criteria on military airports, the location and height of which are fixed by its functional purpose; (3) Any construction or alteration for which notice is required by any other FAA regulation. (4) Any antenna structure of 20 feet or less in height, except one that would increase the height of another antenna structure. Website: https://oeaaa.faa.gov INSTRUCTIONS FOR COMPLETING FAA FORM 7460-1 PLEASE TYPE or PRINT ITEM #1. Please include the name, address and phone number of a personal contact point as well as the company name. ITEM #2. Please include the name, address and phone number of a personal contact point as well as the company name. ITEM #3. New Construction would be a structure that has not yet been built. Alteration is a change to an existing structure such as the addition of a side mounted antenna, a change to the marking and lighting, a change to power and/or frequency, or a change to the height. The nature of the alteration shall be included in ITEM #21 "Complete Description of Proposal". Existing would be a correction to the latitude and/or longitude, a correction to the height, or if filing on an existing structure which has never been studied by the FAA. The reason for the notice shall be included in ITEM #21 "Complete Description of Proposal". ITEM #4. If Permanent, so indicate. If Temporary, such as a crane or drilling derrick, enters the estimated length of time the temporary structure will be up. ITEM #5. Enter the date that construction is expected to start and the date that construction should be completed. ITEM #6. Please indicate the type of structure. DO NOT LEAVE BLANK. ITEM #7. In the event that obstruction marking and lighting is required, please indicate type desired. If no preference, check "other' and indicate "no preference" DO NOT LEAVE BLANK. NOTE: High Intensity lighting shall be used only for structures over 500' AGL. In the absence of high intensity lighting for structures over 500' AGL, marking is also required. ITEM #8. If this is an existing tower that has been registered with the FCC, enter the FCC Antenna Structure Registration number here. ITEM #9 and #10. Latitude and longitude must be geographic coordinates, accurate to within the nearest second or to the nearest hundredth of a second if known. Latitude and longitude derived solely from a hand-held G P S instrument is NOT acceptable. A hand-held GPS is only accurate to within 100 meters (328 feet) 95 percent of the time. This data, when plotted, should match the site depiction submitted under ITEM #20. ITEM #11. NAD 83 is preferred; however, latitude and longitude may be submitted in NAD 27. Also, in some geographic areas where NAD 27 and NAD 83 are not available other datum may be used. It is important to know which datum is used. DO NOT LEAVE BLANK. ITEM #12. Enter the name of the nearest city and state to the site. If the structure is or will be in a city, enter the name of that city and state. ITEM #13. Enter the full name of the nearest public -use (not private -use) airport or heliport or military airport or heliport to the site. ITEM #14. Enter the distance from the airport or heliport listed in #13 to the structure. ITEM #15. Enter the direction from the airport or heliport listed in #13 to the structure. ITEM #16. Enter the site elevation above mean sea level and expressed in whole feet rounded to the nearest foot (e.g. 17'3" rounds to 17', 17'6" rounds to 18'). This data should match the ground contour elevations for site depiction submitted under ITEM #20. ITEM #17. Enter the total structure height above ground level in whole feet rounded to the next highest foot (e.g. 17'3" rounds to 18'). The total structure height shall include anything mounted on top of the structure, such as antennas, obstruction lights, lightning rods, etc. ITEM #18. Enter the overall height above mean sea level and expressed in whole feet. This will be the total of ITEM #16 + ITEM #17. ITEM #19. If an FAA aeronautical study was previously conducted, enter the previous study number. ITEM #20. Enter the relationship of the structure to roads, airports, prominent terrain, existing structures, etc. Attach an 8-1/2" x 11" non -reduced copy of the appropriate 7.5 minute U.S. Geological Survey (USGS) Quadrangle Map MARKED WITH A PRECISE INDICATION OF THE SITE LOCATION. To obtain maps, contact USGS at 1-888-275-8747 or via internet at "http://store.usgs.gov". If available, attach a copy of a documented site survey with the surveyor's certification stating the amount of vertical and horizontal accuracy in feet. ITEM #21. • For transmitting stations, include maximum effective radiated power (ERP) and all frequencies. • For antennas, include the type of antenna and center of radiation (Attach the antenna pattern, if available). • For microwave, include azimuth relative to true north. • For overhead wires or transmission lines, include size and configuration of wires and their supporting structures (Attach depiction). • For each pole/support, include coordinates, site elevation, and structure height above ground level or water. • For buildings, include site orientation, coordinates of each corner, dimensions, and construction materials. • For alterations, explain the alteration thoroughly. • For existing structures, thoroughly explain the reason for notifying the FAA (e.g. corrections, no record or previous study, etc.). Filing this information with the FAA does not relieve the sponsor of this construction or alteration from complying with any other federal, state or local rules or regulations. If you are not sure what other rules or regulations apply to your proposal, contact local/state aviation's and zoning authorities. Paperwork Reduction Work Act Statement: A federal agency may not conductor sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements oft he Paperwork Reduction Act unless that collection displays a currently valid OMB Control Number. The OMB control number forth is information collection is 2120-0001. Public reporting forth is collection of information is estimated to be approximately 19 minutes per response, including the time for reviewing instructions, searching existing data sources, gathering and maintainingthe data needed, completing and reviewingthe collection of information. All responses to this collection of information are mandatory for anyone proposing construction or alteration that meets the criteria contained in 14 CFR 77. This information is collected to evaluate the effect of proposed construction or alteration on air navigation and is not confidential. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden to: Information Collection Clearance Officer, Federal Aviation Administration, 10101 Hillwood Parkway, Fort Worth, TX 76177-1524. Form 7460-1 (04/20) Superseded Previous Edition Electronic Version (Adobe) NSN: 0052-00-012-0009 Privacy Act Statement (5 U.S.C. § 552a, as amended): AUTHORITY: The FAA is responsible for issuing a determination based on extensive analysis completed in accordance with 49 United States Code (USC) Sections 44718. Title 14 of the Code of Federal Regulations (14 CFR), part 77 authorizes FAA to collect this information. PURPOSE(S): FAA will use the information provided to administer the Aeronautical Study Process. ROUTINE USE(S): In accordance with DOT's system of records notice, DOT/ALL 16 Mailing Management System and DOT/FAA 826 Petitions for Exemption, Other than Medical Exemption -Public Dockets, the information provided may be disclosed to officials within the Federal government and the public in general. Please Type or Print on This Form Form Approved OMB No.2120-0001 Expiration Date: 04/30/2023 Failure To Provide All Requested Information May Delay Processing of Your Notice U.S. Department of Transportation Notice of Proposed Construction or Alteration Federal Aviation Administration FOR FAA USE ONLY Aeronautical Study Number 1. Sponsor (person, company, etc. proposing this action): Attn. of Name: 0 9. Latitude: o 10. Longitude: 11. Datum: ❑ NAD 83 ❑ NAD 27 ❑ Other 12. Nearest: City: State 13. Nearest Public -use (not private -use) or Military Airport or Heliport: Address: City: State: Zip: Telephone: Fax: 14. Distance from #13. to Structure: 15. Direction from #13. to Structure: 16. Site Elevation (AMSL): ft. 17. Total Structure Height (AGL): ft. 18. Overall Height (#16 + #17) (AMSL): ft. 19. Previous FAA Aeronautical Study Number (if applicable): -OE 2. Sponsor's Representative (if other than #1): Attn. of Name: Address: City: State: Zip: Telephone: Fax: 20. Description of Location: (Attach a USGS 7.5 minute Quadrangle Map with the precise site marked and any certified survey) 3. Notice of: ❑ New Construction ❑ Alteration ❑ Existing 4. Duration: ❑ Permanent ❑ Temporary ( months, days) 5. Work Schedule: Beginning End 6. Type: ❑ Antenna Tower ❑ Crane ❑ Building ❑ Power Line ❑ Landfill ❑ Water Tank ❑ Other 7. Marking/Painting and/or Lighting Preferred: ❑ Red Lights and Paint ❑ Dual - Red and Medium Intensity ❑ White -Medium Intensity ❑ Dual - Red and high Intensity ❑ White -High Intensity ❑ Other 8. FCC Antenna Structure Registration Number (if applicable): 21. Complete Description of Proposal: Frequency/Power (kW) Notice is required by 14 Code of Federal Regulations, part 77 pursuant to 49 U.S.C., Section 44718. Persons who knowingly and willingly violate the notice requirements of part 77 are subject to a civil penalty of $1,000 per day until the notice is received, pursuant to 49 U.S.C., Section 46301(a) hereby certify that all of the above statements made by me are true, complete, and correct to the best of my knowledge. In addition, I agree to mark and/or light the structure in accordance with established marking & lighting standards as necessary. Date Typed or Printed Name and Title of Person Filing Notice Signature FAA Form 7460-1 (04/20) Supersedes Previous Edition NSN: 0052-00-012-0009 Parkhill APPENDIX E: FAA CSPP REVIEW CHECKLIST ARP SOP No. 1.00 Effective Date: October 1, 2013 F.1. Checklist for FAA CSPP Review Airport Name: Lubbock Preston Smith International Airport LOCID: LBB Associate City: Lubbock Project No. F.I.I. AC 150/5370-2F This checklist identifies the main elements and sub -elements established under Section 2, Chapter 2 of Advisory Circular 150/5370-2F. Project Managers (PM) are encouraged to use this checklist as an aid when reviewing a Sponsor's CSPP for conformance to the safety standards. Because the PM's approval/disapproval letter represents the official FAA action, a completed checklist is not a required record the PM must sign or archive in the grant file. CSPP Element Addressed?Element 11 Yes No N/A Coordination (Section 205) — Contractor Progress Meetings C — Addresses necessary actions when changes are proposed to CSPP r u r Il — Provisions for FAA ATO Coordination Iv F I Phasing (Section 206) — Phase Elements — Construction Safety Drawings Iv n Area and Operations Affected by Construction Activity (Section 207) — Identification of affected Areas Iv I — Mitigation Affects Iv ❑ I Navigation Aid Protection (Section 208) — Operational NAVAID Critical areas Iv F I Contractor Access (Section 209) — Location of Stockpiles Construction Material - Vehicle and Pedestrian Operations C ildlife Management (Section 210) — Trash 4F-1 — Standing Water Iv ❑ ❑ — Tall Grass 17 ❑ ❑ — Fencing and Gates I1 ❑ 1 ❑ — Disruption of Wildlife Habitat Iv 7 F1 Foreign Object Debris (Section 211) — FOD Control Measures Iv I F Hazardous Material Management (Section 212) — Hazardous Material Controls I, I F F-1 Effective Date: October 1, 2013 ARP SOP No. 1.00 CSPP Element Addressed?Element MM& — List of Responsible Representatives I ✓ ❑ ❑ — NOTAMs ❑ ❑ — Emergency Notification Procedures I v ❑ ❑ — Coordination with ARFF ❑ ❑ ❑ — Notification to the FAA (Part 77, NAVAIDs....) F F F Inspection Requirements (Section 214) — Daily Inspections Iv I I — Final Inspections Iv I I J Underground Utilities (Section 215) — Procedures for protecting existing underground I�I ❑ utilities 7I Penalties (Section 216) — Penalty provisions for noncompliance with safety plan provisions r I r I Special Conditions (Section 217) — Unique conditions that may affect the operation of the airport r✓ ❑ r I Runway and Taxiway Visual Aids (Section 218) — General — Convey Clear Meaning; Secured from movement; Frangible Z El El — Markings I ✓ ❑ ❑ — Lighting and Visual NAVAIDs Iv ❑ ❑ — Signage Iv ❑ ❑ Access Routes - Marking and Signage (Section 219) — Haul Road Demarcation ✓ I ❑ ❑ Hazard Marking, Lighting and Signage (Section 220) — Areas Impacted by Construction Operations — Equipment ✓ I Protection Runway and Taxiway Areas, Zones and Surfaces (Section 221) — Runway Safety Area (RSA) I v C — Runway Object Free Area (ROFA) ❑ ❑ — Taxiway Safety Area (TSA) ❑ ❑ — Taxiway Object Free Area (TOFA) ❑ ❑ — Obstacle Free Zone (OFZ) ❑ ❑ — Approach and Departure Surfaces Iv ❑ ❑ Other Limitations on Construction (Section 222) — Prohibitions W' ❑ ❑ — Restrictions Z ❑ ❑ F-2 APPENDIX B CONSTRUCTION MANAGEMENT PLAN (CMP) Parkhill i Lubbock Preston Smith INTERNATIONAL AIRPORT Construction Management Plan (CMP) Lubbock Preston Smith International Airport Airfield -Wide Joint Seal Lubbock, Texas City of Lubbock ITB No. 22-16553-TF FAA A.I.P. No. 3-48-0138-048-2022 April 12022 Parkhill Project #01271517 Parkhill Lubbock Preston Smith INTERNATIONAL AIRPORT Construction Management Plan (CMP) Lubbock Preston Smith International Airport Airfield -Wide Joint Seal Lubbock, Texas City of Lubbock ITB No. 22-16553-TF FAA A.I.P. No. 3-48-0138-048-2022 � kA & "OpOF *......................... d TESSA R.HAZLETT �......... ............... ...; �. . 105004 4/29/2022 April 12022 Parkhill Project #01271517 Parkhill TABLE OF CONTENTS A. INTRODUCTION............................................................................. 1 B. PERSONNEL AND RESPONSIBILITIES ............................................. 1 C. INSPECTION PROCEDURES AND FREQUENCIES ............................3 D. SUBMITTAL PROCESS....................................................................4 E. QUALITY CONTROL TESTING (BY CONTRACTOR) ...........................4 F. ACCEPTANCE TESTING (BY OWNER'S REPRESENTATIVE)..............5 G. PAY FACTORS............................................................................... 5 H. TEST RESULTS.............................................................................. 6 I.. FINAL TEST AND QUALITY CONTROL REPORT ................................ 6 APPENDICES APPENDIX A APPENDIX B APPENDIX C APPENDIX D APPENDIX E CONSULTING ENGINEERING STAFF RESUMES LABORATORY CERTIFICATION SUBMITTAL PROCESS SUMMARY QUALITY CONTROL TESTING (BY CONTRACTOR) ACCEPTANCE TESTING/QUALITY ASSURANCE (BY ENGINEER) 01271517 1 Airfield -Wide Joint Seal TOC - 1 \\Data 1 \Projects\2017\2715.17\02_DSGN\04_REPT\00_CLERICAL\CM P\0_Ho1dSign\1-toc.docx Parkhill A. INTRODUCTION The Project accomplished under this program consists of construction work for the Lubbock Preston Smith International Airport (LBB). Project scope includes concrete spall repair, removing and replacing failed joints sealant, concrete beveling, sealing joints in concrete pavement with preformed compression seal or self -leveling silicone as specified, and sealing joints between concrete pavement and asphalt shoulders. B. PERSONNEL AND RESPONSIBILITIES Sponsor's Agent Mr. Steve Nicholson, CM, Deputy Director Operations and Safety Lubbock Preston Smith International Airport (LBB) Administration Office, 2nd Floor Lubbock Texas 79403 806.775.2036 Consulting Engineer and Staff Mr. Mark Haberer, P.E., CM, Project Manager Parkhill 4222 85th Street Lubbock Texas 79423 806.473.2200 MHaberer(c�Parkhill.com Ms. Tessa Hazlett, P.E., Project Engineer Parkhill 3000 Internet Boulevard, Suite 500 Frisco Texas 75034 469.200.7377 THazlett(@Parkhill.com Ms. Lanell Pahe, Engineering Technologist Parkhill 333Rio Rancho Blvd NE Suite 400 Rio Rancho NM 87124 806.473.3664 Ipahe(@Parkhill.com Ms. Debbie German, Project Assistant Parkhill 4222 85th Street Lubbock Texas 79423 806.473.3615 dagerman _Parkhill.com 01271517 1 Airfield -Wide Joint Seal - 1 - Parkhill Project Engineer will oversee construction period services. Parkhill will also provide one, full-time Resident Project Representative (RPR) during Project construction. A second RPR will be provided if needed. RPR duties, responsibilities, and limitations of authority are described in the Professional Engineering Services Agreement. RPR will report directly to the Parkhill Project Manager. Parkhill will compile a copy of all test reports to be delivered to TxDOT Aviation. A description of key personnel and chain of communication follows: Contractor (Updated upon award) Firm: Address: Phone: Contact Name, Title: City State Zip: Email: Testing Lab(s) • Sponsor's Quality Assurance Testing Lab Mr. Cole Hutson, P.E. Atlas Technical Consultants, LLC 12804 County Road 2500 Lubbock Texas 79404 806.771.7283 01271517 1 Airfield -Wide Joint Seal - 2 - Parkhill Contractor's Quality Control Testing Lab (Updated upon award Address: Phone: Contact Name, Title: City State Zip: Email: As required, the Sponsor's Quality Assurance (QA) testing laboratory and Contractor's Quality Control (QC) testing laboratory must be certified according to ASTM D3666 and C1077. Laboratory certificates may be found in Appendix B. Sponsor's QA laboratory is responsible for reporting all construction period and material compliant test results to Contractor, Sponsor, Sponsor's Agent/FAA, and Engineer. Contractor's QC laboratory is responsible for testing and reporting quality control test reports and periodic inspections to ensure quality of material required by Project Technical Specifications. C. INSPECTION PROCEDURES AND FREQUENCIES 1. SURVEYING AND GRADE CONTROL. Engineer provides grade control as part of Construction Documents. Contractor is responsible for verifying control network at Project onset to confirm agreement. All construction staking is Contractor responsibility and Contractor is required to immediately report any deviations. As required by Technical Specifications, Contractor must employ a Texas -licensed RPLS to verify field condition of various construction items. Provide all survey notes and measure to Engineer for verification of compliance with Project design. Engineer may employ a Texas -licensed RPLS to perform periodic verification of Contractor work, where applicable. This will include isolated spot checks only. Any discrepancies found will result in an immediate coordination meeting between Engineer and Contractor. 2. BY CONTRACTOR. Contractor is required to execute daily inspections on work performed and to be performed. All inspection notes shall be captured in Contractor's daily log, submitted as required. Contractor must also perform certain QC testing, where applicable. Testing shall be performed by Contractor's lab and all test reports made available to Engineer daily. Frequencies are defined in Project Specifications and Article E — Quality Control Testing (by Contractor). Contractor will detail QC testing further in their QC Program required by FAA Item C-100 — Contractor Quality Control Program. 3. BY CONSULTING ENGINEER. Observation Procedures: RPR will be onsite full-time daily throughout Project duration. As per Agreement for Professional Services, RPR will check for "general conformance to plans and specifications." RPR will not "inspect" every detail of Contractor's Project nor direct Contractor operations. RPR will observe, document findings, and bring any concerns to PARKHILL project manager. RPR will also coordinate Owner's QA testing laboratory. Tests will be performed as required by Technical Specifications and as stated in Article F — Acceptance Testing (by Owner's Representative). RPR will also monitor daily activity to confirm Contractor performs required QC testing. Observation notes will be captured in Procore. Daily Reporting/Diary: RPR will maintain daily logs in Procore for activity, progress, concerns, communication, testing, and other activity related to construction. Submit logs to Sponsor and FAA as part of Project Final Report, if applicable. RPR will also collect photos for reference where appropriate. Include all photos in Procore and transmit as part of the Project Final Report. 01271517 1 Airfield -Wide Joint Seal - 3 - Parkhill Weekly Reporting: As required by FAA, PARKHILL will prepare and submit weekly Construction Progress Reports by email and upload into FAA submission entry with electronic copies to the Sponsor. D. SUBMITTAL PROCESS Contractor must prepare and submit a complete submittal list at Preconstruction Meeting to populate into Procore and maintain throughout Project duration. Engineer will also maintain a record of submittal status in Procore. All submittals shall address "Buy American" and FAA -approved source requirements by having Contractor submit a written certification statement indicating requirements are met. A preliminary list of submittals may be found in Appendix C. This list was prepared to assist Contractor and does not permit Contractor to omit a submittal if not included on list. All submittals will be routed through Procore for review and approval. E. QUALITY CONTROL TESTING (BY CONTRACTOR) Contractor must visually inspect all items used upon arrival and maintain control charts for applicable material production. Contractor shall perform and document all daily inspections and tests as determined in the Technical Specifications, FAA Item C-100 — Contractor Quality Control Program. Contractor shall make QC reports, test results, and inspection reports available to Engineer. Provide test results before start of the following day. Provide inspection reports on workday after day of record. All items of material and equipment are subject to Engineer surveillance. If Contractor determines to be noncompliant regarding any requirements of QC Program, Engineer may expect Contractor to: ■ replace ineffective or unqualified quality control personnel or subcontractors; or ■ stop operations until appropriate corrective action is taken. For a list of anticipated QC Tests, see Appendix D, Table 2 - Quality Control Testing (By Contractor). Test values are included in Project Specifications. Quality Control Testing Responsibility Contractor's Quality Control Contractor's Project + Contractor's Project Manager Superintendent Manager COmmunitation Contractor's Testing I aboratory Test Results unitation FAA project Manager 01271517 1 Airfield -Wide Joint Seal - 4 - Parkhill Summary of Action: If/when deficiencies arise during construction, instigate immediate communication as indicated. Action includes but not limited to: ■ Discussion of test results and potential implications. ■ Retest by Contractor to verify results. ■ If retest confirms deficiency, Contractor shall rework deficiency or potentially replace material depending on deficiency. • Reworked area or replaced material tested by Contractor's laboratory. • Contractor shall develop a plan for avoiding same deficiency on future segments of work. ■ Other specific courses of action defined in Contractor's QC Plan. F. ACCEPTANCE TESTING (BY OWNER'S REPRESENTATIVE) For Testing Methods, see Appendix E, Table 3 - Quality Assurance (by Engineer). Quality Assurance Testing Responsibility: Parkhill Project Parkhill Project Enginee Owner's Representative (RPR) Final Project Re ■ FAA Project Manager ■ Owners' Representative G. PAY FACTORS There are no Pay Factors Specifications. ommunication Contractor's Project -communication fA Manager Contractors Project Superintendent Parkhill Project T Contractor's Quality Assistant Control Manager Owner's Testing for for this Project. Basis of payment may be found in Technical 01271517 1 Airfield -Wide Joint Seal - 5 - Parkhill H. TEST RESULTS AND DOCUMENTATION Daily Quality Control (QC) Tests: Contractor must document all QC test results performed on Project. Submit test results to RPR for review the day after testing is performed. If results are deficient, RPR will initiate dialogue with Contractor's Superintendent. If results are favorable, RPR will forward results to Parkhill Project Assistant to be compiled for Project Final Report. Daily Quality Acceptance (QA) Tests: RPR will coordinate testing with Owner's Laboratory. RPR will also document all test results at point of testing, using this data to reconcile test reports received from Owner's Testing Laboratory. RPR will also note tests performed in Procore. Deficient test results will be immediately communicated to Contractor's Project Superintendent. Failing Tests: ■ QC Testing: Whether passing or failing, RPR will obtain a copy of all QC test results performed by Contractor. Deficient results will result in immediate communication between Contractor and Engineer and subsequent action determined. Corresponding retests will be taken and documented. • QA Testing: RPR will document all test results as point test is performed by Owner's Testing Laboratory. Deficient results will result in immediate communication between Contractor and Engineer and an action plan for remediation developed. Retest results will be documented and all charges for failing tests invoiced to Contractor. FINAL TEST AND QUALITY CONTROL REPORT As part of the Project Final Report, Engineer, Contractor, and Owner's Testing Laboratory will coordinate preparation of a Final Test and Quality Control Report. Report will summarize number of tests performed versus number of tests required for each specification item. Failed tests and subsequent retests will be included. Where necessary, document acceptance of specification deficiencies. 01271517 1 Airfield -Wide Joint Seal - 6 - Parkhill APPENDIX A: CONSULTING ENGINEER STAFF RESUMES Parkhill EDUCATION Texas Tech University Master of Business Admin.,1999 Texas Tech University Bachelor of Science Civil Engineering,1997 AAAE Loretta Scott Academy Certified Member, 2014 REGISTRATION Licensed Professional Engineer Texas, 94867 Licensed Professional Engineer New Mexico, 19706 Licensed Professional Engineer Kansas, 22310 Licensed Professional Engineer Oklahoma, 25664 YEARS OF EXPERIENCE 21 Mark Haberer, PE, CM Director of Aviation I Principal Mark Haberer, PE, CM, is a Principal, the Director of Aviation, and a member of the Parkhill Board of Directors. When he graduated from Texas Tech University with a bachelor's degree in Civil Engineering in 1997 and a master's in Business Administration in 1999, he had one goal in mind — make a positive impact on the world through impactful projects. Today, Mark is doing that. Licensed in multiple states, he has expertise that involves project management, design, and construction administration for various airport projects. Mark's experience includes management and design of projects totaling near $200M. His passion and focus is on providing relevant solutions and superior service to every client, helping to carry out the Parkhill vision of enriching lives and inspiring people through the built environment. As a Certified Member of AAAE Loretta Scott Academy, Mark has an understanding of the various aspects of airport management and is well positioned to help advise clients during all phases of airport projects. A member of Texas Society of Professional Engineers (TSPE) - South Plains Chapter, he was named Young Engineer of the Year in 2009 and Engineer of the Year in 2019. He was a finalist for Lubbock's 20 Under 40 for 2010, a member of Leadership Lubbock 2011-2012, a Corporate Member on the Board of Directors - American Association of Airport Executives (AAAE) - South Central Chapter 2014-2016, 2017 South Central AAAE Service Award Winner, and one of CE Magazine's 2013 Rising Stars of Civil Engineering. NOTABLE PROJECTS I Abilene Regional Airport Land Planning I Albuquerque Sunport Boarding Bridge Study I Amarillo East Airport District Plan I El Paso International Airport FBO Ramp Addition and Taxiway U & V Realignment I El Paso International Airport Reconstruction of Runway 4-22 CM Services I Lubbock Preston Smith International Airport Airfield -Wide Joint Seal I LEDA Business Park Development I Levelland Rail Park Development I Lubbock Preston Smith International Airport Runway 17R-35L Reconstruction I Lubbock Preston Smith International Airport Runway 8/26 Extension I Lubbock Preston Smith International Airport Runway Terminal Apron Rehabilitation I Midland Air & Space Port Master Plan I Tulsa International Airport Perimeter Road Rehabilitation Parkhill EDUCATION University of Texas at Arlington Master of Engineering Infrastructure Engineering and Management, 2010 University of Dayton Bachelor of Civil Engineering, 2004 REGISTRATION Licensed Professional Engineer Texas,105004 Licensed Professional Engineer Oklahoma, 32307 YEARS OF EXPERIENCE 16 Tessa Hazlett, PE Civil Project Manager Tessa Hazlett, PE, is a Civil Project Manager with Parkhill's Aviation Sector. She is a US Army veteran with a proven ability to develop and implement strategies for project and construction management. Tessa is an expert problem solver and is skilled in translating strategy and vision into action for clients. Her attention to detail and proven record for driving growth and creating shareholder value has been cultivated through extensive experience in project management, planning, operating excellence, and cultivating relationships and revenue streams for clients. Tessa's diverse background in water resources, planning, and construction execution experience. Tessa's project portfolio includes $1.8M in surface water control designs, $115M in oil and gas production/separation facilities, site development and equipment foundations, and $65M in pipeline construction projects. Tessa's aviation experience includes varying projects from runway, taxiway, and apron reconstruction projects at Midland International Air and Space Port and Lubbock Preston Smith International Airport. Most recently, Tessa served as the Project Manager for the $4.9M Cleburne Regional Airport's Runway 15/33, Taxiway A and D Reconstruction project. NOTABLE PROJECTS I Aviation Pursuing/Pending I LBB Taxiways M and J Rehabilitation I LEDA Lubbock Business Park South Half Infrastructure Improvements I Lubbock Preston Smith International Airport Terminal Apron Rehabilitation I MAF Airfield Pavement Marking I MAF Airfield Wildlife Fence Improvements I MAF Airport Wildlife Improvements - South Drainage Channel I MAF Prepare FBO RFP and Evaluate Proposals Tulsa Airport - Airport Pavement Management I Tulsa Airport - Perimeter Road Rehabilitation I TxDOT Cleburne Taxiway D Relocation, Runway 15/33 and Taxiway A Rehabilitation I TxDOT Gaines County Airport Wildlife Fence I TxDOT Moore County Airfield Rehab I TxDOT Odessa Ector County Airport Improvements Parkhill EDUCATION New Mexico State University Bachelor of Science Civil Engineering Technology, 2016 YEARS OF EXPERIENCE 7 Lanell Pahe Engineering Technician Lanell Pahe is a member of Parkhill's Aviation Sector. Her design experience includes pavement design, FAAR field pavement evaluation, airfield site layout, marking and electrical layouts, pavement rehabilitation, drainage, site grading, Stormwater Pollution Prevention Plan (SWPPP), and Construction Safety and Phasing Plan Layout. Lanell has worked on multiple TxDOT Aviation Projects and Part 139 airports. She uses Civil 3D 2019, Aeroturn and G.I.S. for design and project cost estimating. NOTABLE PROJECTS I Aerocare-Plainview I Artesia Municipal Airport Runway 12-30 Phase II Reconstruction I Artesia Municipal Airport Runway 3-21 Rehabilitation I CES - Albuquerque ABO Jet Bridge Assessment I El Paso International Airport FBO Ramp Addition and Taxiway U & V Realignment I El Paso International Airport Taxiway A Realignment and Taxiways D & F Reconstruction I LBB Airfield -Wide Joint Seal I LBB Airfield Asphalt - Package 3 1 LBB CIP Update -Airfield Asphalt Repair Package 3 1 LBB Runway 17R-35L Ph II Construction I LBB Taxiways M and J Rehabilitation I Lubbock Preston Smith International Airport Runway 17R-35L Design I Lubbock Preston Smith International Airport Terminal Apron Rehabilitation I Lubbock Runway 17R-35L Construction I MAF Airfield Lighting Rehabilitation I MAF Concrete Terminal Apron Rehabilitation I MAF NW Basin Wildlife Improvements I MAF RIM (Runway 10 End) I Midland International Air and Space Port Airfield Storm Drainage Study and Upgrades I Moore County Airport Hangar I Municipal Airport Runway 12-30 Reconstruction Preliminary Design, Final Design & Bid Phase Services I Plainview -Hale County Business Park I Rockwall Airport SWPPP I TxDOT Cleburne Taxiway D Relocation, Runway 15/33 and Taxiway A Rehabilitation I TxDOT Floydada Municipal Airport I TxDOT Graham Municipal Airport I TxDOT Hale County Airport 2013 CSJ No 1305PLNVW I TxDOT Hemphill County Airport 2013 1 TxDOT Hereford Airport 2014 1 TxDOT Midland Airpark Hangars I TxDOT Moore County Airfield Rehab I TxDOT Muleshoe Municipal Airport Pavement Reconstruction I TxDOT Perry Lefors Field (Pampa) Elec Improvements I TxDOT Perryton Airport 2010 1 TxDOT Post -Garza County Airport Improvements I TxDOT Stanton Airport Pavement Rehab Lighting Parkhill YEARS OF EXPERIENCE I$] Blake Snellgrove Engineering Student NOTABLE PROJECTS I LEDA-LBBK Bus Park N. Nutmeg and Hunter I LEDA-Lbbk Bus Park South Half Ivory Ave I MAF PFC Application and Amendments 2019 I MAF New Terminal Vehicle Parking Lots I MAF RIM (Runway 10 End) I MAF Terminal Vehicle Parking Rehabilitation and Parking Equipment Replacement I MAF Construct Taxiway and Apron at CAF I Lubbock Preston Smith International Airport Terminal Apron Rehabilitation I LBB Airfield -Wide Joint Seal I MAF Terminal Building Outbound Baggage Conveyance System Replacement I MAF DBE Program Management I TxDOT Perry Lefors Field (Pampa) Elec Improvements I MAF Access Control System and Cable Upgrade I TxDOT Moore County Airfield Rehab Parkhill EDUCATION University of Phoenix Bachelor of Science Human Services / Management, 2012 YEARS OF EXPERIENCE 6 Debbie German Project Assistant Debbie German is the Aviation Project Assistant (PASS) and has been with Parkhill since March 2015. She began with Parkhill in the Civil Clerical department, where she completed and reviewed FAA, TxDOT, and EJCDC specifications, reports, and more. She continues to work with those entities as well as assist in creating Parkhill's Civil Master Specifications to improve the firm's design communication and clarity. As a PASS, she provides project management support to the Aviation Sector with project documentation, internal and external communication, and project tracking. Debbie has a thorough understanding of TxDOT's eGrants, assisting clients in securing TxDOT funding for their projects, and Procore, Parkhill's go -to software for communicating Civil project information among the client, design team, and other stakeholders. In each capacity, Debbie serves the firm and its clients, recognizing the needs of the client, project managers, and contractors and working to liaise among each working part of the project successfully. She is also a dedicated member of the firm, having served on various internal committees to ensure Parkhill upholds its core values and motto of Building Community. NOTABLE PROJECTS I LBB Airfield -Wide Joint Seal I LBB Taxiways M and J Rehabilitation I LBB Terminal Apron Rehabilitation I MAF Airfield Lighting Rehabilitation I MAF Airfield Pavement Marking I MAF Airfield Wildlife Fence Improvements I MAF Rehabilitate Concrete Apron I MAF Rehabilitate NW Taxilane I Plainview -Hale County Crack Seal Project I Tulsa Airport Pavement Management I Tulsa Airport Perimeter Road Rehabilitation I TxDOT Cameron AP Pavement Rehab, Lighting, and PAPI I TxDOT Cleburne Taxiway D Relocation, Runway 15/33 and Taxiway A Rehabilitation I TxDOT Culberson County Airport Airfield Rehabilitation I TxDOT Floydada Municipal Airport Hangar Access Taxiway Reconstruction I TxDOT Odessa Ector County Airport Improvements I TxDOT Pecos Municipal Airport Taxiway and Apron Pavement Rehabilitation I TxDOT Post -Garza County Airport Improvements I TxDOT Seymour Municipal Airport Runway 17-35 Improvements I TxDOT Winkler County Airport Pavement Improvements I Winkler County Airport Hangars Parkhill APPENDIX B: LABORATORY CERTIFICATION AA5H ❑ ILIKEiy:azillffowiiwl! C E FAT I F I C AT E OF AMERICAN A550CIATION nF STATE HIGHWAY AND TRANSPpI?TAT1ON1 OFFICIALS Acc EDITATION AASH 0 Atlas Technical Consultants LLC in Lubbock, Texas, USA has demonstrated proficiency for the testing of construction materials and has conformed to the requirements established in AASHTO R 18 and the AASHTO Accreditation policies established by the AASHTO Committee on Materials and Pavements. The scope of accreditation can be viewed on the Directory of AASHTO Accredited Laboratories (aashtoresource.org). J� Tymon, AASHTO Executive Director Moe Jamshidi, AASHTO COMP Chair This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory SCOPE OF AAS HTO ACCREDITATION FOR: Atlas Technical Consultants LLC AASH O in Lubbock, Texas, USA A C C R E D I T E D Quality Management System Standard: Accredited Since: R18 Establishing and Implementing a Quality System for Construction Materials Testing Laboratories C1077 (Aggregate) Laboratories Testing Concrete and Concrete Aggregates C1077 (Concrete) Laboratories Testing Concrete and Concrete Aggregates D3666 (Aggregate) Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials D3666 (Asphalt Mixture) Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials D3740 (Soil) Minimum Requirements for Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction E329 (Aggregate) Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction E329 (Asphalt Mixture) Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction E329 (Soil) Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction Page 1 of 5 This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory 12/07/2010 04/30/2015 04/30/2015 04/25/2019 01 /10/2011 05/21 /2019 04/25/2019 10/12/2016 05/21 /2019 SCOPE OF AAS HTO ACCREDITATION FOR: Atlas Technical Consultants LLC AA S H O in Lubbock, Texas, USA A D D RED IT E D Asphalt Mixture Standard: Accredited Since: R47 Reducing Samples of Hot -Mix Asphalt to Testing Size 04/25/2019 T329 Moisture Content of Hot -Mix Asphalt (HMA) by Oven Method 04/25/2019 D2041 Maximum Specific Gravity of Hot Mix Asphalt Paving Mixtures 04/25/2019 D2726 Bulk Specific Gravitv of Compacted Hot Mix Asphalt Usinq Saturated Surface -Dry Specimens 04/25/2019 D3203 Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures D5444 Mechanical Analysis of Extracted Aggregate D6307 Determining the Asphalt Content of Hot Mix Asphalt (HMA) by the Ignition Method D6925 Preparing and Determining the Density of Hot Mix Asphalt (HMA) Specimens by Means of the Superpave Gyratory Compactor Tex-206-F Compacting Specimens Using the Texas Gyratory Compactor (TGC) Page 2 of 5 ""M/25/2019 04/25/2019 12/07/2010 04/25/2019 04/25/2019 This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory SCOPE OF AAS HTO ACCREDITATION FOR: Atlas Technical Consultants LLC AA S H O in Lubbock, Texas, USA A D D RED IT E D Soil Standard: Accredited Since: D421 Dry Preparation of Disturbed Soil and Soil Aggregate Samples for Tes 04/25/2019 D698 The Moisture -Density Relations of Soils Using a 5.5 lb [2.5 kg] Rammer and a 12 in. [305 mm] Drop 12/07/2010 D1140 Amount of Material in Soils Finer than the No. 200 (75-pm) Sieve * 04/25/2019 D1557 Moisture -Density Relations of Soils Using a 10 lb [4.54 kg] Rammer and an 18 in. [457 mm] D D2216 Laboratory Determination of Moisture Content of Soils D2487 Classification of Soils for Engineering Purposes (Unified Soil Classification System) D4318 Determining the Liquid Limit of Soils (Atterberg Limits D4318 Plastic Limit of Soils (Atterberg Limits) D6938 In -Place Density and Moisture Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) Page 3 of 5 04/25/2019 ormM25/2019 04/25/2019 12/07/2010 12/07/2010 04/25/2019 This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory SCOPE OF AAS HTO ACCREDITATION FOR: Atlas Technical Consultants LLC AA S H O in Lubbock, Texas, USA A D D RED IT E D Aggregate Standard: Accredited Since: `C40 Organic Impurities in Fine Aggregates for Concretemft��04/30/2015 C117 Materials Finer Than 75-pm (No. 200) Sieve in Mineral Aggregates by Washing 04/30/2015 �C127 Specific Gravity and Absorption of Coarse Aggregate r 04/30/2015 C128 Specific Gravity (Relative Density) and Absorption of Fine Aggregate 04/30/2015 �6136 Sieve Analysis of Fine and Coarse Aggregates 04/30/2015 C566 Total Moisture Content of Aggregate by Drying C702 Reducing Samples of Aggregate to Testing Size - Page 4 of 5 This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory 04/30/2015 04/30/2015 SCOPE OF AAS HTO ACCREDITATION FOR: Atlas Technical Consultants LLC AA S H O in Lubbock, Texas, USA A D D RED IT E D Concrete Standard: Accredited Since: Making and Curing Concrete Test Specimens in the Field 04/30/2015 C39 Compressive Strength of Cylindrical Concrete Specimens 04/30/2015 Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) 04/30/2015 C138 Density (Unit Weight), Yield, and Air Content of Concrete 04/30/2015 1 Slump of Hydraulic Cement Con C172 Sampling Freshly Mixed Concrete C231 Air Content of Freshly Mixed Concrete by the Pressure Method C511 Moist Cabinets, Moist Rooms, and Water Storage Tanks Used in the testing of Hydraulic Cements and Concretes C1064 Temperature of Freshly Mixed Portland Cement Concret C1231 (7000 psi and below) Use of Unbonded Caps in Determination of Compressive Strength of Hardened Concrete Cylinders Page 5 of 5 �4/30/2015 This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory 04/30/2015 04/30/2015 04/30/2015 04/30/2015 04/30/2015 Parkhill APPENDIX C: SUBMITTAL PROCESS SUMMARY Submitted Sampling Minimum Test ation Spec Section By Material Test Standard Test Required Locations Frequency Requirements Notes uality Control 7'ollution 1/Project Contractor to submit CQCP for (CQCP) review and approval. Air and Water Contractor to prepare ,rosion, and C 1 /Project SWPPP (if required) and Siltation Control C-102 NOI, submit copies to Engineer/Owner. Contractor to post the following C-105 Mobilization C Posted Notices 1 /Project documents: Equal Employment C-105-3 Opportunity (EEO) Poster, Davis Bacon Wage Poster. 101-2 C List of Equipment Nor- P-101 Surface 101-3.2 C Crack Sealant ASTM D 6690 Verify Meets Specs MFG 1 / Source Material See P-604 or P-605 Preparation/Removal of Existing Concrete repair products Pavements 101-3.4 C Spall Repair Material Verify Meets Specs MFG 1 / Source Material outlined in 101-3.4 product spec sheet. 101-3.8.3 C Joint Sealant ASTM D6690 Verify Meets Specs 1 / Source Material See item P-605-2.1 153-2.1.a C Cement ASTM C 150 or ASTM C 595 Standard Spec for Source 1 / Project Type II Portland Cement 153-2.1.1b C Fly Ash ASTM C 618 Fly Ash Standard Spec Source 1 / Project Class C or F 153-2.1.c C Fine Aggregate (sand) ASTM C 33 Standard Spec for Source 1 /Project Sieve Table Concrete Aggregates P-153 Controlled Low -Strength Material (CLSM) 153-2.1.d C Water ASTM 1602 Potable 153-3.1 C CLSM Proportions Mix Design Written Approval of RPR Lab 1 / Project 153-3.1.a C CLSM ASTM D 4832 28-Day Compressive Lab 1 / Project Must achieve a 28-day Include results of Strength for CLSM compressive strength of 100 to g 200 psi. consistency test. 153-3.1.1b C CLSM ASTM D6303 Consistency Per Specs Lab 1 /Project 604-2.1 C Joint Sealant ASTM D2628 Manufacturer's Certificate 1/Source Material P-604 Compression Joint Seals of Analysis for Concrete Pavements 604-2.2 C Lubricant/Adhesive ASTM D2835 1/Source Material 605-2.1.a C Joint Sealant ASTM D6690 Hot -Applied Joint and Source 1/Source Material Crack Sealants Cold -Applied, Single P-605 Joint Sealants for 605-2.1.b C Joint Sealant ASTM D5893 Component Silicone Joint Source 1/ Source Material Pavements Sealant 605-2.2 C Backer Rod/Bond Gasket and Sealing Source 1/Source Material Previously ASTM C509 Breaking Take ASTM 5249/ASTM D789 Material 605.3.2 C List of Equipment 1 / Project 610-2.1 C Materials Shipped to Source 1/Source Material Project P-610 Concrete for 610-2.1a C Aggregate ASTM C1260 Reactivity Certified Test Source 1 / Source Material Tested within 6 months. Miscellaneous Structures Reports 610-2.2 C Course Aggregate ASTM C33 Gradation per Source 1/Source Material S ecification 610-2.3 C Fine Aggregate ASTM C33 Gradation per Source 1/Source Material Specification Additionally must submit paint Materials Shipped to Manufacturer's Certified manufacturer's surface 620-2.1 C Project Test Reports preparation; to be submitted and approved by RPR P-620 Runway And Taxiway 620-2.2.a C Paint Fed STD No. 595 Paint Spec. Source 1 / Source Material Marking 620-2.3 C Reflective Media FED SPECTT-B-1325D Reflective Media Source 1/ Source Material See table "Minimum Retro- 6 readings over a 6 SF 620-3.8 C Reflective Media ASTM E1710 Retro-reflectance source area Reflectance Values" in spec section 108-2.1 C Materials Submit for approval prior to ordering. 108-2.1 C Equipment Submit for approval prior to ordering. Qualification of proposed cable splicer 108-2.5 C for each cable type to include resume Submit for approval. and sample splice. At all connections 108-2.11 C Existing Circuits Existing Circuit's Insulation to an existing Contractor submit all test results in the Operation and RPR to observe QC [es[. Resistance circuit before and Maintenance Manual. after connection. Installation of cable L-108 Underground Power Cable C Installation of Cable In Contractor's recommended pulling tensions should recorded Submit to RPR prior to for Airports 108-3.2 Duct Banks or Conduit tension values. and reviewed after installation for review. installation. Contractor may submit a plan to RPR for heated storage of the Temperatures below manufacturer's cable and maintenance of an 108-3.2 C Installed Cable minimum cable installation acceptable cable when temperature. temperatures are below manufacturer's minimum cable installation temperature. Contractor to provide two 108-3.10 C Installed Cable Insulation resistance copies of tabulated results of all RPR to observe QC test. tests performed. Submit for approval prior to 108-2.1 C Materials ordering. Submitted Sampling Minimum Test & Specification Spec Section By Material Test Standard Test Required Locations Frequency Requirements Notes Submit for approval prior to 110-2.1 C Equipment ordering. L-110 Airport Underground Electrical Duct Banks and 110-3.1 C Materials Submit sample pf proposed Conduits warning tape for RPR approval. Submit locking collars and 110-3.3 C Materials spacers for RPR review. 125-2.1 C Materials Submit for approval prior to ordering. L-125 Installation of Airport Lighting Systems 125-2.1 C Equipment Submit for approval prior to ordering. Low profile barricades, other traffic control devices. Material for concrete pavement spalls repair. Other Submittals Material for concrete pavement cracks repair. Parkhill APPENDIX D: QUALITY CONTROL TESTING (BY CONTRACTOR) y Contracto SpecNlcetlon Spec Section Test By Material Test Procedure Test Required Sampling Lootions MFrequ nTo" Requlremerlts Notes Contractor Quality Control C-100 Contractor Quality Control Program (CQCP) C Program Meets not SpecI rations. C-102 Temporary Air and Water Pollution, Soil C C...-r maintain Erosion, and Siltation Control SWPPp. P-101 Surface Preparation/Removal of Existing Pavements C None None 153-0.3 C CLSM Consirtency During Production Per Batch Conforms to mix design P-153 Controlled Low- Monitor Strength Material (CLSM) Place when Air or Ground ambient 153-4.1.c C CLSM Temperature Site t nnp> land rising. emperatures. 15eesection CLSM temp W'F. 4.2.a. Ambient and Temperature shall be at 60,,4.1 C Pavement Daily leart 35-F and rising at Temperature a of installation Demonrtr n 604— c loin[Seal and Lubricant/Adhesive Con[rol5[rip Control Si rip le'h at least 200 feet. tim ofinstallation antl requires RPR approval. P-604 Compression Joint Seals for Con— 604a.4a c loin[Seal and Joints to be sealed within 3calentlar d-of sawing Pavements Lubricant/Adhesive point eaI cavity. Conn., -to inspect seal a m of once per 604-06a C Joint Seal and 400 feet of seal for Lubricant/Adhesive cempliance tothe shrinkageorcompression requirements. 605-3.3 C Joint Sealant Weather Limitations >50 il,r—I Demonrtration of cleaning 605-3.3 C Joint Sealant Inspection method does not damage Joints In presence of RPR. P-605 Joint Sealants for CDntracor to insp-Joint Concrete Pavements sealant for proper rate of cand -,bonding, 605-3I C Joint Sealant Inspection cohednne separatlon withinthe sealant, eMon tollquld, [rapped air and voids. Temperature shall be at Ambient l..40°F for mixing antl P-610Concretefor 610-3.3 C Concrete Temperature at least 50-F antl not Miscellaneous Structures higher than 100-F during place 610-3.1 C Concrete AST. C343 Slump Test Contractor to monitor P-620 Runway And Taaiway Ambient and Per manufacturer's Marking 620-2.1 C Pavement Temperature Daily mendatlon. L-108 Underground Power Cable for Almorts 108-2.5 C Sample Splice 1000-vdc after submerged underwater. Submit for approval. L-110 Airport Underground El"trlwl D-Banks and C None Conduits L-1251nrtalla[ion of Airport C N Lighting Systems one Item MC -Miscellaneous Construction None Other Submittals None Parkhill APPENDIX E: ACCEPTANCE TESTING/QUALITY ASSURANCE (BY ENGINEER) Table 3: QUALITY ASSURANCE (by Engineer) Test Sampling Minimum Test Specification Spec Section Material Test Procedure Test Required Requirements Notes By Locations Frequency C-100 Contractor Quality Control E None None Program (CQCP) C-102 Temporary Air and Water Pollution, Soil Erosion, and E None None Siltation Control P-101 Surface Preparation/Removal E None None of Existing Pavements Consistency test. Verify material conforms with Since takes 28- mix design. Compressive days for strength, Testing of CLSM 1 / day of CLSM strength at 28 day 153-3.1.a E CLSM ASTM D4832 Test Cylinders Source / Plant placement between 100 to 200 psi. primary concern No significant gain is proportions afterwards. 3" diameter meetlMF. x 6" tube Achieve proper solid 153-3.1.b E CLSM Cylinders Consistency Source / Plant 1 / day of CLSM suspension and Plowable placement characteristics P-153 Controlled Low - Strength Material Place when Air or (CLSM) Ground temp >357 Monitor ambient E CLSM Temperature Site Engineer discretion temperatures. 153-4.1.c and rising. CLSM temp See section 4.2.a >40°F. During Write applicable 153-4.1.b Production information on E CLSM from Trucks Every Truck Collect batch tickets batch tickets. either at plant Number tickets. or on site Scan tickets. Cleaned joints shall be approved by the RPR P-604 Compression Joint Seals for 604-4.4b E Joint Seal and prior to installation of Lubricant/Adhesive the lubricant/adhesive Concrete Pavements and compression joint seal. RPR to inspect joints for P-605 Joint Sealants required width, depth, for Concrete 605-3.4 E Joints alignment and Pavements preparation prior to sealing. P-610 Concrete for RPR to inspect and Miscellaneous 610-3.4 E Forms approve forms. Structures P-610 Concrete for 610-4.1 E Concrete ASTM C231 /ASTM C35 Specified Strength Daily Production Miscellaneous Structures 610-4.1 E Concrete ASTM C231 Air Content Daily Production Manufacturer's P-620 Runway And Materials Shipped to Reviewed and approved Taxiway Marking 620-2.1 E Project Certified Test by RPR. Reports RPR to approval 108-2.1 E materials and equipment. Review of splicer L-108 Underground 108-2.5 E qualifications. Power Cable for Airports 1000-vdc after 108-2.5 E Sample Splice submerged under water. Installation of Cable Review of installation 108-3.2 E in Duct Banks or Conduit tension. L-110 Airport RPR to approval Underground Electrical Duct Banks and 110-2.1 E materials and Conduits equipment. Table 3: QUALITY ASSURANCE (by Engineer) Test Sampling Minimum Test Specification Spec Section Material Test Procedure Test Required Requirements Notes By Locations Frequency L-125 Installation of RPR to approval Airport Lighting 125-2.1 E materials and Systems equipment. Item MC - Miscellaneous E None Construction other Submittals E None 10. C'ty of ibbock TExas ADDENDUM 2 Bid Due Date Extension ITB 22-16553-TF LBB Airfield -Wide Joint Seal DATE ISSUED: May 24, 2022 NEW OPEN DATE: June 9, 2022, 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. Bid Due Date Extension The bid due date has been extended to June 9, 2022, at 2: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, %*& 5&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. Page Intentionally Left Blank 10. C'ty of ibbock TExas ADDENDUM 3 Engineer's Addendum No. 3 ITB 22-16553-TF LBB Airfield -Wide Joint Seal DATE ISSUED: May 25, 2022 OPEN DATE: June 9, 2022, 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. Engineer's Addendum No. 3 Please see Addendum No. 3, attached. 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, %*& 5&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. Parkhill ADDENDUM N0: 003 TO: ALL PLANHOLDERS FROM: Tessa Hazlett, PE PROJECT NAME: LBB Airfield -Wide Joint Seal and Hold Sign Relocation PROJECT NO.: 01565722 DATE: May 25, 2022 Attention of all Prospective Proposers/Plan Holders is directed to the following modifications to the referenced Drawings and Project Manual. This Addendum becomes a part of the Contract Documents and modifies the original Contract Documents dated 4/29/2022 as noted below: This Addendum consists of 1 page and the attached drawing no. G-025. CHANGES TO PLANS 1. Refer to updated Sheet G-0025 attached. Number of calendar days in table have been updated to be consistent with contract time published elsewhere. The project is to be substantially complete in 263 Calendar Days and Final Completion shall occur within 273 Calendar Days. II. SITE VISIT CLARIFICATION 1. PROSPECTIVE BIDDER ACCOMMODATION a. The Lubbock Preston Smith International Airport will accommodate a site visit for any prospective bidder. Site visits shall be coordinated through Airport Operations by calling Mr. David Paschall at 806.778.4749. III. QUESTIONS AND CLARIFICATIONS 1. QUESTION: What type of joint sealant material is present in the majority of the existing joints on this project? If there are multiple types of sealants, can you provide a rough estimate as to what percentage of each type of sealant is currently in the joints? a. RESPONSE: Existing sealant is comprised of both hot pour and self -leveling silicone. Exact split is unknown. Prospective Bidders shall visit the site and satisfy themselves as to the type of existing sealant, condition of the existing sealant and level of effort required to remove the existing sealant and prepare the joint. END OF ADDENDUM NO. 003 Respectfully submitted, By: Tessa Hazlett, PE Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: 5/25/2022 A:\2022\5657.22\04—PRCMNT\00—PASS\03—Addenda.docx Parkhill.com Page is too large to OCR. Page Intentionally Left Blank 10. C'ty of ibbock TExas ADDENDUM 4 Revised BidTable, Clarifications, and Engineer's Addendum No. 4 ITB 22-16553-TF LBB Airfield -Wide Joint Seal DATE ISSUED: June 1, 2022 OPEN DATE: June 9, 2022, 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. Updated BidTable 1. The bidtable has been updated. Please use the most recent version with your submission. - Please note the specified changes per Engineer's Addendum no. 4, attached. Clarifications 1. Please see the questions and answers below: Q: Will the owner accept a $10 million Umbrella policy in lieu of the $15 million limit shown in the Umbrella insurance requirements? A: Yes, we will accept the $1 OM. Q: We would like to request an extension on the deadline for questions to June 3rd for subcontractors and follow up questions. A: The deadline has been extended to June 2, 2022, at 4PM CST. Engineer's Addendum No. 4 1. Please see Addendum No. 4, attached. 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(&,mylubbock.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. Parkhill TO: All Plan Holders ADDENDUMFROM: Tessa Hazlett, PE PROJECT NAME: LBB Airfield -Wide Joint Seal and Hold Sign Relocation NO: 004 PARKHILL PROJECT NO.: 01565722 DATE: June 1, 2022 Attention all Prospective Proposers/Plan Holders: The following are modifications to the bid opening date. This Addendum becomes a part of Contract Documents and modifies original Contract Documents dated 4/29/2022 as noted herein. Addendum 004 consists of 2 pages. QUESTIONS AND CLARIFICATIONS 1. QUESTION: Does the owner have a specific procedure and/or product they would like the contractor to use to securely cover the taxiway guidance signs in each phase? a. RESPONSE: Ensure proper elements of each applicable sign legend are covered during the respective phase. Confirm the information being covered is not visible, and there is no light leakage from the area being covered. No drilling or mounting covering to sign frame. One recommendation is to attach covering material to sign frame with strapping material to guarantee the cover is adequately secured to the sign (strapping material must be clear to not interfere with possible sign panel information on opposite side of sign). Airport open to suggestions for covering. 2. QUESTION: When night work is required what are the typical night shift hours (time for start of shift — time for end of shift)? a. RESPONSE: If night work is required, typical hours are 9pm — 5am. Some adjustments may be necessary based on conditions. Note that the area is to be open to aircraft at 5am. Ensure pavement is clear of Foreign Object Debris (FOD) prior to opening. 3. QUESTION: Our take off indicates that at the end of the project there will be a 18-20% underrun on the Base Bid quantity for item P604-6.1 1" Compression Seal. We respectfully request that you recheck the total base bid quantity or P604-6.1 and revise. a. RESPONSE: See revised quantities on bid form. 4. QUESTION: With regard to the phases located on taxiways, after a phase/area is closed will that area remain closed 24 hours/7 days per week until all work is completed, or does the area need to have all barricades, sign covers, and PVC lighting sleeves removed at the end of each shift to reopen the pavement? a. RESPONSE: Intention is to have area closed for the duration of each phase. 5. QUESTION: If taxiway areas are required to be reopened at the end of each shift, will PVC lighting sleeves only be required during nighttime pavement closures? a. RESPONSE: Intention is to have area closed for the duration of each phase. 6. QUESTION: The bid item description for P-101-5.2 Concrete Pavement Spall Repair says to include material regardless of spall depth. Can you please clarify what is meant by "regardless of spall depth"? Both materials listed in the P-101 3.4 specification for spall repairs have manufacturer -imposed limitations for depth. a. RESPONSE: Spall depth is anticipated to be 3-4 inches with a maximum depth of 6 inches. For a spall repair depth greater than 6 inches, the Contractor and RPR will have to agree on the thickness for each individual patch based on the average and documentation. Patches with depth greater than 6 inches would be addressed as a AA2022\5657.22\04 PRCMNT\02 ADDM\Add04\draft\AddO4.docx Parkhill.com ADDENDUM 04 Page 2 June 1, 2022 change order. Line -Item P-101-5.2 units are to be amended from square foot to cubic foot with a maximum 6-inch depth. See revised bid form. 7. QUESTION: Will the project engineers field office need to be located at the various staging areas and moved to each different area or can it be at a fixed location for the duration of the project? a. RESPONSE: One fixed location is acceptable. 8. QUESTION: Plan sheet G024 General Safety Notes say that an LBB security approved employee shall man the gate at all times. Is this security official an employee of LBB or is this an employee/subcontractor of the contractor? If this person is a subcontractor does LBB have a list of approved security services local to the area that they can provide? a. RESPONSE: The gate guard shall be a Contractor's representative. Gate guard shall be approved for and shall possess a LBB Operations issued security badge. II. CHANGES TO PROJECT MANUAL 1. Amend Line -Item P-101-5.2 as follows: P-101-5.2 Concrete Pavement Spall Repair (including materials with a maximum depth of 6-inches), complete per cubic foot. III. CHANGES TO BID FORM 1. Bid Item #1-5 description, quantity, and unit of measure have been updated. 2. Bid Item #1-6 quantity has been updated. 3. Bid Item #2-5 description, quantity, and unit of measure have been updated. 4. Bid Item #2-6 quantity has been updated. 5. Bid Item #3-5 description, quantity, and unit of measure have been updated. 6. Bid Item #3-6 quantity has been updated to. 7. Bid Item #4-5 description, quantity, and unit of measure have been updated. 8. Bid Item #5-5 description, quantity, and unit of measure have been updated. 9. Bid Item #6-5 description, quantity, and unit of measure have been updated. 10. Bid Item #7-5 description, quantity, and unit of measure have been updated. 11. Bid Item #8-5 description, quantity, and unit of measure have been updated. 12. Bid Item #8-6 quantity has been updated. 13. Bid Item #9-5 description, quantity, and unit of measure have been updated. 14. Bid Item #10-5 description, quantity, and unit of measure have been updated. 15. Bid Item #10-6 quantity has been updated. 16. Bid Item #11-5 description, quantity, and unit of measure have been updated. 17. Bid Item #12-5 description, quantity, and unit of measure have been updated. 18. Bid Item #13-5 description, quantity, and unit of measure have been updated. 19. Bid Item #14-5 description, quantity, and unit of measure have been updated. 20. Bid Item #15-5 description, quantity, and unit of measure have been updated. P q Y p �� OF`1 END OF ADDENDUM NO. 004 Respectfully submitted,;_x•, ,,,,.,.,,•,*!, a t TESS R.HAZLETT ........................ . . . 10 ACKNOWLEDGED: PARKHILL#R r� f 105004 Qr *C r N 5 1 s...w By: Receipt of this addendum shall be acknowledged by the Bidder, above and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. 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 22-16553-TF LBB Airfield -Wide Joint Seal 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. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. 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 June 2, 2022, 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=bkFtRTN1cXVISkhWdkZiMDk4MXh2dzO9 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. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of bids, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although bids may be submitted electronically, hard copy bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX BIDS. 1.7. Bids may be withdrawn prior to the above scheduled time set for closing. Alteration made before ITB opening must be initialed by bidder guaranteeing authenticity. 1.8. Bids are due at 2:00 PM on June 2, 2022, and the City of Lubbock Council members will consider the bids on June 28, 2022, 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. 1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF THE CONTRACT BY THE LUBBOCK CITY COUNCIL. 1.10. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.11. 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. 1.12. 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. 1.13. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at hqp://pr.thereproductioncompany.com/. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Six 60 days of the opening of bids. Additional sets of plans and specifications may be obtained at the Bidder's expense. 1.14. It shall be each bidder's sole responsibility to inspect the site of the work and to inform bidder regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. 2. PRE -BID MEETING 2.1. For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held May 24, 2022, at 10:00 a.m., via teleconference. The Zoom meeting information is as follows: Website: hM2s://zoom.us/i/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dz09 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 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 263 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 BID SUBMITTAL FORM BID CONTRACT DATE: 06/09/2022 PROJECT NUMBER: ITB 22-16553-TF, LBB Airfield -Wide Joint Seal Bid of Interstate Sealant & Concrete, 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. Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 263 Consecutive Calendar Days with final completion within 273 Consecutive Calendar Days as stipulated in the specification and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages based on the information below: Phase Liquidated Dauaages Cost Per Day -Alimrrd Coushvction Time 1 $2,650 30 2 $2,650 21 3 $2,650 14 4 $2,650 4 5 $2,650 25 6 $2650 is 7 $2,650 1s & $2,650 16 9 S2,650 17 10 $2,650 14 11 $2,650 21 12 S2,650 20 13 52,650 15 14 $2,650 19 15 $2,650 12 SGBST-WMAL CO_►lP XMN- 263 Punch Lot 1 $2,650 10 FINAILCOMPLMON 273 They are set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. PHASE TIME (Calendar Days 1. TWYs J, P 30 Subphase IA *" (4) 2. TWYs J. K 21 Subphase 2A *' (3) Subphase 2B *" (10 3. TWYs J, G 14 Subphase 3A '(7) 4. TWY J 4 5.TWYsF,M,G 25 Subphase 5A 6. West Ramp 18 Subphase 6A *' 9 Subphase 6B * 3 7. TWYs L, J 18 Subphase 7A * (2) 8. TWY L 16 Subphase 8A *(2) 9. TWYs L, V 17 Subphase 9A *' (2) 10. TWY S, Hold Sign 14 Subphase 10A * (2) 11. Cargo Ramp 21 12. TWYs M, T 20 Subphase 12A (3) 13. TWYs M, S 15 Subphase 13A * (2) 14. TWYs M, N 18 Subphase 14A *° 2) 15. TWYs M, J 12 Subphase 15A *' (3) Substantial Completion 263 Punch List 10 INAL COMPLETION Z7,3 * Subphase may occur any time during Phase. May require nighttime work. Cannot overlap previous subphase. 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 90 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Items Qty Unit Extended (+/-) UoM Cost Cost 1 — TWY P Pavement Joint Seal (BASE BID) # 1-1 Item C-100, Contractor Quality Control Program (CQCP) 1 #1-2 Item C-105, Contractor Mobilization (8% max) 1 #1-3 Item MC, Miscellaneous Safety and Phasing 1 #14 Item P-101-5.1, Joint Beveling for Existing Concrete Joints 12,700 # 1-5 Item P-101-5.2 Concrete Pavement Spall Repair (including 10 materials with a maximum depth of 6-inches) Item P-604-6.1, Compression Joint Seal for Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #1-6 removal, cleaning, sawcut, and preparing existing joint 17,800 reservoir Item P-604-6.2, Compression Joint Seal for Existing Concrete Pavements, 1 1/4-inch seal in 3/4-inch joint, # 1-7 includes removal, cleaning, sawcut, and preparing existing 700 joint reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement # 1-8 Shoulder, includes removal, cleaning, sawcut, and 2,200 preparing existing joint reservoir # 1-9 Item P-620-5. lb, Permanent Taxiway and Apron Marking, 80 black paint #1-10 Item P-620-5.1c, Permanent Taxiway and Apron Marking, 70 yellow and white paint #1-11 Item P-620-5.1d, Permanent Taxiway and Apron Marking, 50 red paint LS LS LS LF CF LF LF LF SF SF SF 4,000.00 11,454.00 12,000.00 0.25 001111III1 �x1I1J' ��II17 111 11 11,454.00 12,000.00 3,175.00 2,600.00 89,000.00 7.00 15,400.00 3.00 240.00 3.00 210.00 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Items Qty Unit Extended (+/-) UoM Cost Cost 2 — TWY J Pavement Joint Seal (BASE BID) #2-1 Item C-100, Contractor Quality Control Program (CQCP) 1 #2-2 Item C-105, Contractor Mobilization (8% max) 1 #2-3 Item MC, Miscellaneous Safety and Phasing 1 #24 Item P-101-5.1, Joint Beveling for Existing Concrete Joints 89,000 Item P-101-5.2 Concrete Pavement Spall Repair (including #2-5 materials with a maximum depth of 6-inches) 280 Item P-604-6.1, Compression Joint Seal for Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #2-6 removal, cleaning, sawcut, and preparing existing joint 93,900 reservoir Item P-604-6.2, Compression Joint Seal for Existing Concrete Pavements, 1 1/4-inch seal in 3/4-inch joint, #2-7 includes removal, cleaning, sawcut, and preparing existing 9,800 joint reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #2-8 Shoulder, includes removal, cleaning, sawcut, and 14,560 preparing existing joint reservoir Item P-620-5.lb, Permanent Taxiway and Apron Marking, #2-9 black paint 1,350 #2-10 Item P-620-5.1c, Permanent Taxiway and Apron Marking, 1 080 yellow and white paint Item P-620-5.1d, Permanent Taxiway and Apron Marking, #2-11 red paint 50 LS LS LS LF CF LF LF LF SF SF SF 4,000.00 65,961.00 12,000.00 0.25 f►•1 11 4,000.00 65,961.00 12,000.00 22,250.00 72,800.00 5.00 469,500.00 7.00 68,600.00 7.00 101,920.00 3.00 4,050.00 3.00 3,240.00 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 3 — TWY K Pavement Joint Seal (BASE BID) Item C-100 Contractor Quality Control Program (CQCP) #3-1 1 LS 4,000.00 4,000.00 #3-2 Item C-105, Contractor Mobilization (8% max) 1 LS 9,163.00 9,163.00 #3-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #3-4 16,400 LF 0.25 4,100.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #3-5 materials with a maximum depth of 6-inches) 10 CF 260.00 2,600.00 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #3-6 removal, cleaning, sawcut, and preparing existing joint 3,920 LF 5.00 19,600.00 reservoir Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #3-7 cleaning, sawcut, and preparing existing joint reservoir 16,600 LF 3.20 53,120.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #3-8 Shoulder, includes removal, cleaning, sawcut, and 1,330 LF 7.00 9,310.00 preparing existing joint reservoir #3-9 Item P-620-5.lb, Permanent Taxiway and Apron Marking, 80 SF 3.00 240.00 black paint #3-10 Item P-620-5.Ic Permanent Taxiway and Apron Marking, yellow and white paint 70 SF 3.00 210.00 Item P-620-5.Id� Permanent Taxiway and Apron Marking, 50 SF 4.00 200.00 red paint City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 4 — TWY G Pavement Joint Seal (BASE BID) Item C-100 Contractor Quality Control Program (CQCP) #4-1 1 LS 4,000.00 4,000.00 #4-2 Item C-105, Contractor Mobilization (8% max) 1 LS 10,793.00 10,793.00 #4-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #4-4 10,700 LF 0.25 2,675.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #4-5 materials with a maximum depth of 6-inches) 10 CF 260.00 2,600.00 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #4-6 removal, cleaning, sawcut, and preparing existing joint 17,100 LF 5.00 85,500.00 reservoir Item P-604-6.2, Compression Joint Seal in Existing Concrete Pavements, 11/4-inch seal in 3/4-inch joint, #4-7 includes removal, cleaning, sawcut, and preparing existing 600 LF 7.00 4,200.00 joint reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #4-8 Shoulder, includes removal, cleaning, sawcut, and 1,790 LF 7.00 12,530.00 preparing existing joint reservoir Item P-620-5.lb, Permanent Taxiway and Apron Marking, #4-9 black paint 80 SF 3.00 240.00 Item P-620-5.Ic Permanent Taxiway and Apron Marking, #4-10 yellow and white paint 60 SF 3.00 180.00 Item P-620-5.Id� Permanent Taxiway and Apron Marking, red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 5 — TWY R Pavement Joint Seal (BASE BID) Item C-100 Contractor Quality Control Program (CQCP) #5-1 1 LS 4,000.00 4,000.00 #5-2 Item C-105, Contractor Mobilization (8% max) 1 LS 8,347.00 8,347.00 #5-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #5-4 8,200 LF 0.25 2,050.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #5-5 materials with a maximum depth of 6-inches) 70 CF 260.00 18,200.00 Item P-604-6.1, Compression Joint Seal for Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #5-6 removal, cleaning, sawcut, and preparing existing joint 7,200 LF 5.00 36,000.00 reservoir Item P-604-6.2, Compression Joint Seal for Existing Concrete Pavements, 1 1/4-inch seal in 3/4-inch joint, #5-7 includes removal, cleaning, sawcut, and preparing existing 1,000 LF 7.00 7,000.00 joint reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #5-8 Shoulder, includes removal, cleaning, sawcut, and 2,270 LF 7.00 15,890.00 preparing existing joint reservoir Item P-620-5.1b� Permanent Taxiway and Apron Marking, #5-9 black paint 120 SF 3.00 360.00 Item P-620-5.Ic Permanent Taxiway and Apron Marking, #5-10 yellow and white paint 100 SF 3.00 300.00 Item P-620-5.Id� Permanent Taxiway and Apron Marking, red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Items Qty Unit Extended (+/-) UoM Cost Cost 6 — TWY F Pavement Joint Seal (BASE BID) #6-1 Item C-100, Contractor Quality Control Program (CQCP) I LS #6-2 Item C-105, Contractor Mobilization (8% max) 1 LS #6-3 Item MC, Miscellaneous Safety and Phasing 1 LS #64 Item P-101-5.1, Joint Beveling for Existing Concrete Joints 13,900 LF 4,000.00 10,883.00 12,000.00 0.25 4,000.00 10,883.00 12,000.00 3,475.00 P-101-5.2 Concrete Pavement Spall Repair (including #6-5 materials with a maximum depth of 6-inches) 125 CF 260.00 32,500.00 Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #6-6 cleaning, sawcut, and preparing existing joint reservoir 13,900 LF 3.20 44,480.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #6-7 Shoulder, includes removal, cleaning, sawcut, and 3,900 LF 7.00 27,300.00 preparing existing joint reservoir Item P-620-5.1b� Permanent Taxiway and Apron Marking, #6-8 black paint 220 SF 3.00 660.00 Item P-620-5.1c, Permanent Taxiway and Apron Marking, #6-9 yellow and white paint 180 SF 3.00 540.00 Item P-620-5.1d, Permanent Taxiway and Apron Marking, #6-10 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Items Qty Unit Extended (+/-) UoM Cost Cost 7 — TWY M Pavement Joint Seal (BASE BID) #7-1 Item C-100, Contractor Quality Control Program (CQCP) 1 #7-2 Item C-105, Contractor Mobilization (8% max) 1 #7-3 Item MC, Miscellaneous Safety and Phasing 1 #74 Item P-101-5.1, Joint Beveling for Existing Concrete Joints 73,530 LS 4,000.00 4,000.00 LS 47,287.00 47,287.00 LS 12,000.00 12,000.00 LF 0.25 18,382.50 Item P-101-5.2 Concrete Pavement Spall Repair (including #7-5 350 CF materials with a maximum depth of 6-inches) Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #7-6 cleaning, sawcut, and preparing existing joint reservoir 73,530 LF 260.00 91,000.00 3.20 235,296.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #7-7 Shoulder, includes removal, cleaning, sawcut, and 24,920 LF 7.00 174,440.00 preparing existing joint reservoir Item P-620-5.1b� Permanent Taxiway and Apron Marking, #7-8 black paint 1,570 SF 3.00 4,710.00 Item P-620-5.1 c Permanent Taxiway and Apron Marking, #7-9 y yellow and white paint 1,260 SF 3.00 3,780.00 Item P-620-5.1d, Permanent Taxiway and Apron Marking, #7-10 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 8 — TWY V Pavement Joint Seal (BASE BID) Item C-100 Contractor Quality Control Program (CQCP) #8-1 1 LS 4,000.00 4,000.00 #8-2 Item C-105, Contractor Mobilization (8% max) 1 LS 9,088.00 9,088.00 #8-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #8-4 12,600 LF 0.25 3,150.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #8-5 materials with a maximum depth of 6-inches) 10 CF 260.00 2,600.00 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #8-6 removal, cleaning, sawcut, and preparing existing joint 11 000 LF 5.00 55,000.00 reservoir Item P-604-6.2, Compression Joint Seal in Existing Concrete Pavements, 1 1/4-inch seal in 3/4-inch joint, #8-7 includes removal, cleaning, sawcut, and preparing existing 1,000 LF 7.00 7,000.00 joint reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #8-8 Shoulder, includes removal, cleaning, sawcut, and 2,840 LF 7.00 19,880.00 preparing existing joint reservoir Item P-620-5.lb� Permanent Taxiway and Apron Marking, #8-9 black paint 130 SF 3.00 390.00 Item P-620-5.Ic Permanent Taxiway and Apron Marking, #8-10 yellow and white paint 100 SF 3.00 300.00 Item P-620-5.Id� Permanent Taxiway and Apron Marking, red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 9 — TWY N Pavement Joint Seal (BASE BID) Item C-100 Contractor Quality Control Program (CQCP) #9-1 1 LS 4,000.00 4,000.00 #9-2 Item C-105, Contractor Mobilization (8% max) 1 LS 7,176.00 7,176.00 #9-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #9-4 8,100 LF 0.25 2,025.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #9-5 materials with a maximum depth of 6-inches) 45 CF 260.00 11,700.00 Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2-inch to 5/8-inch seal, includes removal, #9-6 cleaning, sawcut, and preparing existing joint reservoir 10,210 LF 3.20 32 672.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #9-7 Shoulder, includes removal, cleaning, sawcut, and 2,770 LF 7.00 19,390.00 preparing existing joint reservoir Item P-620-5.1b� Permanent Taxiway and Apron Marking, #9-8 black paint 100 SF 3.00 300.00 Item P-620-5.1 c, Permanent Taxiway and Apron Marking, #9-9 yellow and white paint 80 SF 3.00 240.00 Item P-620-5.1d, Permanent Taxiway and Apron Marking, #9-10 red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 10 — TWY L Pavement Joint Seal (BASE BID) Item C-100 Contractor Quality Control Program (CQCP) #10-1 1 LS 4,000.00 4,000.00 #10-2 Item C-105, Contractor Mobilization (8% max) 1 LS 25,845.00 25,845.00 #10-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #10-4 54,100 LF 0.25 13,525.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #10-5 materials with a maximum depth of 6-inches) 75 CF 260.00 19 500.00 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #10-6 removal, cleaning, sawcut, and preparing existing joint 36,500 LF 5.00 182 500.00 reservoir Item P-604-6.2, Compression Joint Seal in Existing Concrete Pavements, 1 1/4-inch seal in 3/4-inch joint, #10-7 includes removal, cleaning, sawcut, and preparing existing 3,900 LF 7.00 27,300.00 joint reservoir Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #10-8 cleaning, sawcut, and preparing existing joint reservoir 6,500 LF 3.20 20,800.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #10-9 Shoulder, includes removal, cleaning, sawcut, and 1,890 LF 7.00 13,230.00 preparing existing joint reservoir Item P-620-5.1b� Permanent Taxiway and Apron Marking, black paint 770 SF 3.00 2,310.00 Item P-620-5.1c Permanent Taxiway and Apron Marking #10-11 yellow and white paint 620 SF 3.00 1,860.00 Item P-620-5.1 d� Permanent Taxiway and Apron Marking, red paint 50 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI # Items Qty (+/-) UoM Unit Cost Extended Cost 11 — TWY T Pavement Joint Seal (BASE BID) Item C-100 Contractor Quality Control Program (CQCP) #11-1 1 LS 4,000.00 4,000.00 #11-2 Item C-105, Contractor Mobilization (8% max) 1 LS 4,122.00 4,122.00 #11-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #11-4 5,400 LF 0.25 1,350.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #11-5 materials with a maximum depth of 6-inches) 10 CF 260.00 2,600.00 Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #11-6 cleaning, sawcut, and preparing existing joint reservoir 5,400 LF 3.20 17,280.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #11-7 Shoulder, includes removal, cleaning, sawcut, and 1,370 LF 7.00 9,590.00 preparing existing joint reservoir Item P-620-5.lb� Permanent Taxiway and Apron Marking, #11-8 black paint 70 SF 3.00 210.00 Item P-620-5.1c, Permanent Taxiway and Apron Marking, #11-9 yellow and white paint 60 SF 3.00 180.00 # 11-10 Item P-620-5.1 d, Permanent Taxiway and Apron Marking, 50 SF 4.00 200.00 red paint City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI # Items Qty (+/-) UoM Unit Cost Extended Cost 12 — TWY Q Pavement Joint Seal (BASE BID) Item C-100 Contractor Quality Control Program (CQCP) #12-1 1 LS 4,000.00 4,000.00 #12-2 Item C-105, Contractor Mobilization (8% max) 1 LS 3,640.00 3,640.00 #12-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #12-4 3,600 LF 0.25 900.00 Item P-101-5.2 Concrete Pavement Spall Repair (including #12-5 materials with a maximum depth of 6-inches) 15 CF 260.00 3,900.00 Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #12-6 cleaning, sawcut, and preparing existing joint reservoir 3,600 LF 3.20 11 520.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #12-7 Shoulder, includes removal, cleaning, sawcut, and 1,280 LF 7.00 8,960.00 preparing existing joint reservoir Item P-620-5.lb� Permanent Taxiway and Apron Marking, #12-8 black paint 70 SF 3.00 210.00 Item P-620-5.1c, Permanent Taxiway and Apron Marking, #12-9 yellow and white paint 60 SF 3.00 180.00 # 12-10 Item P-620-5.1 d, Permanent Taxiway and Apron Marking, 50 SF 4.00 200.00 red paint City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost 13 — TWY S Pavement Joint Seal (BASE BID) Item C-100 Contractor Quality Control Program (CQCP) #13-1 1 LS 4,000.00 4,000.00 #13-2 Item C-105, Contractor Mobilization (8% max) 1 LS 10,370.00 10,370.00 #13-3 Item MC, Miscellaneous Safety and Phasing 1 LS 12,000.00 12,000.00 Item P-101-5.1, Joint Beveling for Existing Concrete Joints #13-4 12,710 LF 0.25 3,177.50 Item P-101-5.2 Concrete Pavement Spall Repair (including #13-5 materials with a maximum depth of 6-inches) 45 CF 260.00 11,700.00 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #13-6 removal, cleaning, sawcut, and preparing existing joint 7,200 LF 5.00 36,000.00 reservoir Item P-604-6.2, Compression Joint Seal in Existing Concrete Pavements, 1 1/4-inch seal in 3/4-inch joint, #13-7 includes removal, cleaning, sawcut, and preparing existing 1,100 LF 7.00 7,700.00 joint reservoir Item P-605-5.1, Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, #13-8 cleaning, sawcut, and preparing existing joint reservoir 4 410 LF 3.20 14 112.00 Item P-605-5.2, Silicone Joint Seal Along Pavement #13-9 Shoulder, includes removal, cleaning, sawcut, and 4,180 LF 7.00 29,260.00 preparing existing joint reservoir Item P-620-5.lb� Permanent Taxiway and Apron Marking, 200 SF 3.00 600.00 black paint #13-11 Item P-620-5.1c Permanent Taxiway and Apron Marking yellow and white paint 170 SF 3.00 510.00 Item P-620-5.1 d� Permanent Taxiway and Apron Marking, 50 SF 4.00 200.00 red paint City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Items Qty Unit Extended (+/-) UoM Cost Cost Additive Alternate 1 — Cargo Apron #14-1 Item C-100, Contractor Quality Control Program (CQCP) 1 #14-2 Item C-105, Contractor Mobilization (8% max) 1 #14-3 Item MC, Miscellaneous Safety and Phasing 1 #14-4 Item P-101-5.1, Joint Beveling for Existing Concrete Joints 49,900 Item P-101-5.2 Concrete Pavement Spall Repair (including #14-5 materials with a maximum depth of 6-inches) 80 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #14-6 removal, cleaning, sawcut, and preparing existing joint 50,000 reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #14-7 Shoulder, includes removal, cleaning, sawcut, and 4,160 preparing existing joint reservoir Item P-620-5.lb, Permanent Taxiway and Apron Marking, #14-8 black paint 60 Item P-620-5.1 c, Permanent Taxiway and Apron Marking, #14-9 yellow and white paint 50 # 14-10 Item P-620-5.1 d, Permanent Taxiway and Apron Marking, 50 red paint LS 5,000.00 5,000.00 LS 25,245.00 25,245.00 LS 4,980.00 4,980.00 LF 0.25 12,475.00 CF 260.00 20,800.00 LF 4.45 222,500.00 LF 7.00 29,120.00 SF 3.00 180.00 SF 3.00 150.00 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Items Qty Unit Extended (+/-) UoM Cost Cost Additive Alternate 2 — West GA Apron #15-1 Item C-100, Contractor Quality Control Program (CQCP) 1 #15-2 Item C-105, Contractor Mobilization (8% max) 1 #15-3 Item MC, Miscellaneous Safety and Phasing 1 #15-4 Item P-101-5.1, Joint Beveling for Existing Concrete Joints 27,700 Item P-101-5.2 Concrete Pavement Spall Repair (including #15-5 materials with a maximum depth of 6-inches) 105 Item P-604-6.1, Compression Joint Seal in Existing Concrete Pavements, 1-inch seal in 5/8-inch joint, includes #15-6 removal, cleaning, sawcut, and preparing existing joint 27,700 reservoir Item P-605-5.2, Silicone Joint Seal Along Pavement #15-7 Shoulder, includes removal, cleaning, sawcut, and 2,950 preparing existing joint reservoir Item P-620-5.lb, Permanent Taxiway and Apron Marking, #15-8 black paint 60 Item P-620-5.1 c, Permanent Taxiway and Apron Marking, #15-9 yellow and white paint 50 # 15-10 Item P-620-5.1 d, Permanent Taxiway and Apron Marking, 50 red paint LS 3,000.00 3,000.00 LS 16,500.00 16,500.00 LS 2,490.00 2,490.00 LF 0.25 6,925.00 CF 260.00 27,300.00 LF 4.75 131,575.00 LF 7.00 20,650.00 SF 3.00 180.00 SF 3.00 150.00 SF 4.00 200.00 City of Lubbock, TX LPSIA ITB 22-16553-TF LBB Airfield -Wide Joint Seal Interstate Sealant & Concrete, Inc. of Waukesha, WI Qty Unit Extended # Items (+/-) UoM Cost Cost Additive Alternate 3 — RWY 17R-35L Hold Sign Relocation Item C-100 Contractor Quality Control Program (CQCP) #16-1 1 LS 19,600.00 19,600.00 Item C-102, Temporary Air and Water Pollution, Soil #16-2 Erosion, and Siltation Control 1 LS 10,450.00 10,450.00 #16-3 Item C-105, Contractor Mobilization (8% max) 1 LS 22,025.00 22,025.00 #16-4 Item MC, Miscellaneous Safety and Phasing 1 LS 41,250.00 41,250.00 Item L-108-5.1, Remove and Dispose #8 AWG 5KV #16-5 Underground Series Cable 361 LF 2.22 801.42 Item L-108-5.2, #8 AWG 5kV Type C Cable, installed in #16-6 trench, duct bank, or conduit 1 370 LF 6.67 9,137.90 Item L-108-5.3, #6 AWG Solid Bare Soft Drawn Copper #16-7 Counterpoise Wire, installed above duct bank or conduit, 1,370 LF 7.78 10,658.60 including connections/terminations Item L-110-5.1, Trenching and Backfill for PVC Conduit #16-8 (I8-inchminimum depth) 650 LF 27.78 18,057.00 Item L-110-5.2 Nonencased Electrical Conduit 2-inch � � #16-9 SCH 40 650 LF 8.80 5,720.00 # 16-10 Item L-125, Duct Markers 14 EA 150.00 2,100.00 Item L-125-5.1, Relocate Three -Module L-854, Guidance #16-11 Sign including new sign base 1 EA 2,222.22 2,222.22 Item L-125-5.2, Relocate Four -Module L-854, Guidance #16-12 Sign including new sign base 12 EA 3,850.00 46,200.00 Item L-125-5.3, Install New Four -Module L-854 Guidance #16-13 Sign including new sign base 1 EA 8,666.67 8,666.67 Item L-125-5.4, Remove Existing Sign Base and Restore #16-14 Site 13 EA 1,111.11 14,444.43 Item P-620-5.1 a, Obliteration of Taxiway Marking #16-15 (paint/thermoplastic) 17,000 SF 1.50 25,500.00 Item P-620-5.lb, Permanent Taxiway and Apron Marking, #16-16 black paint 5,980 SF 2.40 14,352.00 Item P-620-5.1 c, Permanent Taxiway and Apron Marking, #16-17 yellow and white paint 5,980 SF 1.60 9,568.00 Item P-620-5.1 d, Permanent Taxiway and Apron Marking, red paint 5,150 SF 4.00 20,600.00 Overall Total: $3,612,667.24 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ or a Bid Bond in the sum of 5% of total bid amount ass ecified 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. T NY CORRECTIONS TO THE BID PRICE i S`I1 N THE BID SUBMITTAL FORPRIOR TO BID.:CfP [ S I if Bidder r F \N SecretaryGregory A. Bidder acknowledges receipt of the following addenda: Addenda No. Date 051� 712022 Addenda No. 2 Date 05/24/2022 Addenda No. 3 Date 05/25/2022 Addenda No. 4 Date 06/01 /2022 Date: 06/09/20 2. Qp_qe�'_� A h zed Signature (Printed or Typed Name) Interstate Sealant & Concrete, Inc - Company S40 W24211 Rockwood Way Address Waukesha Waukesha City, WI State Telephone: 262 547-6316 Fax: (262) 547- 6844 County 53189 Zip Code FEDERAL TAX ID or SOCIAL SECURITY No. 39-1928310 EMAIL: csment interstateseaalnt.com M/WBE X oman --BlackAmerican ativeAmerican Firm: Hispanic Asian acitic Other peci y American American 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. 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. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and (X) 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 • Texas Government Code 2274 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: Interstate Sealant te, Inc. Signed By: Print Name an"tle: Cheryl A. Sment. President Date: 06/09/2022 IA Document A31 o TM -- 00 CONTRACTOR: (Name, legal status and address) INTERSTATE SEALANT & CONCRETE, INC. S40 W24211 Rockwood Way Waukesha, WI 53189 OWNER: (Name, legal status and address) CITY OF LUBBOCK 1314 Avenue K, Floor 9, Lubbock, TX 79401 BOND AMOUNT: Five Percent of Amount bid (5% of Amount Bid) PROJECT: SURETY: (Name, legal status and principal place of business) FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1299 Zurich Way Schaumburg, IL 60196-1056 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. (Name, location or address, and Project number, if any) LBB Airfield Wide Joint Seal, ITB 22-16553-TF, Lubbock, Texas. Project Number, if any: 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 term 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 P 'ee any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted her Es provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. �GRE� �Cy� furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law b 00 46P Si and ealed this 2nd day of June, 2022 9 CORPORATE - INTERSTATE SEALANT & CONCRETE, INC. (P ci � (Seal) � ( itne _ s _ , n •G. a1 iG (I1Fq----.--0---, FIDELMY AND DEPOSIT (Surety) (I1'itness} (Seal) (Title) I KJIy Cody, Attorney in Fact AIA Document A3107"' — 2010. Copyright® 1963, 1970 and 2010 by The American Institute of Architect& All rights reserved. ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Kelly CODY, Andrew MARKS, Roxanne JENSEN, Trudy A. SZALEWSKI, Jeffrey S. MOORE, Brian KRAUSE of Green Bay, Wisconsin, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 21st day of April, A.D. 2021. 4 e N.t■ r44w ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President �L 4 Gam-_ By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 21st day of April, A.D. 2021, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Duna Notary Public My Commission Expires: July 9, 2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies. recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any suclt attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. thisTLMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, day of *U ► \.Q . � g **o oeresr err 5, WS a By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 tivwvv. ret)ortsfclaims(atzurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process`? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As Interstate Sealant & Concrete, Inc. Business Address of Principle Office S40 W24211 Rockwood Way Telephone Numbers Main Number 262-547-6316 Fax Number 262-547-6844 Web Site Address Form of Business (Check One) If a Corporation Date of Incorporation X I A Corporation A Partnership An Individual 04/22/1998 State of Incorporation Wisconsin Chief Executive Officer's Name Cheryl A. Sment President's Name Cheryl A. Sment Vice President's Name(s) Jeffrey M. Sment Secretary's Name Gregory A. Sment Treasurer's Name � 1 Date of Organization Eileen M. Houk State whether partnership is general or limited IndividualIf an Name Business Address Identify1 1uals not previously I 1 which exert a significant amountof business controlover the organization Brian Colbert Vice President of Operations Julie Stem er Controller Indicators of Organization Average Number of Current Full Time Employees Average Estimate of Revenue for the 50 Current Year $13 million Contractor's Organizational Experience Organization Doing Business As Interstate Sealant & Concrete Inc. Business Address of Regional Office S40 W24211 Rockwood Way Waukesha WI 53189 Name of Regional Office Manager N/A - no Lubbock office Telephone Numbers Main Number 262-547-6316 Fax Number 262-547-6844 Web Site Address www.interstateSealant.com Organization i 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 Interstate Sealant & Concrete, Inc. 04/22/1998 Current List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership None Construction Experience Years experience in projects similar to the proposed project: As a General Contractor 24 1 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? No 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 Interstate Sealant & Concrete, 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. 1 Interstate Sealant & Concrete, Inc. is a corporation. The officers and senior management are Cheryl A. Sment, President, Jeffery M. Sment, Vice President, Gregory M. Sment, Secretary, and Eileen M. Houk, Treasurer. ISC accounting is headed by Julie Stemper, Controller along with Laurie Zacher, Accounting Associate. Eileen Houk is also the Executive Administrator aided by HR Generalist Sarah Lutz and Adminstrative Assistant Lisa Schaefer. Project Estimating is managed by Jeffery Sment, Gregg Sment, and Sean Leppert. ISC operations are managed by Brian Colbert, Vice President of Operations, Zachery Ameen, Asset Manger, Pawel Waledzik, Project Manager, and Dan Hathaway, Project Manager. They directly oversee our Foremen, skilled, and general labor staff. 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. 2 Contract Administration: Cheryl Sment Material/Equipment Submittals: Gregg Sment Operations: Brian Colbert Payroll Reporting/EEO: Eileen Houk Contractor Payment: Julie Stemper Project/Safety/Quality Control: Pawel Waledzik or Dan Hathaway Foremen: Navreet Bains or Avery Allison Experience of • 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 Pawel Waledzik Dan Hathaway Project Superintendent Navreet Bains Avery Allison Project Safety Officer Pawel Waledzik Dan Hathaway Quality Control Manager Pawel Waledzik Dan Hathawa 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. ISC Project Managers and Foremen are committed to Safety and Quality 100% of the time while serving in their duties as PM's and Foremen. ISC has sealed millions of feet of joint across the United States for 24 years. Our emphasis on quality and safety is second to none and our staff takes a team approach to ensuring that our high standards in these areas are met. 0 Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Interstate Sealant & Concrete, Inc. Pawel Vvaledzik Years of Experience as Project Manager 6 Years of Experience with this organization 15 Number of similar projects as Project Manager 11 Number of similar projects in other positions 22 Current Project Assignments g project assignments. 5 projects a small highway rojects the 3 below are of similar sco Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Chippewa Valley Regional Airport Runway 14/32 Rehab o 6/30/2022 Dane County Regional Airport Runway 18/36 Shoulders 100% 07/31/2022 Waukesha County Regional Airport Apron Rehab 100% 07/15/2022 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name John Feister Name Levi Ne Title/ Position Project Engineer Title/ Position Project Engineer Organization Butler Fairman & Seufert Civil En ineers Organization Mead & Hunt Telephone 317-445-6196 Tele hone 608-443-0620 E-mail jfeister@bfsengr.com E-mail levi.ney@meadhunt.com Project Indianapolis Airport Terminal Apron Joint Seal Project Dane County Regional Airport Runway Rehab Candidate role on Project Alternate Candidate Name of Individual Project Manager Candidates role on Project Project Manager Dan Hathaway Years of Experience as Project Manager 6 Years of Experience with this organization 18 Number of similar projects as Project Manager 10 Number of similar projects in other positions 30 Current Project Assignments 3 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Memphis International Airport Annual Pavement Maintenance 100% 06/30/2022 Memphis International Airport Deicing Facility 100% 10/31/222 Clinton National Airport Taxiway C Phase 1 100% 06/30/2022 Reference Contact Name Information (listing names indicates approval zach Shaw to contacting the names individuals as a referenc Matt Schmitt Name Title/ Position PE Manager of Planning Title/ Position Pro'ect Manager Organization Memphis Shelby County Airport Authority Organization Flynn Inc. Telephone 901-922-8035 Telephone 563-590-6963 E-mail zshaw@flymemphis.com E-mail matt@flynncoinc.com Project MSCAA- Annual Pavement Maintenance Project Des Moines International Airport Runway 5/23 Candidate role on Project Project Manager Candidate role on Project Project Manager Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Interstate Sealant & Concrete, Inc. Navreet Bains Years of Experience as Project Superintendent 3 Years of Experience with this organization 6 Number of similar projects as Superintendent 3 Number of similar projects in other positions 15 Current Project Assignments 1 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Memphis International Airport Annual Pavement Maintenance 100% 06/30/2022 Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Charles Cousar Name Ronnie Edmunds Title/ Position Airfield Maintenance Manager Title/ Position Project Manager Organization MSCAA- Memphis International Airport Organization RB Baker Telephone 901-922-0120 Telephone 912-964-6513 E-mail ccousar@flymemphis.com E-mail redmonds@rbbaker.com Project MSCAA- Annual Pavement Maintenance Project GDOT 1-16 Rehabilitation Candidate role on Project Alternate Candidate Name of Individual Foreman Candidate role on Project Foreman Avery Allison Years of Experience as Project Superintendent 3 Years of Experience with this organization 3 Number of similar projects as Superintendent 6 Number of similar projects in other positions Current Project Assignments 1 Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Chippewa Valley Regional Airport Runway 14/32 Rehabilitation 100% 06/30/2022 ' Name approval John Feister to contacting the names individuals as a referenc Karl Kemper Name Title/ Position Project Engineer Title/ Position Project Engineer Organization Butler Fairman Seufert Civil Enciineers Organization Becher -Hoppe Associates Inc. Telephone 317-445-6196 Telephone 715-551-5507 E-mail 'feister bfsen r.com E-mail kkempera-becherhoppe.com Project Indianapolis Airport Terminal Apron Rehab Project Central Wisconsin Airport Runway 17/35 & Twy B Candidate role on Project Foreman Candidate role on Project Foreman Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Interstate Sealant & Concrete, Inc. Pawel Waledzik Years of Experience as Project Safety Officer ISC Project Managers also serve as Safety Managers on our projects Years of Experience with this organization the information already provided for Pawel Waledzik is also relevant to Number of similar projects as Safety Officer this role. Please refer to information already given. 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 ap roval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Dan Hathaway Years of Experience as Project Safety Officer ISC Project Managers also serve as Safety Managers on our projects Years of Experience with this organization the information already given for Dan Hathaway is also relevan to this Number of similar projects as Safety Officer role. Please r f r to information iv n. Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name 039094MIRWITOR 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 Interstate Sealant & Concrete, Inc. Again, the primary and alternate candidates for this role will be one of the Years Of Experience as Quality Control Manager Pawel Waledzik or Dan Hathaway. They have served as QC Managers o Years Of Experience with this organization other projects of this scope. However they are aided by the ISC foreman Number Of similar projects as Quality Manager whose job it is to consistently check quality control and report to ISC Number Of similar projects in Other positions Project Managers. Information references and promects alreadv provided Current Project Assignments may be used for this role as well. Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates ap roval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project 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 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 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 Interstate Sealant & Concrete, Inc. Projects 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 Participation Goal Equipment Provide a list of major equipment ro osed for use on this roject. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease DS Brown Kom ressors Compression Seal Installation X Husqvarna Ride On Saws Joint sealant removal and reface joints X Graco Silicone Pumps Silicone Sealant installation X Water trucks Use for wet sawing X Schwarze Vacuum Sweeper Clean pavement X Hino Cabover Trucks Carries sealant equipment and air compressors X In ersoll Rand Air com ressors Blow out'oints X Backer Rod rollers UniformlV installs backer rod X Sandblasting carts/pots For sandblasting joint faces X Jackhammers or Mill heads Remove concrete for spall repairs X Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? Interstate Sealant & Concrete, Inc. will complete all joint sealant removal and installation as well as the spall repairs. What work does the organization propose to subcontract on thisproject? Erosion Control, Electrical work, Hold sign relocations and installation, pavement markings/removals Contractor's Subcontractors and Vendors Organization Doing Business As Interstate Sealant & Concrete, 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 B-C Company, Inc. Hold Sign Relocations/Electrical work 50% of Alternate 3 No 5% of Total Project 30% of Alternate 3 No 4% of Total Project Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Equipment Vendors L.- Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm Equipment listed on previous sheets 10 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner Memphis Shelby County Airport Authority Project Name Pavement Joint Resealing 2022 General Description of Project: Concrete avement joint resealing, shoulder joint resealing, asphalt and concrete crack sealing ands all repairs on entire airfield Project Cost $ 2,934,675.50 Date Project Completed 06/30/2022 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Dan Hathaway Navreet Bains Dan Hathaway Dan Hathaway Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Zach Shaw Manager of Plannng Memphis Shelby County Airport Authc rity 901-922-8035 zshaw@flymemphis.com Designer Construction Manager Project Owner Clinton National Airport Project Name Terminal Ramp Expansion and Rehabilitation General Description of Project: Concrete pavement joint resealing, shoulder joint resealing, concrete crack sealing, and spall repairs on terminal apron Project Cost $1,420,176.95 Date Project Completed 12/11/2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Dan Hathaway Navreet Bains Dan Hathaway Dan Hathaway Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Adam Roberson Project Enginner Garver 501-537-3207 aproberson@garverusa.com Construction Manager Project Owner Indianapolis Airport Authority- Indianapolis International Airport Project Name I Terminal Apron Joint Rehabilitation General Description of Project: Concrete pavement joint reseaaling, concrete crack sealing, spall repairs, full depth slab replacements Project Cost $ 2,603,833.66 Date Project Completed 10/10/2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Pawel Waledzik Avery Allison Pawel Waledzik Pawel Waledzik Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager John Feister Project Manager Butler, Fairman & Seufert 317-445-6196 jfeister@bfsengr.com Attachment B Protect Information Project Owner Indianapolis Airport Authority Project Name I Terminal Apron Joint Rehabilitation General Description of Project Concrete Pavement Joint Resealing, crack sealing, spall repair and full depth slab replacements Project•g. • Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $2,741,750.00 Notice to Proceed 5/12/2020 96 CD Change Orders Contract Substantial Completion Date at Notice to Proceed N/A Owner Enhancements Contract Final Completion Date at Notice to Proceed 08/08/2020 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues 137 916.35 -5.03% Change Order Authorized Final Completion Date 10/30/2020 Total Actual / Estimated Substantial Completion Date Final Cost $2,603,833.65 -5.03% ProjectKey Actual / Estimated Final Completion Date 10/10/2020 Project Manager Project Sup Safety Officer Quality Control Manager Name Pawel Waledzik Avery Allison Pawel Waledzik Pawel Waledizk Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates approval to contacting the names Name Title/ Position individuals as a reference) Organization Telephone E-mail Owner Designer Construction Manager John Feister Project Manager Butler Fairman & Seufert 317-445-6196 jfeister@bfsengr.com Sure Brian Krause Director Aon Risk Services 414-331-6252 brian.krause aon.com Res16 Number of Issues Total Amount involved in Number of Issues Total Amount involved in olved N/A Resolved Issues N/A Pending N/A Resolved Issues N/A No Text Attachment A Interstate Sealant & Concrete, Inc. A Certified Nationwide Woman -owned Business Mission Statement Interstate Sealant & Concrete, Inc. is a specialty construction contractor that provides services to maintain, repair, replace and enhance existing concrete and asphalt pavement in the United States, for public and private entities. ISC strives to maintain the highest level of quality with a priority on safety; fair and competitive pricing; and timely contract completion to meet the needs of the customer. Interstate Sealant & Concrete, Inc. is committed to: • Always treating our Customers, Supplier, Employees, Subcontracts, and Associates as we wish to be treated; • By being world class in Customer satisfaction and quality and being recognized as such by the industry; • Making safety an overriding obligation in all of our operations; • Maintaining the financial strength of the Company; • Ensuring that the Company's endeavors result in Customer satisfaction and repeat business; and Being a good citizen in the communities we serve. S40 W24211 Rockwood Way • Waukesha, WI 53189 • Phone 262.547.6316 • Fax 262.547.6844 • InterstateSealant.com Waukesha, WI - Brunswick, GA Brian Colbert, Vice President of Operations Jeffery M. Sment Vice President/Senior Estimator Cheryl A. Sment, 11�9 President Gregory A. Sment, Secretary/Senior Estimator Eileen M. Houk, Treasurer/Executive Administ Julie Stemper, Controller Pawel Waledzik, Project Manager Dan Hathaway, Project Manger Zachary Ameen, Asset Manager Sean Leppert, Estimator Sarah Lutz, Human Resources Generalist Lisa Schaefer, Administrative Assistant/Logistics Laurie Zacher, Accounting Associate Navreet Bains, Foreman; Avery Allison, Foreman Dave Delongchamp, Foreman; John Detwiler, Foreman Cheryl A. Sment, Brian Colbert, Vice President Contract President of Operations Administration Pawel Waledzik, Project Manager Alternate: Dan Hathaway, Project Manger Zachary Ameen, Asset Manager Gregg Sment Material/Equipment Submittals Julie Stemper, Invoicing and Subcontractor Payments Eileen Houk Payroll Reporting Navreet Bains, Foreman Alternate: Avery Allison, Foreman Interstate Sealant Concrete, Inc. Airport Projects 2010 - Present Contact Name, Phone Number, e-mail Dates of Project Name & Contract # Owners Name & Address address Project Description Projects Prime or Subcontractor USACE - Minot AFB - Mass Parkinq Apron IV Strata Corporation Andrew Enqebretson 45,901 LF Saw/Seal Compression October 14 Subcontractor W9128F21R0006 728 Red Dot Place 701-852-4560 2021 Grand Forks, ND 58203 Andrew.Engebretson@stratacorporation.com Menzies Aviation Aircraft Ramp Repair Menzies Aviation Denis Crouch 7,455 LF Clean/Reseal Silicone October 10 Prime Indianapolis International Aiiriport 317-481-8220 216 LF PCCP Cracks 2021 Indianapolis, IN den uch nz vlation.com WisDOT BOA- Central Wisconsin Airport Trierweiler Construction Company Inc Dave Trierweiler 163.325 LF Saw/Seal Silicone October 11 Subcontractor Runway 17/35 Reconstruction & Txv B Rehab 2916 South Cherry Ave 715 -387-8451 47,247 LF Clean/Reseal Silicone 2021 CWA1011 Marshfield Wi 54449 dave trierweilerco.com 551 SF Spell Repair WisDOT BOA- Dane Countv Regional Airport Trierweiler Construction Company Inc Dave Trierweiler 78,745 LF Clean/Reseal Silicone Subcontractor West Apron Rehab 2916 South Cherry Ave 715 -387-8451 2,347 LF PCCP Cracks August 24 2021 MSN1009 Marshfield Wi 54449 dave@tnerweilerco.co 442 SF Spell Repair Clinton International Airport Weaver -Bailey Contractors Luke Stovall 142.111 LF Clean/Reseal Joints/Cracks CS & SIL December 5 Subcontractor Terminal Ramp Expansion & Rehab PO Box 60 501-912-3534 37,855 LF Saw/Seal Compression Seal 2020 3-05-0035-094 El Paso, AR 72045-0060 lukes w verballey.com 1,666 SF Spell Repair Pavesaver WCAA - Detroit Metro Airport Ajax Paving Industries, Inc. Pete Mann 408,400 LF Saw/Seal Silicone November 13 Subcontractor Runway 3U21 R Reconstruction 1957 Crooks Road, Suite A 248-244-3300 73,500 LF Saw/Seal Hot Pour 2020 # 190034 Troy, MI av n .com Fed Ex Memphis Hub - Golden Trianqle RC Construction, Inc. Randv Scott 53,342 LF Saw/Seal Silicone November 4 Subcontractor 818 Walnut Street 622-453-2424 2020 Greenwood MS 38930 RScottrcconst.net Des Moines Airport Runwav 5123 Rehab Ph 1 Flvnn Company Inc Mike Flvnn 68,300 LF Saw/Seal Compression Seal October 21 Subcontractor 3-19-0027-072-2019 800 Julien Dubuque Drive 563-556-5334 55,900 LF Clean/Reseal Compression Seal 2020 Dubuque, IA 52003 mikef flynncoinccom 750 LF Saw/Seal Silicone Indianapois Airport Authority- Indv International Airport Indianapolis Airport Authority John Feister 315.626 LF Clean/Reseal Silicone October 12 Prime Terminal Apron Joint Rehab 7800 Col. H. Weir Cook Memorial Drive 317-459-9240 1,530 SF Spell Repair Delpatch 2020 I-19-071 Indianapolis, IN 46241 ifeister md.com WisDOT IH 39/90 Dane County Michels Corporation Zach Dittberner 135.827 LF Joint Treatment Silane October 11 Subcontractor 1007-12-74 817 W Main Street 920-583-3132 2020 Brownsville, WI 53006 zdittber michelsos WCAA - Detroit Metro Airport Ajax Paving Industries, Inc. Pete Mann 47,804 LF Clean/Reseal Joints Silicone Subcontractor Runway 31-121 R Reconstruction 1957 Crooks Road, Suite A 248-244-3300 October 3 2020 # 190034 Troy, MI la x a n .com Guthrie Reqional Airport Reconstruct Rwv 18/36 Godberson-Smith Construction Kim Triggs 42,721 LF Compression Seal Septermber 20 Subcontractor Alp3-19-0103-010 5784 HWY 175 712-364-3388 2020 Ida Grove, IA 51445 ktriggsPgs-const.— Eastern Iowa Airport Reconstruct Rwv 13/31 Flvnn Companv Inc Mike Flvnn 48,000 LF Compress Seal Subcontractor Alp 3-19-0012-054 800 Julien Dubuque Drive 563-556-5334 5.650 LF Saw/Seal Hot Pour August 28 2020 Dubuque, IA 52003 mikef fl nn co WisDOT BOA Appleton Airport Michels Corporation Zach Dittbernerc 23,076 LF Saw/Seal Hot Pour Subcontractor Carqo Apron Expansion 817 W Main Street 920-583-3132 July 23 2020 3-55-0002-XX Brownsville, WI 53006 zdittber michels.us WisDOT BOA Lacrosse Regional Airport Chippewa Concrete Services Barry Bohman 9.850 LF Saw/Seal Compression Seal Subcontractor Terminal Apron Expansion & Rehab 3030 110th Street 715-723-5004 5.035 LF Clean/Reseal Joints Silicone July 12020 Alp 3-55-0030-42 Chippewa Falls, WI 54729 harry@ chlppeweconcrete.net WisDOT BOA Dane County Regional Airport Wisconsin DOT Bureau of Aeronautics Levi Nev 190.282 LF Clean/Reseal Joints Silicone Prime Runway 3/41 & 14/32 Rehabilitation 4802 Shebovqan Ave # 701 608-273-6380 5.418 LF Clean Reseal Cracks Silicone June 23 2020 MSIN 1006 Madison, WI 53705 Levi.Ney@meadhunt.com 1,033 SF Spell Repair Pavesaver JAA- Cecil Airport - Rehab Runwav 18/36 Superior Construction Company Ethan Schwan 47,245 LF Saw/Seal Silicone Subcontractor F2018-02 7072 Business Park Blvd 904-292-4240 June 16 2020 Jacksonville, FL 32256 ESchwan s c onstruction.com WisDOT BOA- Dane County Regional Airport Trierweiler Construction Company Inc Dave Trierweiler 69,811 LF Saw/Seal Joints Silicone Subcontractor Taxiwav M Reconstruction 2916 South Cherry Ave 715 -387-8451 June 15 2020 Alp 3-55-0036-57 Marshfield Wi 54449 dave trierweilerco.com Owensboro-DaAess Regional Airport Owensboro-Daviess County Airport Authority Joe Watson 162,500 LF Clean/Reseal Joints Compression Seal Prime Runway 18/36, Taxiway, Apron Joint Rehab 2200 Airport Rd, 270-651-7220 30,305 LF Clean/Reseal Joints Silicone May 18 2020 Owensboro, KY 42301 watsonPaei.com 128 SF S ell Repair WisDOT BOA -Central Wisconsin Airport Earth, Inc. Kevin Williams 37,875 Clean/Reseal Joints Silicone Subcontractor Air Carrier Apron Rehab 4360 Dariv Road 715-652-2522 310 SF Spell Repair Delpatch May 8 2020 Alp3-55-0052-49 Arpin, WI 54410 keAn.earth453 mail.com Northwest Arkansas Airport Emery Sapp & Sons, Inc. David Taq 73,144 LF Compression Joint Seal Subcontractor Taxiwav B Reconstruction 2301 I-70 Drive NW 417-833-9915 April 19 2020 Columbia, MO 65202 davld.ta a Fort Lauderdale International Airport Bob Brothers Construction, Co. LLC Jason Aubin 126.374 LF Joint Sealinq Filler- Silicone January 30 Subcontractor North Airfield Improvements 730 South Tonti Street 225-933-8334 2020 New Orleans, LA 70119 aulbinIalbohlbros.corn Arnold Air Force Base RC Construction Randv Scott 8,862 LF Joint Sealinq Filler- Silicone November 18 Subcontractor Aircraft Test Facility PO Box 1998 662-453-2424 2020 W91278-17-SFHZ-0002 Greenwood, MS 38935 scoff@rcconst.net Andrews Air Force Base RC Construction Randv Scott 98,778 LF Compression Joint Seal November 12 Subcontractor Taxd av Whiskev PO Box 1998 662-453-2424 2020 JBAWHSVTXY1TO4I Greenwood, MS 38935 scoff@rcconst.net General Mitchell International Airport Pavne & Dolan, Inc Trevor Wallner 886 LF Joint Sealinq Filler - Silicone Subcontractor Howell Ave Tunnel - Airside N3 W23650 Badinqer Road 262.366.5177 October 8 2019 Project No. A263-19001-01 Waukesha, WI 53187 twallner(dpavneanddolan.com Interstate Sealant Concrete, Inc. Airport Projects 2010 - Present Contact Name, Phone Number, e-mail Dates of Project Name & Contract # Owners Name & Address address Project Description Projects Prime or Subcontractor Tri-City Airport - Parsons ,KS City of Parsons Ryan Lorton 51,872 LF Compression Joint Seal Prime Runway 17/35 Joint Sealant & New Rotatinq Beacon 112 South 17th 816-447-9822 5,388 LF Joint Sealinq Filler -Silicone October 2 2019 3-20-0067-011 Parsons, KS 67357 rblorton@burnsmcd.com 783 LF PCC Crack Sealing General Mitchell International Airport Payne & Dolan, Inc Trevor Wallner 450 LF Joint Sealinq Filler- Silicone Subcontractor Rehabiliitate Taxiway P N3 W23650 Badinqer Road 262.366.5177 August 29 2019 Project No. A267-19003 Waukesha, WI 53187 twallner n eanddolan.com US Air Force- North Auxillery Field Southern Contractinq, LLC More Mitchell 45,000 LF Joint Resealinq- Silicone Subcontractor Repair Runway 06/24 777 Alloy Drive 731-627-0444 August 28 2019 FA441819RA015 Newbern, TN 38059 mmitchell southcon.0 General Mitchell International Airport Milwaukee General Construction Co, Inc Tom Pesch 37,000 LF Joint Resealinq- Silicone Subcontractor Rehabilitate South Ramp 4580 S. 13th 414.281.8510 1,500 SF Spell Repair August 2 2019 Project No. A246-18004-01 Milwaukee, WI 53221 tom@mllwaukeegeneraIc m General Mitchell International Airport Payne & Dolan, Inc Trevor Wallner 2,059 LF Joint Sealinq Filler- Silicone Subcontractor Rehabilitate Taxiway B N3 W23650 Badinqer Road 262.366.5177 August 2 2019 Project No. 246-18014 Waukesha, WI 53187 twallner@paynea nddolan.com Indianapolis Reqional Airport Indianapolis Airport Authority Anthony McMichael 53,733 LF Reseal Joints - Silicone Prime Terminal Ramp Rehabilitation 7800 Col. H. Weir Cook Memorial Drive 317-487-5046 2.500 SF Spell Repair- Delpatch August 12019 C-16-057a Indianapolis, IN 46241 amcmichaelPind.com Des Moines International Airport Flynn Company, Inc. Mike Flynn 177.708 LF Compression Joint Seal Subcontractor Reconstruct Runway 13/31 Phase 3 800 Julien Dubuque Or 563-556-5334 717 LF Joint Sealinq Filler- Silicone July 29 2019 Dubuque IA mikef fl nn co MOOT Aeronautics - Muskegon County Airport Michigan Pavinq & Materials Co. Nick Byrne 2.500 LF Joint Sealinq Filler- Silicone Subcontractor Rehabilitate Runway 06/24 2575 S. Haggertv Road 734-391-2050 July 22 2019 611111-126339 Canton, MI 48188 nick.byrne@mipmcco Des Moines International Airport Flynn Company, Inc. Mike Flynn 3.515 LF Compression Joint Seal Subcontractor Terminal Apron Rehabilitation 800 Julien Dubuque Or 563-556-5334 July 172019 03-19-0027-XX Dubuque IA mikef fl nnco Fort McCoy, WI MDM Construction Supply, LLC Mike Close 4.326 LF Compression Joint Seal Subcontractor Repair Runway South End 815 N. Church Street 815-847-7344 July 12 2019 W911SA18C2001 Rockford IL 61103 mclose mdmconstructionllc.com Louis Armstronq International Airport Boh Brothers Construction, Co. LLC Jason Aubin 376.395 LF Joint Sealinq Filler- Silicone Subcontractor North Terminal -Airside Pavinq 730 South Tonti Street 225-933-8334 June 26 2019 Bid Package 32.15 New Orleans, LA 70119 laulbinisbohlbros.com Louisville International Airport Louisville Reqional Airport Authority Dwight Clayton 192.817 LF Reseal Joints - Silicone Prime Terminal Ramp Joint Resealinq PO Box 9129 502-314-3229 June 202019 C19SO4 Louisville KY 40209 dwight.clayton@flyloulsville.com Pellston Regional Airport Emmett County Board of Commisioners Jeff Thoman 11,350 LF Apshalt Mastic Repair Prime Airfield Pavement Crack Sealinq 200 Division Str 517-908-3101 91,100 LF Overband Crack Sealinq May 31 2019 3-26-0076-3618 Petoskey, MI 49770 eff.thoman meadh-t.com Fort Braqq- Pope & Simmions Army Airfield RC Construction Jay Warren 75,000 LF Joint Resealinq - Silicone Subcontractor Annual Joint, Crack and Spell Repair PO Box 1998 662-617-5660 80 LF PCC Crack Seal- Silicone April 22 2019 W912HN15XO802 Greenwood, MS 38935 warremsrcconst.net 17,000 LF Joint Sealing Filler - Silicon Louis Armstronq International Airport Boh Brothers Construction, Co. LLC Jason Aubin 42,000 LF Joint Sealinq Filler - Silicone Subcontractor North Terminal - Landside Pavinq 730 South Tonti Street 225-933-8334 April 12 2019 Bid Package 32.10 New Orleans, LA 70119 aubin@bohbros.com Tampa International Airport Alex Pavinq Industries of Florida, LLC Jim Price 148.466 LF Joint Resealinq - Silicone January 23 Subcontractor Airfield Pavement Rehabilitation One Alex Drive 941-486-3600 677 LF PCC Cracks- Silicone 2019 Project Nos. 6160 15, 5730 16, 5745 16 and 8820 17 1 North Venice, FL 34275 - jdprice@ajaxpavmg.com 1,572 SF Spell Repair T-17 Tampa International Airport Alex Pavinq Sam Joiner 60,000 LF Compression Joint Seal December 14 Subcontractor Reconstruction of Taxiway W 1957 Crooks Road Ste: A 904-803-9408 2018 Project Nos. 6160 15, 5730 16, 5745 16 and 8820 17 Troy, MI 48084 West Virqinia Air National Guard- 130th Airlift Winq 130 MSG/MSC Base Contractinq MSgt Robert A Barker 54,000 LF Joint Resealinq- Silicone December 4 Prime Maintain Apron & Taxiway 1679 Coonskin Dr 304-341-6292 120 SF Spell Repair- Delpatch 2018 W9121-818T0011 Charleston, WV 25311 robeft.a.barkerlO.mil(@maii.mil Us Air Force - MacDlll Air Force Base Alex Pavinq Industries of Florida, LLC Dave Reid 13,000 LF Joint Resealinq - Silicone November 3 Subcontractor Repair Taxiway Golf Pavements One Alex Drive 941-486-3600 90 SF SpaII Repair- Delpatch 2018 NVZR 16-0132 North Venice, FL 34275 dreid ajaxpadmg.com Orlando Sanford International Airport GLF Construction Corporation David Ammon 41,198 LF Saw/Seal- Compression October 30 Subcontractor Taxiway R and Terminal Apron Expansion 7648 Southland Blvd 407-888-8481 1.575 LF Expansion Joints- NS Silicone 2018 Orlando FI dammon@glfusa.com 2,050 LF ACC/PCC Joints- SL Silicone Cherry Capital Airport- Terminal Apron Joint Rehab Cherry Capial Airport Bob Nelesen 9,850 LF Clean/Reseal- SL Silicone October 13 Prime 727 Fly Don't Dr. 231-946-2394 2018 Traverse City MI bnelesen ewhof.com f e Des Moines International Airport Flynn Company, Inc. Mike Flynn 64,994 LF Saw/Seal- Compression Seal Subcontractor Runway 13/31 Reconstruction Phase 2 800 Julien Dubuque Or 563-556-5334 2,287 LF Saw/Seal ACC/PCC Joint- SL Silicone October 4 2018 AIP 3-19-0027-065 DubuquelA mikef fl nn m Pentastar Airlines Apron Rehabilitation Phase 2 Pentastar Aviation Steve Luchenbach 23,427 LF Clean/Reseal- SL Silicone September 17 Prime Oakland County Airport 7310 Highland Road 248-249-7134 2,228 LF PCCP Cracks 2018 Waterford MI sluchenbach@pentastaravlation.corn 72 SF Spell Repair- Delpatch City of Dayton- Dayton International Airport Barrett Pavinq & Materials, Inc. Danielle Ermis 92,335 LF Saw/Seal Aspaht Joints- SL Silicone September 7 Subcontractor Runway 18/36 Rehabilitation 3751 Commerce Drive 937-424-9122 2018 Middletown, OH danielle.ermis@barrettpaving.com City of Charlotte- Charlotte Douqlas International AP City of Charlotte Gary Peeples 314.220 LF Clean/Reseal - NS Silicone Prime Runway 18R/36L Joint Seal Replacement 5601 Wilkinson Blvd 704-249-5834 66,641 LF Clean Reseal - SL Silicone July 19 2018 AF16-024 Charlotte INC h ee as cltalr ortcom 65 SF Spell Repair- Delpatch WiDOT Bureau of Aeronautics- Waukesha CountyAP Zignego Compan, Inc. Dan Zignego 6,877 LF Saw/Seal -SL Silicone Subcontractor Concrete Apron W226 N2940 Duplainville Rd 262-547-4700 July 122018 AIP 3-55-0090-28 lWaukeshaWl dan z co Greater Orlando Airport Authority- Orlando International Hensel Phelps Frank Gallo 10,890 LF Saw/Seal - NS Silicone Subcontractor BP- 443 6557 Hazeltine National Or Ste 1 I 407-856-2400 June 22 2018 Orlando FI fRalloCOhenselphelps.com Interstate Sealant Concrete, Inc. Airport Projects 2010 - Present Contact Name, Phone Number, e-mail Dates of Project Name & Contract # Owners Name & Address address Project Description Projects Prime or Subcontractor Central Wisconsin Airport - Extra Spell Repair Central Wisconsin Airport Jim Olson 37 SF Spell Repair- Delpatch Prime 200 CWA Dr 715-693-2147 June 13 2018 Mosinee WI olson fl -ca o WiDOT Bureau of Aeronautics - Central Wisconsin AP WiDOT Bureau of Aeronautics Karl Kemper 107,002 LF Clean/Reseal Joints - SL Silicone Prime Apron and Taxiway Improvements 4822 Madison Yards Way 715-551-5507 188 SF Spell Repair- Delpatch June 112018 AIP 3-55-0052-48 Madison Wi kke mar becherho e.com MOOT Aeronautics - Kirsch Airport Michigan Department of Transportation Gordy Bogner 2.000 LF Asphalt Cracks- Hot Pour Prime 78131-132218 425 W Ottawa St 517-327-1980 5,074 LF Asphalt Cracks- Mastic Repair May 29 2018 Lansing MI boanert@ooeconsulting.com City of Albuquerque International Sunport Vital Consulting Group Danny Parsons 127,380 LF Clean/Reseal Joints - Compression Seal Subcontractor Runway 8/26 Rehabilitation 5200 Oakland Ave NE Suite D 505-369-0623 18,485 LF Clean/Reseal Expansion - Compression Seal May 5 2018 #700008 Albuquerque NM darn . arsons vital r .net 12,254 LF Saw/Seal - Compression Seal New Iberia Parish Airport Autortty Iberia Parish Airport Authority Richard Cormier 5,700 LF Clean Reseal Joints - SL Silicone Prime Acadiana Regional Airport - Pavement Rehab 1404 Hanqer Or 337-367-1408 1,200 LF PCC Crack Seal - SI Silicone April 13 2018 PO- 13128 New Iberia, LA ier@bhaenglneenng.com 10 SF SpaII Repair- Flexpatch Indianapolis Airport Authority- Indianapolis Airport Indianapolis Airport Authority John Feister 60 SF Spell Repair-FastPatch December 12 Prime Taxiway D Repairs 7800 Col H Weir Cook Memorial Dr. 317-713-4615 825 LF Joint Seal - SL Silicone 2017 Q-17-005 Indianapolis, In ifeisterPbfsenar.com Milwaukee County- General Mitchell International AP Cornerstone Pavers USA Chris Cape 2,910 LF Saw/Seal - SL Silicone November 16 Subcontractor 2017 Pavement Rehabilitation 6422 N Hwv 31 262-939-0263 2,009 LF Saw/Seal ACC/PCC Joint - Hot Pour 2017 A218-17007-01 Racine WI Cca a erstone w Wayne County Airport Authority- Detroit Metro Airport Interstate Hiqhwav Construction, Inc. Gary Evangelista 166.025 LF Saw/Seal Compression Seal November 13 Subcontractor Airfield Pavement Rehab and Modficaiton 1955 Sequoia Trail 989-729-7112 37,802 LF Saw/Seal SL Silicone 2017 #150799 Owosso, MI 48867 vangellstag@ihcquellty.com 9,894 LF Clean Reseal Silicone Gainesville -Alachua Co Regional Airport ARFF Station Scherer Construction Jeff Godman 2,538 LF Saw/Seal Joint - NS Silicone November 10 Subcontractor GACRAA PROJECT NO.: 16-003 2504 NW 71 Place 352-371-1417 2017 Gainesville, FL 32653 'eff odman@scherenfl.com Denver International Airport Runway 8/26 Rehab Interstate Hiqhwav Construction, Inc. Anthony Wiarda 132,664 LF Reseal - NS Silicone: 62,500 LF S/S NS Sit November 4 Subcontractor #201732479 7135 S Tucson Way 303-790-9100 44,834 LF Reseal - Compression Seal 2017 Englewood CO wiardaa the ualit .com 17,582 LF Saw/Seal - Compression Seal Orlando Interanational Airport BP-455 Twv C Rehab Ranqer Construction Steve Skubal 2,657 LF Route/Seal Cracks - Hot Pour October 30 Subcontractor 1200 Elboc Way 407-656-9255 2017 Winter Garden, FL 34787 a steve.skubal r onstruction.com ATHD -1-49 Rehabilitation Crawrord/Washington Co.'s Koss Construction Mark Haines 870.378 LF Clean/Reseal Joints SL Silicone Subcontractor BB0409 5830 SW Drury Lane 785-228-2928 August 30 2017 Topeka, KS mah@kossconstrrctlon.com Columbia Reqional Airport- Reconst Rwv 13/31 Emery Sapp & Sons. Inc. Don Abell 92,715 LF Saw/Seal - Compression October 19 Subcontractor 3-29-0022-040/042 2301 I-70 Drive NW 573-445-8331 514 LF Saw/Seal Silicone 2017 Columbia, MO 65202 don.abell e sapp.com Milwaukee County- Timmerman Airport- Pavt Rehab Stark Pavinq Corp Chuck Gassart 1,000 LF Saw/Seal Asphalt Joints Subcontractor A224-17010-01 12845 W. Burleigh Road 414-466-7820 October 3 2017 Brookfield, Wisconsin 53005 chuckg@starkcorp.us Mason Jewett Airport- Rehab Hanger Taxilanes Rieth-Rilev Construction Brian Quinn 479 LF Saw/Seal Asphalt Joints Hot Pour September 29 Subcontractor B-26-0106-2016 4150 S Crevts Road 517-721-0103 2017 Lansing MI 48917 bquinn@rieth-riley.com Hillsdale Municipal Airport- New Terminal Apron Martin J Concrete, Inc Josh Juarez 11,555 LF Saw/Seal Silicone September 26 Subcontractor FM 30-04-C18 241 W. Randall St 616-997-6388 2017 Coopersville, MI 49404 josh@ martinjconcrete.com Hillsdale Airport Gerken Pavinq, Inc. John Yocom 325 LF Saw/Seal Silicone September 26 Subcontractor Asphalt- Concrete Joint Seal 9-072 US 24 517-264-8002 2017 Napoleon OH 43545 ivocom Paerken—i—com South Haven Regional Airport Axtell's Inc Peter Mills 12,475 LF Crack Repair Mastic September 21 Subcontractor Airfield Sealing & Pavement Marking 1586 Heart Lake Rd 570-254-9999 10,775 LF Overband Crack Repair 2017 B-26-0087-3017 Jermyn, PA 18433 DeterPaxtells.com Iberia Parish -Acadiana Regional Airport Iberia Parish Airport Authority Ted Habetz 87,454 LF Clean/Reseal Joints - Silicone September 11 Prime Main Apron Joint Rehabilitation 1404 Hanger Drive 337-367-1408 306 LF Crack Repair 2017 2016-064 New Iberia, LA 70560 thabetzC@bhaenaineerine.com 50 SF Spell Repair Jackson CountyAirport Runway 7/25 Phase II Hoffman Bros, Inc Bill Rizor 2,199 LBS Overband Crack Seal Subcontractor B-26-0051-4016/4217 8574 Verona Road 269.965.1207 2,200 LBS Mastic Crack Repair August 27 2017 Battle Creek, MI 49014 brizor hoffmanbrosinc.com Lee's Summit Municipal Airport Emery Sapp & Sons, Inc. Don Abell 94,498 LF Saw/Seal Silicone Subcontractor Reconsturuct RWY 18/36 2301 I-70 Drive NW 573-489-9232 August 22 2017 # 169-321-72C Columbia, MO 65202 don.abell em e sa .com Milwaukee County - General Mitchell Airport Milwaukee General Construction Tom Pesch 7,974 LF Saw/Seal Silicone Subcontractor Taxiway F Reconstrut 4580 S. 13th 414-281-8510 August 16 2017 A195-16008 Milwaukee WI 53221 Indianapois Airport Authority- Inciv Regional Airport Indianapolis Airport Authority Anthony McMichael 45,473 Clean/Reseal Joints Silicone Prime Rehab Runway 16/34 7800 Col. H. Weir Cook Memorial Drive 317-487-5046 400 LF Crack Repair August 3 2017 C=16-044 1 Indianapolis, IN 46241 mlchael@lnd.com 109 SF Spell Repair-Delpatch Pentastar Aviation - Oakland County Airport, MI Pentastar Aviation, LLC Steve Luchenbach 20,000 Clean- Reseal Joints Silicone Prime Joint Seal Replacement on Private Ramps 7310 Highland Road I 248-249-7134 135 SF Spell Repair July 26 2017 Waterford, MI 48372 sluchenbach@pentastaravlatlon.com 412 LF PCC Crack Repair Interstate Sealant Concrete, Inc. Airport Projects 2010 - Present Contact Name, Phone Number, e-mail Dates of Project Name & Contract # Owners Name & Address address Project Description Projects Prime or Subcontractor WiDOT BOA - Rhinelander/Oneida County Airport Trierweiler Construction Companv Inc Steve Trierweiler 12,579 LF Saw/Seal - Silicone Subcontractor 3-55-0070-37-2015 2916 South Cherry Ave 715-387-8451 June 6 2017 Marshfield Wi 54449 Steve trierweilerco.com WiDOT BOA- Central Wisconsin Airport Wisconsin DOT Bureau of Aeronautics Matt Messina 192.962 LF Clean/Reseal Joints - Silicone Prime 3-55-0052-46 4802 Shebovqan Ave # 701 608-267-7108 204 SF Spell Repair- DelPatch May 20 2017 Madison, WI 53705 matthew.messma dot. —goy Metro Knoxville Airport Authority Eutaw Construction, Inc. More Mitchell 7,348 LF Saw/Seal - Hot Pour January 26 Subcontractor McGhee Tyson Airport Runwav 5L-23R Phase 1 167 Orchard Lane 601-855-7474 2017 3-47-0037-67-2015 Madison, MS 39110 mmitchell eutaw.us Metro Knoxville Airport Authority McCarthy Improvement Company Tim Churchill 36,913 LF Saw/Seal - Silicone November 18 Subcontractor McGhee Tyson Airport Runwav 5L-23R Phase 1 5401 Victoria Ave. 563-529-4430 35,241 LF Saw/Seal - Compression 2016 3-47-0037-67-2015 Davenport, IA 52807 tchu rchill@meta rthyimprovement.com WiDOT BOA LaCrosse Regional Airport - Exp Joints Wisconsin DOT Bureau of Aeronautics Marcus Kuhn 1,734 LF Expansion Joint Saw/Seal - Silicone November 2 Prime AIP 3-55-0025-36 4802 Sheboygan Ave # 701 608-273-6380 2016 Madison, WI 53705 marcus.kuhn meadhunt.com Orlando Sanford International Airport - BP3 GLF Construction Corp David Ammon 49,397 LF Saw/Seal Compression Seal February 27 - Subcontractor Southwest Apron Reconstruction 7648 Southland Blvd Suite 100 407.888.8481 1.706 LF Expansion Joints - Silicone October 17, 728 Orlando, FL 32809 dammon(@elfusa.com 1,073 LF ACCIPCC Joint Seal 2016 Wavne County Airport Authority- Detriot Metro Airport Alex Pavinq Pete Mann 387,283 LF Saw/Seal Compression Seal July 25 - Subcontractor Reconstruction of Runwav 4L/22R and Taxiways 1957 Crooks Road Ste: A 248.244.3331 7.411 LF Expansion Joint October 16, 160206 Troy, MI 48084 co 53,406 LF ACC/PCC Joint Seal 2016 Bill & Hillary Clinton National Airport Clark Power Corp Mark Smitherman 164.443 LF Reseal Joints - Silicone Setember 26 - Subcontractor Runway 4R/22L Rehabilitation 4520 West 30th Street 501.558.4901 October 12 RW-0464-3 Little Rock Arkansas 72204 smiherman@darkpower.com 2016 Roben Hood Airport- Crack Sealinq - Biq Rapids, MI City of Biq Rapids Sean Thompson 42,300 LF Crack Seal September 17- Prime Proiect No. B-26-0013-2113 226 North Michigan Ave 517.908.3103 4.000 LF Crack Seal - Mastic 192016 Bid Rapids, MI 49307 an.thompson@mead hu nccom Gerald Ford Airport - Driveway Joint Sealinq Kamminqa & Roodvoets Kurt Poll 248 LF Saw/Seal - Hot Pour Subcontractor 3435 Broadmoor Ave BE 616.949.0800 August 6 2016 Walled Lake, MI 48390 ollku kandrinc.com WiDOT BOA- Chippewav Valley Airport Hoffman Construction 11,710 LF Saw/Seal - Silicone July 31- Subcontractor AIP 3-55-0019-38 123 Cty Hwy A 715.284.2512 August 4 2016 1505-1228 Black River Falls, WI 54615 MoDOT Cuba Municipal Airport Midwest Heavy Construction, LLC Anthony Mullin 16,196 LF Saw/Seal - Compression Seal July 11 - 21 Subcontractor Reconstruct Aircraft Parkinq Apron 17001 S. 291 HWY 816.623.9680 552 LF Expansion Joint 2016 #14-059A-1 Pleasant Hill, MO 64080 anthony@mwheavy.com Milwaukee County- Gen Mitchell International AP Milwaukee General Construction Co, Inc Tom Pesch 4,503 LF Saw/Seal - Silicone Subcontractor 2016 Pavement Replacement TWY RIK PO Box 210788 414.281.8510 July 182016 A191-16005 Milwaukee, WI 53221 tom milwaukee eneral.com WiDOT BOA- Dane County Regional Airport Michels Corportation Mike Debelak 125,959 LF Joint Reseal - Silicone Subcontractor AIP 3-55-0036-51 817 West Main St 920.583.3132 10,925 LF Saw/Seal - Silicone April 25 -July 1 2016 56034 Brownsville, WI 53006 mdebelak michels.us West Michigan Regional Airport Martin J Concrete Josh Juarez 22,001 LF Compression Seal June 24 28 Subcontractor Midfield Terminal Site Improvements 241 W Randall Str 616.997.6388 - 2016 AIP B-26-0045-3613 CoopersAlle Mi 49404 josh@ martinjconcrete.com Charlotte Douqlas International Airport Archer Western Construction LLC John Bridqe 52,359 BY Green Saw PCCP June 20 2015 Subcontractor Exit Taxiway & South Cargo Ramp 2410 Paces Ferry Road Suite 600 404 495-8700 50,585 U Saw/Seal Silicone - June 26 2016 214098507 Atlanta GA 30339 lbnde@wa1shgro,p,rcrn 66,871 INFT Full Depth Saw Waverly Airport- Runwav 11/29 Reconstruction Concrete Foundations, Inc Jeremv Bathe 34,460 LF Compression Seal June 3 10 Subcontractor AIP 3-19-1196-004/006 PO Box 363 641.330.1446 - 2016 161006 New Hampton IA 50659 Jerem .Bahe croell.com Dubuque Reqional Airport- Construct Landside Pavts Flynn Company Mike Flynn 44,283 LF Saw/Seal - Hot Pour May 20 - June Subcontractor AIP 3-19-0028-58 PO Box 327 563.556.5334 32016 Dubuque, IA 52004 mikef(@flvnncoinc.com Milwaukee County- Gen. Mitchell International AP Stark Pavement Corporation Mark Pichler 3,226 LF Expansion Joint Seal - Hot Pour August 18 015 Subcontractor RWY 13/31 Pavt Rehab - At 87-15002 12845 W. Burleigh RD 414.466.7820 -June 2 2016016 156773 Brookfield WI53005 MarkD(@starkcorv.com St. Pete/Clearwater Airport- Terminal Hardstand Ph 2 GLF Construction Corp David Ammon 32,132 LF Saw/Seal - Silicone October 28 Subcontractor AIP: 3-12-0075-041-2015 7648 Southland Blvd Suite 100 407.888.8481 3,270 LF Expansion Joint 2015 - May 17 411 Orlando, FL 32809 dammon@glfuse.com 1,732 LF ACC/ PCC Joint 2016 Gainesville Regional Airport - Commercial Apron Exp GLF Construction Corp David Ammon 10,212 LF Saw/Seal - Silicone Subcontractor AIP 03-12-0028-038-2015 7648 Southland Blvd Suite 100 407.888.8481 May 4 - 7 2016 729 Orlando, FL 32809 dammon(@elfusa.com GOAA - Orlando International Airport BP- 453 Hi Lite Airfield Services Dennis Haefner 105.000 LF Clean Seal ACCIPCC Joint; 455 LF Cracks Jan 25 - April Subcontractor Runway 17R/35L, Runway 18 U36R 18249 Hi -Lice Drive 315.583.6111 21,994 LF Clean Seal Joints; 176 SF Spell Repair 242016 515-3477 Adams Center, NY 13606 dennish hi-lite.com Acadiana Regional Airport - RWY 16/34 Improvments Hi Lite Airfield Services Dennis Haefner 245.015 LF Clean/Seal Joints Feb 8 March Subcontractor 03-22-0036-017-2014 18249 Hi -Lice Drive 315.583.6111 287 SF Spell Repair; 12 LF Seal PCC Cracks - 302016 515-3566 1Adams Center, NY 13606 dennish@hi-Ilte.com Lantana Airport - Miscellaneous Pavement Rehab Community Asphalt Vernon Walker 1,900 LF Crack Repair March 5 8 Subcontractor 9675 NW 117thAvenue, Suite 108 561.790.6467 - 2016 LN-15-4 Miami, Florida 33178 vwalker cacor .ne Interstate Sealant Concrete, Inc. Airport Projects 2010 - Present Contact Name, Phone Number, e-mail Dates of Project Name & Contract # Owners Name & Address address Project Description Projects Prime or Subcontractor Savannah Hilton Head International Airport Hi Lite Airfield Services Tim Hurtibus 7,428 LF Saw/Seal Silicone Subcontractor Groove Runway 1-19 18249 Hi-Lite Drive 315.583.6111 Jan 11 - 13 2016 515-3522 Adams Center, NY 13606 lite.com Onslow Co -Albert Ellis Airport - Apron Rehab GLF Construction Co William Capehart 2.928 LF Saw/Seal Silicone Dec 20 - 22 Subcontractor 80 SW 8th Street; Suite 2201 407.888.8481 860 LF ACC/PCC Joint 2015 903 Miami, Florida 33130 wca ehartIfusa.com Atlanta Hartsfield Airport - HJAIA North Deicinq Archer Western Tyler Wiley 47,576 LF Saw/Seal Silicone; 11,250 LF Expansion Joints Oct 28 2014 - Subcontractor FC-6152 2410 Paces Ferry Road Suite 600 404.392.5055 1,787 LF ACC/PCC Joints Nov 20 2015 213010S19 Atlanta GA 30339 twileWDIwalsharouD.com GOAA - Orlando Sandford Airport GLF Construction Co. William Capehart 80,830 LF Compression Seal January 25 - Subcontractor Southwest Apron Rehab - BP 2 80 SW 8th Street; Suite 2201 407.888.8481 645 LF Saw/Seal Silicone; 5.163 LF Expansion Joints Nov 18 2015 721 Miami, Florida 33130 wca ehartIfusa.com 1,126 LF ACC/PCC Joints Fond Du Lac Airport Capelle Brothers Todd Diedrich 3,204 LF Saw/Seal Hot Pour Subcontractor New Hanger Apron 253 N. Hickory Street 920.921.7830 Nov 9 -10 2015 Fond Du Lac, WI 54935 todd ca ellediedrich.com Fort Wayne International Airport - SpaII Repair Fort Wayne -Allen County Airport Authority Stu Oberlev 500 SF Spell Repair October 28 - Prime AF 15-01 3801 W. Ferquson Road 260-446-3430 November 4 # 28044 Fort Wayne IN 46809 Oberle fwair ort.com 2015 Des Moines Airport RW 13/31 Reconstruction Ph 1 Flynn Company, Inc Mike Flynn 104.631 LF Compression Seal October 7 - 30, Subcontractor AIP 3-19-0027-63 PO Box 327 563.556.5334 1.598 LF Expansion Seal 2015 No Contract Number Dubuque, IA 52004 mikef(cbflynncoinc.com Dane County Reqional Airport Trierweiler Construction Co. Inc. Joe Matcher 14,102 LF Saw/Seal - Silicone September 21 - Subcontractor South Ramp Taxiway 8916 South Cherry Ave 715.387.8451 October 27 AIP 3-55-0036-49 Marshfield WI 54449 'oe trierweiler.com 2015 Fayetteville Regional Airport - Air Carrier Apron RC Construction Raymond Taylor 10,958 LF Clean/Seal Joints; September 9 - Subcontractor AIP 3-37-0021-0 PO Box 1998 662.453.2424 8,991 LF Saw/Seal Joints - Silicone October 19 # FAY-12 Greenwood, MS 38935 rtavloncb,rcconst. net 107 SF Spell Repair; 203 LF Rout/Seal Cracks 2015 GMIA Airfield Pavement Replacement 2015-GRE Cornerstone Pavers, LLC. Chris Cape 2,365 LF Saw/Seal - Silicone October 12 - Subcontractor A203-15007 6422 N. Hwy 31 Ste 1 262.456.0430 13, 2015 #2015-011 Racine, WI 53402 ccca a wi.rr.com Sioux Falls Regional Airport- RW 13/31 Taxiway B BX Civil & Construction, Inc. Gary Umberger 29,700 LF Saw/Seal - Silicone August 24 - Subcontractor AIP 3-46-0050-049-2015 PO Bpx 187 605.428.5483 12,624 LF Saw/Seal - Hot Pour October 7 2015 # 15173-1 Dell Rapids, SD 57022 mumber er bx-cc.com Concord Regional Airport - Expand South Apron GLF Construction Corporation James Peace 21,907 LF Saw/Seal - Silicone September 10 - Subcontractor 7648 Southland Blvd Ste. 100 828.552.3235 142015 # 901 Orlando FL 32809 eace Ifusa.com Omar Bradley Airport Reconstruct RW 5/23 Emery Sapp and Sons. Inc. Chris Landwehr 39,138 LF Saw/Seal - Hot Pour August 24 - Subcontractor 13-034A-1 2301 1-70 Drive NW 573.445.8331 Sep. 02 2015 # 88-C-14 Columbia, MO 65205 Chris.landweltr(dIentervisapp.corn Fort Lauderdale Airport- Expansion of RW 9R/27L Archer Western Justin Cooper 455.626 LF Saw/Seal - Silicone January 2 - Subcontractor AIP 3-12-0025-066-2011 4343 Anchor Plaza Pkwy 404.472.4157 August 21, # 213063516 Tampa, FL 33634 'coo er walsh rou .com 2015 Waukesha County Airport Ziqnego Daniel Sweeney 72,855 LF Saw/Seal Silicone July - Subcontractor AIP 3-55-0090-26 W226 N2940 Duplainville Road 262.547.4700 554 LF Expansion Joint August 14 2015 # 3-55-0090-26 Waukesha, WI 53188 dsweene zi ne o.com 496 LF ACC-PCC Shoulder Joint MOOT - Fitch H. Beach Municipal Airport Michgan Department of Transportation Bob Neleson 62,952 LF Saw/Seal Hot Pour July 23 - Prime 425 W. Ottawa St 616.364.8491 1,376 LF Expansion August 14 2015 # 23218-121471 Lansinq Mi bneleson reinnewhof.com 20 SF Spalls Ben Epps Airport, GA- Runway 27 E.R. Snell Contractor Chip Price 4,600 LF Route and Seal July 24 28 Subcontractor Runway 27 Paving and Lghtinq PO Box 306 770.985.0600 2015 # .50105-12094 Snellville, GA 30078 c rice ersnell.com Mason Jewitt Airport, MI - Taxiway Bravo Capital Regions Airport Authority Kevin Miller 3,387 LF Expansion Joint Seal July23-25 Prime 4100 Capital City Blvd 517.886.3725 2015 No Contract Number Lansinq, MI 48906 millerCcDcraa.com Dane County Airport, WI Trierweiler Construction Dave Trierweiler 13,003 LF Saw/Seal PCCP Joints Silicone July 6 - 22 Subcontractor Low Visibility Improvement & In-Pvmt Lighting 2916 Cherry Ave 715.387.8451 2015 AIP 3-55-0036-49 Marshfield, WI 54449 dave trierweilerco.com Miller Municipal Airport, SO - RW 15/33 Reconstr. T & R Contractinq Ryan Gulbrandson 40,206 LF Saw/Seal Silicone; Subcontractor AIP 3-46-0035-008-2014 5000 N. Gulbv Ave 605.332.1170 542 LF Expansion Joints July 8 -20 2015 No Contract Number Sioux Falls, SO 57104 n tancircontractin .com Onslow Albert Ellis Airport- Terminal Parkinq Apron GLF Construction Corp James Peace 16,643 LF Saw/ Seal Silicone June 5-July Subcontractor Proiect No. 41-8300-8317 80 SW 8th Str Brickell Bavview Center Ste 2201 407.888.8481 122015 # 900 Miami, FL 33130 eace Ifusa.com Capital City Airport, MI - RW 10R/28L Capital Reqions Airport Authority Kevin Miller 17,467 LF Clean/Reseal Joints Silicone June 25 29 Prime 4100 Capital City Blvd 517.886.3725 - 2015 No Contract Number Lansinq, MI 48906 kmiller ciaa.com General Mitchell Airport - Pavement Rehab 2015 Milwaukee General Contractors Tom Pesch 3,107 LF Saw/Seal Silicone Subcontractor Runway 7R/25L Panel Replacement 4580 S. 13th Str 414.281.8510 June 24 2015 #GMIA A122-150008 1 Milwaukee, WI 53221 tom milwaukee eneml.com Outaqamie County Airport -Apron Expansion Michels Pavinq Jared Gipp 36,444 LF Saw/Seal Hot Pour June 9 16 Subcontractor AIP 3-55-0002-48 817 W. Main Street 920.583.3132 - 2015 #46257 Brownsville, WI 53006 1 gippici),michels.us Outaqamie Airport- Pathfinder Dr. Storaqe Hanqer Capella and Diedrich Adam Osier 750 LF Saw/Seal Hot Pour June 8 9 Subcontractor Seal new Pavements 253 N. Hickory Str 920.921.7830 - and 16201 No Contract Number Fond du Lac. WI 54935 adam ca ellediedrich.com Interstate Sealant Concrete, Inc. Airport Projects 2010 - Present Contact Name, Phone Number, e-mail Dates of Project Name & Contract # Owners Name & Address address Project Description Projects Prime or Subcontractor Orlando International Airport Prime Construction Group Roy Smith 33,028 Clean/Seal Joints; 8,900 LF Expansion; April 21 - June Subcontractor H-236 Ramp Rehab 1000 Jetstream Ave 407.856.8180 4,633 LF ACC-PCC Joints; 607 SF Spells 122015 # 662-02 Orlando, FL 32824 mmith rimeconstruction rou .com 4,047 LF PCC Cracks Hector International Airport Northern Improvement Company Phil Duqinski Clean/Seal Silicone 28,874 LF April 28 to June Subcontractor Taxiway J Construction and RW 18/36 Rehab PO Box 2846 4000 12th Ave N 701.277.1225 Clean/Seal Compression Seal 46,350 LF 122015 # 14260 Fargo, NO 58108 Pircluttinskitcbvalboo.com Seal PCC Cracks 32 LF; Spells 62 SF Volusia Airport, Dayton FL - Concrete Joint Rehab County of Volusia Kathy Williams 64,043 LF Clean/Seal Joints; 1,865 LF PCC Cracks Feb 25 - May 7 Prime 14-B171KW 123 West Indiana Ave 386.626.6625 86 SF Spalls; 2,965 Expansion 2015 # C-1540 DeLand, FL 32720 kwilliams volusia.or Greenwood Airport - RW 9/27 Rehabilitation McCarthy Improvement Co. Peter Johnson 115.113 LF Saw/Seal Silicone; Bec 4 2014 - Subcontractor AIP 3-45-0027-015-2014 5401 Victoria Ave 562.344.3751 10,006 LF ACC-PCC Joint May 4 2015 # 14028 Davenport, IA 52807 PM Johnson mccarth -introvement.com Atlanta Hartsfield Airport Runway 8L/26R McCarthy Improvement Co. Mike Ghetu 94,848 LF Saw/Seal Silicone; June 11 2014 Subcontractor FC-6610 5401 Victoria Ave 404.684.9064 4.033 LF Expansion Joint; 18,280 LF Clean/Seal Joint - April 30 2015 # 13054 Davenport, IA 52807 mm hetu mccarth -im rovement.com 787 Licht Cans 3,153 LF ACC-PCC Joint Orlando International Airport Gibbs and Reqister Buddy Phelan 2.166 LF Clean/Seal Joints; March 4 18 Subcontractor H-235 Bridqe Repair Taxiway K, E, & F 232 S. Dillard Str 407.654.6133 427 LF Expansion; 19 SF Spells - 2015 # 14012-0002 Winter Garden, FL 34787 lbDInelant4tailbbsandrectister.corn 150 LF ACC-PCC Joints Moultire Airport, LA - Spence Field City of Moultrie Roger Ruis 13,565 LF PCC Crack Seal; Feb 19 March Prime Runway and Taxiway Improvements 200 tat Street NE 229.985.1974 11,613 LF ACC Crack Seal - 82015 # AP014-9000-28(071) Moultrie, GA 31768 r er.ruis moul[rie a.com 552 SF Spells Houma-Terrebonne Airport, LA LA Contractinq Brent Rodrque 147.200 LF Clean/Seal Joints; Jan 12 - Feb Subcontractor Rehab of Runway 12/30 127 Lincoln Lane 985.513.0632 3.500 LF ACC-PCC Joints 112015 No Contract Number Thibodaux LA 70301 brodri ue1962 hoo.com 3.437 LF Patches; 9 LF PCC Cracks Shreveport Regional Airport Best Yet Builders Dennis Dean PE 66,222 LF Clean/Seal Joints; 699 LF PCC Cracks; Subcontractor GA Ramp Rehab 3820 W. 70th Str 318.425.7452 1.890 SF Spells; 3.552 LF Patch Seal Jan 2 -10 2015 # 14-033 Shreveport, LA 71108 didean afimc.com Charleston AFB - Repair Twy Kilo & Hot Cargo Pads Summers Concrete Brad Mullis 39,900 LF Saw/Seal Silicone; 1,057 LF Expansion Subcontractor FA4418-13-R-0008 5338 Coppage Rd 229.794.1023 354 LF ACC-PCC Nov 5 -15 2014 No Contract Number Hahira GA 31632 brad summersconcrete.com Atlanta Hartsfield Airport - In Bound Roads McCarthy Improvement Co. Mike Ghetu 51,450 LF Saw/Seal Silicone; 2,815 LF Expansion March 14 Nov Subcontractor FC-5672 5401 Victoria Ave 404.684.9064 119 LF ACC-PCC Joint - 142014 # 12055 Davenport, IA 52807 mm hetu mccarth -im rovement.com Tampa Executive Airport David Nelson Construction Company Leiqh Lille 34,901 LF Saw/Seal Hot Pour Oct 3 - Nov 13 Subcontractor Runway 18/36 Rehabilitation 3483 Alternate 19 727.784.7624 2014 # 972.001 Palm Harbor, FL 34683 Ililla nelson-construction.com Wayne County Airport Authority - Runway 4R/22L Alex Pavinq Pete Mann 226.231 LF Compression Seal; June 26- Subcontractor WCCA Proiect No 513-020 830 Kirts BLVD 248.244.3331 12,134 LF Expansion; Nov.12 2014 # 436113 Troy MI 48084 mann a'a avin .com 32,394 LF ACC-PCC Joint; 953 SF Spalls Orlando Sanford Airport SW Apron BP -1 GLF Construction William Capehart 63,648 LF Compression Seal; Jan 17 - Nov 9 Subcontractor AIP# 3 42-0069 -7 1 -2013 80 SW 8th Str STE 2201 407.888.8481 3,561 LF Expansion Joint 2014 # 71510041BC Miami, FL 33130 wca ehartIfusa.com 3,066 LF ACC-PCC Joint WCAA - Willow Run Walter Toebe Brad Stover 106,200 SY Joint Saw and Seal Compression Seal June 5 to Subcontractor Reconstruction of RW 5R/23L-Phase II PO Box 930129 248-885-7820 October 27 46413 Wixom MI 48393 bstover toebe-construction.com 2014 GMIA Stark Asphalt Mark Pichler 1700 LF Joint Sealer Filling July 31 to Subcontractor Runway 7L-25R Pavement Replace A180-14002 11710 West Hampton Ave 414-517-2957 October 2 4014 11561 Milwaukee WI 53225 mark starkas halt.com Indianapolis International AP Indianapolis Airport Authority AJ Babkowski 240,000 LF Saw and Seal Septmeber 9 to Prime Eagle Hub Rehab 1910 S. Girls School Road 317-487-5142 Ocotober 1 I-14-020 Indiana olis IN 46247 aibabkowski indiana olisair ort.com 2014 Dane Co Helicopter Pad and Addl Work Trieweiler Construction Larry 400 LF Joint Sealer Silicone September 26 Subcontractor 2916 S Cherry Ave 715-387-8451 2014 No Contract Number Marshfield WI 54449 lar trierweilerco.com Forbes Field Topeka ANG Base Senne & Company Mike Maas 103,487 Saw and Seal JFR March 11 to Subcontractor 2001 NW HWY 24 785-235-1015 September 20 W912JC-13-B-0001 Topeka, KS 66618 Mike.Maas sennecom an .com 2014 Dane Co. AP West Ramp JW Schultz Construction Dan 10,000 LF Saw and Seal 890 Joints June 17 to Sep. Subcontractor Snow Removal Facility 43 US HWY 51 920-568-8699 162014 AIP 3-55-0036-48 Edgerton, WI 53534 dan iwschultz.net Tampa Executive AP David Nelson Company Leigh Lille 35,000 LF Route and Seal October 03 to Prime 3483 Alternate 19 727-784-7624 Nov. 19 2014 972.001 Palm Harbor FL 34683 Ililla nelson-construction.com W CAA Detroit Metro Airport Ajax Paving Industries Yvonne Kur 23,000 SY Compression Seal September 4 to Subcontractor Taxiway Whiskey 830 Kirts Blvd., Ste 100 248-244-3328 92014 140050 Troy,MI 48084 ur a axpaving.co. Fond Du Lac Co Airport R & R Wash Materials Inc Brenda Washkovich 4.200 SY Saw and Seal September 4 to Subcontractor 1110 Dartford Rd 920-748-6873 82014 AIP 3-55-0020-11 Racine, WI 53405 rlam centu rytel. net Interstate Sealant Concrete, Inc. Airport Projects 2010 - Present Contact Name, Phone Number, e-mail Dates of Project Name & Contract # Owners Name & Address address Project Description Projects Prime or Subcontractor Shebovqan Co Airport LaLonde Contractors Mark LaLonde 15,300 BY PCCP Joint Widen and Seal July 16 to Sep. Subcontractor PO Box 070420 414-744-1515 42014 1380300 Milwaukee, WI 53207 markt@lciwi.com GMIA Airfield Cornerstone Pavers, LLC Rick Daniels 4,450 LF Saw and Seal August 5 to Subcontractor Tawiwav R & GRE 712 Russett St 262-456-0430 September 2 2014-5 Racine, WI 53405 cornerstoneusa wi.rr.com 2014 Chippewa Vallev Reqional AP Chippewa Concrete Services Barry Saharan 21,340 BY Saw and Seal July 13 to Subcontractor TaAwavA 3030 110th Street 715-723-5004 34,625 LF Crack Seal August 14 2014 13085.103 Chippewa Falls, WI 54729 za Barr chi crete.net GOAA 17L-35R Gibbs & Register Buddy Phelan 6000 LF Saw and Seal Joints July 29 to 31 Subcontractor Centerline Sealinq 232 S Dillard Street 407-654-6133 Joint Spells 10 SF 2014 14010-0001 Winter Garden, FL 34787 bpheIanC@.qibbsamdnsqister.com Brenner Field Airport Constructors, Inc. Eric 58,368 LF Saw and Seal Hot Pour Joints July 13 to July Subcontractor 1815 Y Street 402-434-1764 252014 AIP 3-31-0028-09 Lincoln, NE 68508 EricACcDconstructorslincoln.co. GMIA Stark Asphalt Mark Pichler 7000 LF Silicone Joint Seal May 19 to July Subcontractor Cessna Service Center Apron 11710 West Hampton Ave 414-517-2957 172014 11495 Milwaukee, WI 53225 mark starkas halt.com Talladeqa Municipal AP McCarthy Improvement Co. Charles Pullin 11,400 LF Silicone 890 Joints July 1 to 14 Subcontractor 5401 Victoria Avenue 256-547-6386 2014 AIP 3-55-0030-36 Davenport, IA 52807 cullin aveawa.com Hartsfield Atlanta AP McCarthy Improvement Co. Mike Ghetu 21,150 LF Saw and Seal Joints 2,074 Expansion Joints March 8 to July Subcontractor Ramps 5 & 6 Pavement Replacement 5401 Victoria Ave. 770-864-3006 62014 FC-6368 Davenport, IA 52807 mm hetu mccarth -im rovement.com Brunswick Golden Isles AP Seaboard Construction Co Donald E Jello 44,000 LF Saw and Seal, 265 SF Spalls Jan 6 to May Subcontractor Runwav 7/25 Tawiwav A 4745 GA HWY 99 912-265-6410 232014 2028-013 Brunswick, GA 31525 don'ello seaboardconst.com LaCrosse Municipal AP WiDOT - Department of Aeronautics Marcus Kuhn 175.000 LF Saw and Seal Joints April 30 to May Prime PO Box 7914 262-305-4115 40 Cross Stitch Patch 202014 AIP 3-55-0030-36 Madison, WI 53707 marcus.kuhn meadhunt.com El Paso International Airport Citv of El Paso Victoria Ruiz 375.000 LF Compression Seal Joints, PCC Spell Repair Jan 15 to May Prime Terminal Apron Air Carqo Ramp Joint Seals 222 S. Campbell 2nd FI 915-541-4357 192014 2013-292 El Paso, Texas 79901 RuizVM el asotexas. ov Orlando International AP Gibbs & Register Buddy Phelan 46,000 LF Crack Sealinq, 525 LF Joints, 50 SF Spalls Feb 27 to May Subcontractor H-238 Tawiways E & F Crack Seal 232 S Dillard Street 407-654-6133 192014 14006-0001 Winter Garden, FL 34787 b helan ibbsandre ister.com Lake Charles Airport Interstate Improvement Sam Gramlinq 196.460 LF Saw and Seal, 260 SF Spells March 22 to Subcontractor Tawiwav & Apron Phase 1 16871 Canbv Avenue 507-333-2677 8.930 BY Saw and Seal May 17 2014 LCRA-2012-68 Fairbault, MN 55021-0008 s ramIin Interstate Ina Provernent.com Little Rock International AP Redstone Construction Group Phillip Rav 152.000 LF Saw and Seal Joints March 7 to April Subcontractor Runwav 4L-22R Shoulders/Lights 505 W. Dixon Road 501-539-0803 302014 73361-01 Little Rock, AR 72206 hilli .ra redstone-c .com Raleiqh Durham Airport The Scruqqs Companv Bart Brown 47,350 BY Saw and Seal Joints Feb 16 to Subcontractor P.O. Box 2065 229-412-0327 March 27 2014 70509 Valdosta, GA 31604 lbbrown(d).scruaascontDamr.com El Paso International AP JAR Arturo Fuentes 16,676 LF Saw and Seal 2,506 LF Shoulder March 12 to 16 Subcontractor Tawiwav A 8000 Escobar Dr. 915-591-3389 2014 211091523 El Paso, Texas 79907 'navarro 'arconcrete.com Bartow Municipal Airport -Rehab GA Apron GLF Construction Corp Garrick Delonv 11,500 LF Saw/Seal 300 Ea Partial Depth Spell Dec 14 to 22, Subcontractor 714 7648 Southland Blvd 407-888-8481 2013 Orlando, FL delon Ifusa.com MAC Terminal 2 Humphrev Apron Exp CS McCrossan Construction, Inc. Kent Messenbrink 49,954 BY PCC Tvpe B Saw/Seal Oct 28 to Nov Subcontractor 120-1-011 7865 Jefferson Hwv 763-425-4167 10,2013 Maple Grove, MN kentm mccrossen.com Hartsfield Atlanta-Taxiwav Pavement Phase 1 McCarthy Improvement Co. Mike Ghetu 8.920 LF Saw/Seal and 1,840 LF Expansion Joint Oct 21 to Nov Subcontractor FC-6450 5401 Victoria Ave 770-864-3006 8, 2013 Davenport, IA mm hetu mccarth -im rovement.com MOOT Monroe Custer Airport Florence Cement Co. Steve Lampton 17,850 LF Reseal PCC, 750 LF Saw/Seal Cracks Oct 14 to 22, Subcontractor 58419-118510 12585 23 Mile Road 586-997-2666 300 LF Patch Seal 2013 Shelbv Township, MI stevelam ton florencecement.com WCAA Willow Run AP Runwav 5R/23L Alex Pavinq Yvonne Kur 73,550 BY PCC-Compression Seal Sep 25 to Oct Subcontractor S12-127 830 Kirts Blvd., Ste 100 248-388-5599 4, 2013 Trov, MI 48084 vkur(cDalaxpavina.ccma Dubuque Reqional Airport Horsfield Construction Inc. Cortnev Graber 35,096 BY Saw/Seal 890 Sep 16 to 24, Subcontractor AIP 3-19-0028-56 PO Box 305 563-876-3335 2013 Epworth, IA c raber horsfieldinc.com Appleton Municipal AP (Swift & Chippewa Co.) Central Specialties, Inc. David Kluver 35,100 LB Crack Repair Deery Level N Go Sep 2 to 17, Subcontractor SP 7601-17 6325 Co Rd 87 SW 320-762-7289 2013 Alexandria, MN 56308 david centrals ecialties.com Favetteville Reqional AP Apron Widenin & Sealinq Barnhill Contractinq William Holmes 975 LF Saw/Seal w/ Sweeper Aug 12 to 14, Subcontractor 976211 1100 Robeson Street 910-635-7016 2013 Fayetteville, INC 28303 wholmes barnhillcontractin .corn Interstate Sealant Concrete, Inc. Airport Projects 2010 - Present Contact Name, Phone Number, e-mail Dates of Project Name & Contract # Owners Name & Address address Project Description Projects Prime or Subcontractor Charleston Int. Airport -Term Apron Exp McCarthy Improvement Co. Nick Wolf 50,000 LF Saw/Seal Jan 31 to Sep Subcontractor 1900-119 5401 Victoria Ave. 563-528-1097 12, 2013 Davenport, IA ma wolf mccarth -im rovement.com Oscada-Wurtsmith AirportT & M Hunt Bros. Shawn Hunt 30,000 LF Sealinq Subcontractor 5828 M-55 989-362-2457 August 3, 2013 Wittemore, M148770 huntbros tm.net Chippewa Valley Req. AP Chipppewa Concrete Services Barry Bohman 15,280 SY Saw/Seal, 34,625 LF Crack Seal May 24 to Jul Subcontractor AIP 3-55-0019-34 3030 110th Street 715-723-5004 18, 2013 Chippewa Falls, WI barrvPchinnewaconcrete.net WCAA Metro Detroit Runway 4R/22L Walter Toebe Construction Co. Brad Stover Joints Jun 22, 2012 - Subcontractor 44812 PO Box 930129 248-349-7500 273,000 SY 17" Widen & Seal Jul 18, 2013 Wixom, MI 48393 bradstover toebe-construction.com Liberal Mid -America Req AD Klaver Construction Co. Josh Smith 87,922 LF Saw/Seal Jul 7 to 17, Subcontractor AIP 3-20-0050-19/20 701 East Ave 620-532-3183 2013 Kingman, KS re inaa klaverconstruction.com GMIA Airfield Pavement Rehab Milwaukee General Construction Tom Pesch 1.290 LF 318" and 1,300 LF 5/8" Saw/Seal Jun 26 - 27, Subcontractor A122-13007 4580 S. 13th 414-281-8510 2013 Milwaukee, WI torn(Mmilwaukeecieneral.com Jacksonville Airport Taxiway BVPass, FL The Scruqqs Company Larry Wisenbaker 39,766 LF Saw/Seal Sep. 7, 2012 - Subcontractor 3-12-0035-049-2011 4679 Old Hwy 41 N 229-412-0327 Jun 11, 2013 Hahira, GA 31632 lwisenbaker(cDscruqqscompany.com Lake Charles Req. AP 15/33 Drain Line Rehab Alfred Palma, LLC Charlie Spence 78,500 LF Saw/Seal, 9,150 LF Cracks, Apr. 1 - May Subcontractor 1305 PO Box 1565 337-570-9936 5,850 SY PCC Saw/Seal (9,245 LF) 16, 2013 Lake Charles, LA Charlie a almainc.com Anthony Municipal AP -Reconstruct Runway 17/35 Klaver Construction Co. Josh Smith 60,082 LF Saw/Seal Hot Pour Apr. 20 - 29, Subcontractor AIP 3-20-0002-07 701 East Ave 316-644-5330 2013 Kingman, KS re inaa klaverconstruction.com Keokuk Municipal AP Runwav 8-26 Shiplev Contractinq Corp. Michelle Hall 102.677 LF 13/16" Compression Seal, 500 LF Silicone Aug. 22 -Dec. Subcontractor FAA AIP 3-19-0050-18 PO Box 36 319-752-5491 1 1/4" Compression Seal 5, 2012 Burlington, IA 52601 Idscc aol.com Capital City Airport -Lansing, MI VanLaan Concrete Nate Welniak 12,972 U Joint Sealing Nov. 28 to 29, Subcontractor 11-0179 6875 Dutton Industrial Dr. 616-698-6397 2012 Dutton M149316 natew vanlaan.com Laurens Co. AP -Airfield PCC Rehab APAC - Tennessee, Inc. Michael Craig 72,500 LF Saw/Seal Oct. 20 to Nov. Subcontractor AIP # 3-45-0036-0110-2011 900 West Lee Road 864-292-9550 29, 2012 Taylors, SC 29687 Michael.Crai a ac.com GMIA-Perimeter Rd Ext 128th to College Milwaukee General Construction Co Tom Pesch 6,841 LF Saw/Seal Oct. 23 to 26, Subcontractor A166-2000 4580 S. 13th Street 414-281-8510 2012 Milwaukee WI 53221 tom milwaukee eneral.com Willow Run -Taxiway Hotel & Bravo Joint Repairs Wayne County Airport Authority Theresa Samosiuk 4,000 LF Saw/Seal 890 Oct. 15 to 17, Prime 104045 L.C. Smith Terminal - Mezzanine Level 734-247-3692 2012 Detroit, MI theresa.samosiuk wcaa.us FayetNille Reg AP -Air Carrier Aprom Rehab Barnhill Contracting Co. Cindi Jarman 32,495 SY Saw/Seal Jul. 12 to Oct. Subcontractor AIP 3-37-0021-038-2011 1100 Roberson Street 910-488-1319 6, 2012 Fayetteville, NC 28303 carman barnhillcontractin .com GMIA-Elastomeric Trenches Venture Electric Mike Trump 1170 gal Delpatch, Misc Joint Seal Oct. 3 to Oct. 5, Subcontractor A123-12005 2110 Pewaukee Road 262-521-2344 2012 Waukesha WI miket venture-electric.com LaCrosse Municipal Runway Joint Repairs City of LaCrosse Jurijs Nasonovs 1,230 LF Joint Repair Sep. 3 to 14, Prime 400 La Crosse Sir 608-789-7594 2012 LaCrosse WI 54601 nasonovs'(&,citvoflacross.or WCAA Willow Run Airport Ajax Paving Industries Yvonne Kur 14.5" PCC Pavement Subcontractor S12-127 830 Kirts Blvd., Ste 100 248-244-3300 Sep. 12, 2012 Troy,MI 48084 ur a axpaving.com Helicopter Parking Apron & Taxiway Wis. ANG Trieweiler Construction Steve Trierweiler 33,000 SY Saw/Seal 890 Aug. 23 to 30, Subcontractor AASF#2 Project#05H2W 2916 S. Cherry Ave. 715-305-5403 2012 Marshfield, WI 54449 steve tnerweilerco.com Dane Co. AP West Ramp Trieweiler Construction Steve Trierweiler 24,296 LF Rehab Saw/Seal, 3645 LF Cracks Aug. 13 to 23, Subcontractor 3-55-0036-41 2916 S. Cherry Ave. 715-387-8451 2012 Marshfield, WI 54449 steve@trierweilerco.com Watertown Req AP Runway 17/35 Recon Knife River Midwest Robert Sopher 74,161 LF Silicone Saw/Seal & 16,538 LF Hot Pour Aug. 8 to Aug. Subcontractor 3-46-0058-024-2011 2220 Hawkeve Dr. 712.252.2766 21, 2012 Sioux City, IA robert.so her kniferiv GMIA Cross Runway Walsh Construction Group Phil Griffith 12,674 LF Saw/Seal Jul. 28 to Aug. Subcontractor 212039511 12100 104th St 312-656-4952 18, 2012 Pleasant Prairie, WI 53158 Pgriffith(cbwalshttroup.corn Spartanburg Downtown Mem AP McCarthy Improvement Co. J. Keegan Ingram 34,000 LF Saw/Seal Silicone Aug. 1 to 14, Subcontractor 20090204.00CA 5401 Victoria Ave. 563-529-3001 2012 Davenport, IA 'k in ram mccarth -im rovement.com GMIA Runway Safety Area Imp Runwav Company, Inc. Dan Ziqneqo 46,666 LF Saw/Seal May 30 to Aug. Subcontractor 1U19R A09-005001-5 W226 N2940 Duplainville Rd. Waukesha, 262-547-4700 12 2012 Waukesha. WI I dzi ne o zi ne o.com Interstate Sealant Concrete, Inc. Airport Projects 2010 - Present Contact Name, Phone Number, e-mail Dates of Project Name & Contract # Owners Name & Address address Project Description Projects Prime or Subcontractor GMIA Runway 1 L/19R Licht Cans Venture Electric Mike Trump 12.5 CF Pro-poxv Fill Around Licht Cans Aug. 4 to 11. Subcontractor At 35-08017 2110 Pewaukee Road 262.542.2727 2012 Waukesha. WI miket venture-electric.com GMIA Runway Safety Are Imp Licht Cans Venture Electric Mike Trump 34 Licht Cans with ProPoxv P606 Umtex Jul. 31 to Aug. Subcontractor GM18284 2110 Pewaukee Road 414-333-4714 10,2012 Waukesha. WI miket venture-electric.com GMIA 2012 Pavement Rehab Milwaukee General Construction Co. Tom Pesch 377 LF Crack Route/Seal May 17 to Aug. Subcontractor A122-2002 4580 13th Street 414-281-8510 62,473 LF Joint Reseal 3, 2012 Milwaukee, WI 53221 tom milwaukee eneral.com WCAA Control No. S10-008 Dan's Excavatinq, Inc. Rick Kincaid 14,490 LF Compression Seal, Silicone Seal Joints Nov. 11, 2011 Subcontractor Ground Run -Up Facility 12955 23 Mile Road 586-254-2040 to Jul. 31, 2012 10-1113 Shelbv Township, MI rkincaid dansexc.com Jacksonville Airport Taxiwav T & H The Scrugcs Company Bart Brown 7900 LF Saw/Seal Mar. 27-to Jul. Subcontractor 3-12-0035-042-2011 4679 Old Hwy 41 N. 229.242.2388 30, 2012 Hahira, GA 31632 bb—n(&,scruqqsccnnPam .com Repair POL Pavements Hunt Bros. Shawn Hunt 4000 SY PCC Silicone, 2330 SY Silicone Jun. 4 to Jul. Subcontractor TDVG102829 5828 M-55 989.362.2457 5645 LF Saw/Seal 30, 2012 Wittemore, M148770 huntbros tm.net Atlanta Hartafield Runwav 27R Archer Western Mike Gantt 36,175 LF Saw/Seal 888 May 8 to Jul. Subcontractor 211124514 2410 Paces Ferry Road, Suite 600 404.495.8700 24, 2012 Atlanta. GA m enttwalsh rou .com MBS International Airport -New Term Phase 10 Walter Toebe Construction Co. Brad Stover 55,100 SY Saw/Seal Jul. 2 to 21, Subcontractor 11068 PO Box 930129 248-349-7500 2012 Wixom, MI 48393 bradstover@toebe-construction.com Lubbock Preston Smith Int. Airport J.D. Abrams Adam Good Crack filler Jan. 5 to Jul. Subcontractor Runway 08/26 ITS 11-10031-MA 111 Congress Ave 512-322-4000 5,000 SF Spells, 23,000 LF PCC/ACC Cracks 18, 2012 Austin, TX 78701 ao-cle0liclabrams.corn Outagamie Co. Req Airport Ziqneqo Company, Inc. Mike 12,400 SY Saw/Seal Hot pour Jul. 15 to 18, Subcontractor AIP: 3-55-0002-44 W226 N2940 Duplainville Rd. 262-547-4700 2012 Waukesha. WI dzi ne o zi ne o.com WCAA Detroit Metro -Willow Run Wayne County Airport Authority Joe McCabe 175.308 LF Seal Joints, 85,354 Seal Cracks, Apr. 16 to Jul. Prime 510-011 L.C. Smith Terminal - Mezzanine Level 734-247-7900 510 LF Spells, 44,767 Lbs Hot Pour Cracks 6, 2012 Detroit, MI 48242 Joe.McCabePwcaa.us Year 3 or 3 Year Contract Taxiway E & U Restoration at GMIA Walsh Construction Group Phil Griffith Green Saw/Seal 890 May 22 to Jun. Subcontractor 212026 12100 104th Street 262.857.7110 15, 2012 Pleasant Prairie, WI 53158 Dariffithf@.walsharouD.com Boeinq 88-Yard McCarthy Improvement Co. Brent Ihns 50,000 LF Saw/Seal Sept. 23 2011 Subcontractor 770001 5401 Victoria Ave. 563-344-3751 Addttional 27,000 LF in Feb to Feb. 7, 2012 Davenport, IA bf ihns mccarth -im rovement.com Boeinq Charleston Expansion Site Dve BE&K Turner JV Bob Powell Joint Sealinq and Spell Repair Jan. 28 to Feb. Subcontractor SA-014 1500 Sunday Dr., Suite 101 864-313-6603 4, 2012 Raleigh, NC 27607 Bob.POweII kbr.com Boeinq ACC to PCC Sealinq Thompson Construction Co. Trey Simmons 1260 LF ACC to PCC Sealinq Feb. 1 to 3, Subcontractor PO Box 63535 843-572-0088 2012 Charleston, SC tsimmons oltc.com Alpena County Regional Airport Meridian Contractinq Services Trent Sherman 188.000 LF Saw/Seal Sept 22 - Subcontractor Aprons 304 W. Chisholm Street 989.354.4825 5,400 LF PCCP Crack Seal November 22 W912JB-09-D-2003 Alpena, MI 49707 tren[ mericon.net 3,460 ACC Crack Seal 2011 General Mitchell International Airport Super Western, Inc John Christensen 56,750 LF Saw/Seal July 15 2011 to Subcontractor Runway 7R Improvements N60 W 14224 Kaul Ave 262.252.5995 November 6 A094-05001-4 Menomonee Falls, WI 'christiansen su erwestern.com 2011 Rooks County Regional Airport Klaver Construction Co. Inc Josh Smith 58,428 LF Saw/Seal Hot Pour October 29 - Subcontractor AIP 3-20-0100-04/05 701 East Ave D 620.532.3183 November 6 Kingman, KS 67068 2011 Alpena Co. Reqional Airport B & B General Contractinq Burt Poland 206.700 LF Saw/Seal August 8 - Subcontractor PO Box 245 989.739.4778 4580 LF Crack Seal November 2 TDVG052271 Oscoda. MI 48750 burt. Poland(cDsbcq Iobal.net 20,020 LF ACC-PCC Seal 2011 Barnes County Airport Northern Improvement Company Steve Schmidt 38,246 SY Green Sawinq August 29 - Subcontractor AIP 3-38-0053-011-2010 4000 12th Ave 701.277.1225 50,888 LF Saw/Seal October 25 Fargo, NO 58108 sschmid[ nicnd.com 2011 Alpean CRTC B & B General Contractinq Burt Poland 2950 LF ACC/PCC Joint Seal October 19 and Subcontractor Taxiways TOGA and T10A PO Box 245 989.739.4778 232011 TDVG072937 Oscoda. MI48750 burt. Poland(cDsbcq Iobal.net Alpean CRTC Walter Toebe Construction, Co. Gennadv 15,067 LF Saw/Seal October 11 - 22 Subcontractor Ta)dways TOGA and T10A PO Box 930129 248.349.7500 2011 TDVG072937 Wixom, MI 48393 Boeinq Yard 88 APAC - Tennessee, Inc. Ballenqer Robert Botwick 283,875 LF Saw/Seal November 1 Subcontractor 392005.03 PO Box 127 861-270-8550 132,115 Green Saw 2010 - Oct. 5 Greenville, SC 29602 RoberLBowickC@.apac.com ISPall Repair 2011 General Mitchell International Airport Venture Electrical Contractors Nick Meyer 10 Licht Cans Sept 16-23 Subcontractor GM17160 2110 Pewaukee Road 262.542.2727 2011 Waukesha. Wi Interstate Sealant Concrete, Inc. Airport Projects 2010 - Present Contact Name, Phone Number, e-mail Dates of Project Name & Contract # Owners Name & Address address Project Description Projects Prime or Subcontractor General Mitchell International Airport Milwaukee Countv Public Works Paul Montalto 51,000 LF Joint Seal July 12 - Prime Pavement Rehabilitation 2011 5300 South Howell Ave 414.747.5774 August 27 2011 A122-1002 Milwaukee, WI 53207 WCAA- Detroit Metro- Willow Run Airport Wavne County Airport Authority Joe McCabe 200.000 LF Joint Sealing May 23- Prime Year 2 of 3 vear maintenance contract LC Smith Terminal - Mezzanine 734.942.0123 100.000 LF Crack Sealinq August 24 2011 510-011 Detroit, MI 48242 Joe.McCabe wcaa.us GMIA Runwav Improvement Cornerstone USA Chris Cape Epoxy Crack Iniection August 1-2 Subcontractor 712 Russet Street 262.770.1231 2011 A094-005001-4 Racine, WI 53405 ccca a wi.rr.com GMIA Electircal Trench Repair Super Western, Inc John Christensen 10 Can Liqhts Trench and Repair Subcontractor N60 W 14224 Kaul Ave 262.252.5995 July 26 2011 Menomonee Falls, WI 'christiensen su erwestern.com General Mitchell International Airport (GMIA) Arrow Crete, LLC Ann Neshek 8,250 SY Saw/Seal PCCP July 9 - 24 Subcontractor 7R-25L Rehabilitation PO Box 14823 414.443.1911 2011 A135-08017 Milwaukee, WI MDOT- Chippewa County Airport Florence Cement Company Mike Pittiglio 31,500 LF Saw/Seal - Silicone June 20-27 Subcontractor 17364-110974 12585 23 Mile Road 586.997.2666 2011 Shelby Township,MI m itti Iio florencecement.com LaCrosse Municipal Airport Cornerstone USA Chris Cape 59,418 LF Saw/Seal May 11 - June Subcontractor AIP 3-55-0030-34 712 Russell St 262.770.1231 132011 Racine WI 53405 ccca a wi.rr.com Centel Wisconsin Airport Trieweiler Construction Joe Matchey 21,920 LF Saw/Seal October 19 Subcontractor AIP 3-55-0052-39 2916 S Cherry Ave 715.305.5403 2010 - June 8 Marshfield WI 54449 'oem trieweiler.com 2011 Oscada-Wurtsmith Airport Toebe Construciton Company Bill Deacon 88,350 LF Joint Sealinq Filler - Silicone Subcontractor Airport Apron Rehab PO Box 930129 248.349.7500 July 12 2010 Wixom, MI 48393 bdeacon toebe-construction.com Jacksonville International Airport Jacksonville Airport Authority Cecil Poston 281,714 LF Joint Reseal- Silicone February 22 Prime Rehabilitate Runwav 7/25 PO Box 18108 904-741-2227 Spall Repairs 2010 JAA Project No. J2009-06; Contract C-744 Jacksonville FL c oston 'a * 1 Ar Texas Department of Transportation 125 EAST 11TH STREET I AUSTIN, TEXAS 78701-2483 1 (512) 463-8588 1 WWW.TXDOT.GOV February 01, 2022 INTERSTATE SEALANT & CONCRETE, INC. S40 W24211 ROCKWOOD WAY WAUKESHA, WI. 53189 RE: TxDOT Vendor Number 09915 Dear Contractor: Your Confidential Questionnaire is satisfactory and qualifies you to bid on Projects let by the Texas Department of Transportation (TxDOT) from the date of this letter through October 31, 2022. Your bidding capacity has been set at $66,903,000.00. You may request and receive bidding proposals for projects on which the engineer's estimate does not exceed your bidding capacity less any uncompleted work currently under contract with TxDOT. If we may be of further assistance, please contact our Pre -qualification Branch at 512/416-2584. Sincerely, A-Ot� Greg Williams Director, Letting Management Section Construction Division OUR VALUES: People • Accountability • Trust • Honesty OUR MISSION: Connecting You WPth Texas An Equal Opportunity Employer . Texas Department of Transportation 125 EAST 11TH STREET, AUSTIN, TEXAS 78701-2483 1 512.416.4700 1 WWW.TXDOT.GOV December 11, 2020 Cheryl Sment Interstate Sealant & Concrete, Inc. S40 W24211 Rockwood Way Waukesha, WI 53189 Re: Disadvantaged Business Enterprise (DBE) Certification Annual Update -Approval Dear Ms. Sment: We have approved your recently submitted Annual Update Affidavit and your DBE certification remains active. To ensure that your certification remains valid, please visit the Diversity Management System (DMS) at htti)s://txdot.txdotcros.com/ to periodically review your account information and complete the Annual Update Affidavit. Failure to maintain accurate records related to ownership, management control, and contact information could result in decertification. If you experience technical difficulties with DMS please click on the "Contact Us and Support" link on the DMS homepage. Sole Proprietors must have an updated Assumed Name Certificate with the County Clerk's Office and all other firms must be registered with the Secretary of State to do business with TxDOT. All firms identified as the apparent low bidder on construction and maintenance projects must have an E- Verify Memorandum of Understanding (MOU) for Employers executed though the Department of Homeland Security's (DHS) E-Verify system. If you have any questions, you may contact Joe Sanchez at 512-662-7488. Sincerely, Michael D. Bryant Director Civil Rights Division OUR VALUES: People • Accountability • Trust • Honesty OUR MISSION: Connecting You With Texas An Equal Opportunity Employer From: Cheryl Sment To: Sean Leppert Subject: FW: TxDOT DBE AUA Certification - Application Approved - Interstate Sealant & Concrete, Inc. Date: Tuesday, December 28, 2021 9:14:38 AM From: Christina Calvo <Christina.Calvo@txdot.gov> Sent: Tuesday, December 28, 2021 10:00 AM To: Cheryl Sment <csment@interstatesealant.com> Subject: TxDOT DBE AUA Certification - Application Approved - Interstate Sealant & Concrete, Inc. Dear Cheryl Sment: We have approved your recently submitted Annual Update Affidavit and your DBE certification remains active. You may log into your firm's DMS account at www.txdot.txdotcros.com to retrieve a copy of the firm's approval notice. Thank you, Christina Calvo Compliance Analyst H Civil Rights Division Texas Department of Transportation 512.486.5510 I Page Intentionally Left Blank 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 detennining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for detennining 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. C. 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: QUESTION 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 finn, corporation, partnership or institution, received citations for violations of enviromnental 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_ 1.66 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. Si re Cheryl A. Sment Title WORKERS COMPENSATION EXPERIENCE RATING &�Cc?Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE State Wt Exp Excess Losses Expected Losses Exp Prim Losses Act Exc Losses Ballast Act Inc Losses Act Prim Losses IAR I .141 1,3761 1,9971 6211 OI 32,0001 3911 391 Co I .10I 2,6111 4,0171 1,4061 OI 32,5501 01 0 IFL I .121 10,220I 14,5971 4,3771 106,4521 37,9751 128,8521 22,400 IGA I .11I 6,909I 8,9721 2,0631 OI 39,0001 01 0 IIN I .14I 1,898I 2,8181 9201 OI 28,7001 01 0 IA I .12I 2,5421 3,3461 8041 OI 42,1751 01 �01 IKs I .13I d OI OI OI 32,5501 01 01 IKY I .13I 1,4241 2,1251 7011 OI 30,4501 01 01 ILA I .10I 2,2671 2,7331 4661 OI 60,9001 01 01 IMD I .12I 5151 7151 tool 0I 39,9001 01 OI IMN I .13I 867I 1,1871 3201 0I 31,1501 01 OI IMo I .11I 841 1,0951 2521 OI 42,9001 01 01 INE I .12I 5,985I 8,3121 2,3271 OI 37,9751 01 0 INH I .13I OI OI OI OI 33,2501 Ou I NM I .12I 864I 1,1221 2581 01 41,4751 01 �01 INY I .10I 0 OI OI OI 52,7501 Ou INC I .12I 3,064I 4,0391 9751 OI 39,7251 01 0 IoK I .12I d OI OI OI 41,8251 01 J Isc I .11I 4,730 6,1471 1,4171 OI 43,2001 01 01 ISD I .14I 1,419I 1,9991 5801 OI 32,4001 361 36 ITN I .14I 74I 1101 361 OI 32,4001 01 �01 IN I .131 33,739I 46,4261 12,6871 213,7531 35,0001 311,3181 97,565 © 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 user's and NCCI shall not have any liability thereto. Page 1 of 15 WORKERS COMPENSATION EXPERIENCE RATING 01WE'rRisk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE (A) (B) (C) Exp Excess (D) Expected (E) Exp Prim (F) Act Exc (G) Ballast (H) Act Inc (1) Act Prim Wt Losses(D-E) Losses Losses Losses(H -I) Losses Losses .12I 81,347I 111,757I 30,410 320,205I 371098I 419,6031 99,3M] Primary Losses Stabilizing Value Ratable Excess Totals (I) C " (1 - A) + G (A) * (F) (J) Actual 99,398 108,683 38,425 246,506 (E) C' (1 - A) + G (A)(C) (K) Expected 30,410 108,683 9,762 148,855 ARAP FLARAP SARAP MAARAP Exp Mod (J) / (K) Factors 1.49 1.57 1.66 REVISED RATING 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. THE TENNESSEE CODE ANNOTATED SECTION 50-6-501 REQUIRES EVERY PUBLIC OR PRIVATE EMPLOYER THAT IS SUBJECT TO THE WORKERS COMPENSATION STATUTE TO "ESTABLISH AND ADMINISTER A SAFETY COMMITTEE IN ACCORDANCE WITH RULES ADOPTED PURSUANT TO T.C.A. SECTION 50-6-502 IF THE EMPLOYER HAS AN EXPERIENCE MODIFICATION RATE EQUAL TO OR GREATER THAN 1.2." REVISED RATING TO INCLUDE UPDATED DATA FOR: WI, POL. #: A0105113006, EFF.: 06/30/2018 © 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 user's and NCCI shall not have any liability thereto. Page 2 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 03-ARKANSAS Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5506 1 1.10 .30 81,444 8961 2691 19812 (EMPLOYERS LIABILIT I 01 Oil Policy Total: 81,444 Premium: 3,161 Losses: Inc 0 03-ARKANSAS Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01F� Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 0 0 55C560027 06 F I 3911 391 5507 1 1.02 .32 107,955 1,1011 3521 I 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 107,9551 Subject Premium: 3,514 Total Act Inc Losses: 391 05-COLORADO Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5507 1 1.62 .35 125,274 2,0291 7101 9812 (EMPLOYERS LIABILIT I 0 0 (Subject Policy Total: 125,27 Premium: 7,333 Total Act Inc Losses: 0 05-COLORADO Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 5507 1 1.62 .35 54,178 8781 3071 I 19812 (EMPLOYERS LIABILIT I 01 OI Subject Policy Total: 54,178 Premium: 3,100 Total Act Inc 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 05-COLORADO Firm ID: AA Firm Name: INTERSTATE SEALANT AND CONCRETE INC Carrier: 11347 Policy No. RTC2KUB9G50844417 Eff Date: 02/01/2017 Exp Date: 02/01/2018 Code ELR Ratio Payroll Expected Losses Exp Prim Losses Claim Data FLosses IJ �01 Act Inc Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI 5213 1 1.56 .35 42,093 6571 230I I I 5213 1 1.56 .35 29,010 4531 1591 I I 19812 (EMPLOYERS LIABILIT I 01 OI 19812 (EMPLOYERS LIABILIT I 01 OI 19848 IMINIMUM PREMIUM FO I 0 0 Policy Total: 71,103 Subject Premium: 4,111111 I Total Act Inc Losses: 0 05-COLORADO Firm ID: AA Firm Name: INTERSTATE SEALANT AND CONCRETE INC Carrier: 11347 Policy No. RTC2KUB9G50844418 Eff Date: 02/01/2018 Exp Date: 02/01/2019 Code ELR Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 0930 (WAIVER OF SUBROGAT I 01 O 11111 INO EXPOSURE DEVELO I 0 0 19848 IMINIMUM PREMIUM FO I OI OI Policy Total: 0 Subject I Premium: 37011 ITotal Act Inc Losses: 0 09-FLORIDA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF Act Inc Losses Act Prim Losses 5507 1 2.25 .30 252,491 5,6811 1,704I 8742 1 .14 .35 8,512 121 4I 19812 (EMPLOYERS LIABILIT I 01 011 I I Subject I Policy Total: 261,003 Premium: 19,29611 JTotal Act Inc Losses: 0 09-FLORIDA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI 155C489561 05 I F I 4,400I 4,400I 5507 1 2.25 .30 286,957 6,4571 1,9371 55C437539 09 I F I 124,4521 18,OOOI 8227 1 2.17 .28 4,730 103I 291 I I I 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 291,687 Subject Premium: 22,66511 I Total Act Inc Losses: 128,852 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 4 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 09-FLORIDA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI 5507 1 2.25 .30 104,173 2,3441 703I 19812 (EMPLOYERS LIABILIT I 01 011 J I I Policy Total: 104,1731 Subject Premium: 6,82111 I JTotal Act Inc Losses: 0 10-GEORGIA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data FLosses IJ �01 Act Inc Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI I I I 5506 1 2.60 .23 56,026 1,4571 3351 I I I 19812 (EMPLOYERS LIABILIT I 01 011 J I I I Policy Total: 56,026 Subject Premium: 4,816 Total Act Inc Losses: 0 10-GEORGIA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5506 1 2.60 .23 82,629 2,148 494 I I 9812 (EMPLOYERS LIABILIT O Oil J I I Policy Total: 82,629 Subject Premium: 8,738 Total Act Inc Losses: 0 10-GEORGIA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D❑ Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 0 0 5506 1 2.60 .23 206,420 5,367 1,234 I I I 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 206,4201 Subject Premium: 21,644 Total Act Inc 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 5 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 13-INDIANA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D�- Payroll Ratio Expected Losses Exp Prim Losses Claim Data FLosses IJ �01 Act Inc Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI 5506 1 1.90 .30 16,900 3211 961 19812 (EMPLOYERS LIABILIT I 01 011 J I I Policy Total: 16,900 Subject Premium: 1,149 I JTotal Act Inc Losses: 0 13-INDIANA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data FLosses IJ �01 Act Inc Act Prim Losses 5507 1 1.00 .33 54,918 5491 1811 I I 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 54,918 Subject Premium: 1,339 Total Act Inc Losses: 0 13-INDIANA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 0930 IWAIVER OF SUBROGAT I 0 0 I 5507 1 1.00 .33 194,800 1,948 643 I 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 194,8001 Subject Premium: 4,997 Total Act Inc Losses: 0 14-IOWA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D❑ Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 1111 INO EXPOSURE DEVELO I 01 OI Subject Total Act Inc Policy Total: 0 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 6 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 14-IOWA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5507 1 2.22 .24 80,986 1,7981 4321 19812 (EMPLOYERS LIABILIT I 01 Oil Subject Policy Total: 80,986 Premium: 3,546 Total Act Inc Losses: 0 14-IOWA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01F� Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 0 ofl 5507 1 2.22 .24 69,742 1,5481 3721 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 69,742 Subject Premium: 3,225 Total Act Inc Losses: 0 15-KANSAS Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 0 0 11111 INO EXPOSURE DEVELO I 0 O Policy Total: 0 Subject Premium: 25011 I ITotal Act Inc Losses: 0 15-KANSAS Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D�- Payroll Expected Exp Prim Claim Data IJ Act Inc Act Prim Ratio Losses Losses �OF� Losses Losses 0930 IWAIVER OF SUBROGAT O I OI Subject I Total Act Inc Policy Total: 0 Premium: 25011 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 7 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 16-KENTUCKY Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5507 1 1.87 .33 113,626 2,1251 7011 9812 (EMPLOYERS LIABILIT I 01 Oil Subject Policy Total: 113,6261 Premium: 5,411 Total Act Inc Losses: 0 17-LOUISIANA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 5506 1 3.62 .17 73,060 2,645 450 9812 (EMPLOYERS LIABILIT I 0 011 Policy Total: 73,060 Subject Premium: 9,645 Total Act Inc Losses: 0 17-LOUISIANA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 5507 1 2.71 .18 3,231 881 16I 9812 (EMPLOYERS LIABILIT I 01 01 Policy Total: 3,231 Subject Premium: 24711 I JTotal Act Inc Losses: 0 19-MARYLAND Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR D❑ Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5507 1 1.60 .28 30,592 4891 1371 9812 (EMPLOYERS LIABILIT I 01 OI Subject Policy Total: 30,592 Premium: 1,642 Total Act Inc 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 8 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 19-MARYLAND Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5507 1 1.60 .28 14,100 2261 631 19812 (EMPLOYERS LIABILIT I 01 Oil Subject Policy Total: 14,100 Premium: 767 Total Act Inc Losses: 0 22-MINNESOTA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01F� Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI 5506 1 1.99 .27 59,666 1,1871 3201 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 59,666 Subject Premium: 4,763 Total Act Inc Losses: 0 24-MISSOURI Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5506 1 2.63 .23 41,645 1,0951 2521 9812 (EMPLOYERS LIABILIT I 01 O Subject Policy Total: 41,645 Premium: 2,79111 I ITotal Act Inc Losses: 0 26-NEBRASKA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI 5507 1 2.22 .28 87,163 1,9351 542I 19812 (EMPLOYERS LIABILIT I 01 OI Subject Policy Total: 87,163 Premium: 9,309 Total Act Inc 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 9 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 26-NEBRASKA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5507 1 2.22 .28 70,811 1,5721 4401 19812 (EMPLOYERS LIABILIT I 01 Oil Subject Policy Total: 70,811 Premium: 6,643 Total Act Inc Losses: 0 26-NEBRASKA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI 5507 1 2.22 .28 216,450 4,8051 1,3451 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 216,4501 Subject Premium: 19,146 Total Act Inc Losses: 0 28-NEW HAMPSHIRE Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR Payroll Expected Exp Prim Claim Data IJ Act Inc Act Prim Ratio Losses Losses �01 Losses Losses 1111 INO EXPOSURE DEVELO I 0 0 ubject Total Act Inc Policy Total: 4remium:011 Losses: 0 30-NEW MEXICO Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5506 1 2.31 .23 48,573 1,1221 2581 I I I 19812 (EMPLOYERS LIABILIT I 0 0 Subject Policy Total: 48,573 Premium: 4,169 Total Act Inc Losses: 0 31-NEW YORK Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR Payroll Expected Exp Prim Claim Data IJ �01 Act Inc Act Prim Ratio Losses Losses Losses Losses 11111 INO EXPOSURE DEVELO I O I OI Subject Total Act Inc Policy Total: 0 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 10 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 31-NEW YORK Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D�- Payroll Expected Exp Prim Claim Data IJ Act Inc Act Prim Ratio Losses Losses �01 Losses Losses 10930 IWAIVER OF SUBROGAT I 01 OI Subject I JTotal Act Inc Policy Total: 0 Premium: 25011 Losses: 0 32-NORTH CAROLINA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI I I I 5506 1 1.93 .24 195,819 3,7791 907I I I I 19812 (EMPLOYERS LIABILIT I 01 Oil I I I Policy Total: 195,8191 Subject Premium: 14,172 Total Act Inc Losses: 0 32-NORTH CAROLINA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR D� Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 5507 1 1.27 .26 20,485 2601 68 19812 (EMPLOYERS LIABILIT I 01 OI 1 I I Policy Total: 20,485 Subject Premium: 90111 I JTotal Act Inc Losses: 0 32-NORTH CAROLINA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D❑ Payroll Expected Exp Prim Claim Data IJ Act Inc Act Prim Ratio Losses Losses �01 Losses Losses 10930 IWAIVER OF SUBROGAT I 01 OI I I I Subject I JTotal Act Inc Policy Total: 0 Premium: 10011 Losses: 0 35-OKLAHOMA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D�- Payroll Expected Exp Prim Claim Data IJ Act Inc Act Prim Ratio Losses Losses �01 Losses Losses 1111 INO EXPOSURE DEVELO I 01 OI Total Act Inc Policy Total: 0 $ubject 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 11 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 39-SOUTH CAROLINA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5506 1 3.03 .23 192,808 5,8421 1,3441 19812 (EMPLOYERS LIABILIT I 01 Oil Policy Total: 192,8081 Subject Premium: 25,419 Total Act Inc Losses: 0 39-SOUTH CAROLINA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI 5507 1 2.32 .24 13,131 3051 731 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 13,131 Subject Premium: 955 Total Act Inc Losses: 0 40-SOUTH DAKOTA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5506 1 1.83 .29 38,487 704I 204I 000002939555 106 F I 361 36I 9812 (EMPLOYERS LIABILIT I 01 O Subject Policy Total: 38,487 Premium: 2,502 Total Act Inc Losses: 36 40-SOUTH DAKOTA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 5506 1 1.83 .29 42,121 7711 2241 I 19812 (EMPLOYERS LIABILIT I 01 OI Subject Policy Total: 42,121 Premium: 3,475 Total Act Inc 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 12 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 40-SOUTH DAKOTA Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI 5506 1 1.83 .29 28,646 5241 1521 19812 (EMPLOYERS LIABILIT I 01 OI J I I Policy Total: 28,646 Subject Premium: 2,35611 I JTotal Act Inc Losses: 0 41-TENNESSEE Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D�- Payroll Expected Exp Prim Claim Data FLosses IJ �01 Act Inc Act Prim Ratio Losses Losses Losses 1111 INO EXPOSURE DEVELO I 01 OI I I I Subject Total Act Inc Policy Total: 0 Premium: 0 Losses: 0 41-TENNESSEE Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D❑ Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 0930 IWAIVER OF SUBROGAT I 01 OI I I 5507 1 1.07 .33 10,257 1101 361 I I 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 10,257 Subject Premium: 56911 I ITotal Act Inc Losses: 0 48-WISCONSIN Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15385 Policy No. WC193596504 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �OF� Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 0 OI 000003117949 06 I F I 150I 150I 5507 1 2.63 .27 155,370 4,086 1,103 000003140019 106 I F I 7,4621 7,4621 8227 1 1.66 .27 180,391 2,9941 808I 000002988688 109 I F I 46,3471 17,OOOI 8742 1 .21 .31 276,533 581 I 180I 000003080186 109 I F I 75,1791 17,OOOI 8810 1 .09 .34 554,725 4991 170I I I I 19812 (EMPLOYERS LIABILIT I 0 0 Policy Total: 1,167,019 Subject Premium: 27,493 Total Act Inc Losses: 129,138 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 13 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 48-WISCONSIN Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01 Act Inc Losses Act Prim Losses 5507 1 2.63 .27 814,074 21,4101 5,7811 55C456764 05 I F I 42,2531 17,0001 8227 1 1.66 .27 51,596 8561 2311 NO.5 06 I " I 5,8431 5,843I 8742 1 .21 .31 139,560 2931 911 55C456760 06 I F I 13,3031 13,3031 8810 1 .09 .34 606,218 5461 1861 55C493359 09 I F I 117,9741 17,0001 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 1,611,448 Subject Premium: 66,59111 I JTotal Act Inc Losses: 179,373 48-WISCONSIN Firm ID: Firm Name: INTERSTATE SEALANT & CONCRET Carrier: 15571 Policy No. A0105113006 Eff Date: 06/30/2019 Exp Date: 06/30/2020 Code ELR D❑- Ratio Payroll Expected Losses Exp Prim Losses Claim Data IJ �01F� Act Inc Losses Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 01 55C519758 06 I F I 2,8071 2,807I 5507 1 2.63 .27 466,667 12,2731 3,314 I I I 8227 1 1.66 .27 126,654 2,1021 5681 I I I 8742 1 .21 .31 43,269 911 281 I I I 8810 1 .09 .34 637,543 5741 1951 I I I 19812 (EMPLOYERS LIABILIT I 01 OI Policy Total: 1,274,133 Subject Premium: 43,926 Total Act Inc Losses: 2,807 48-WISCONSIN Firm ID: AA Firm Name: INTERSTATE SEALANT AND CONCRETE INC Carrier: 13080 Policy No. WC039229923 Eff Date: 06/30/2017 Exp Date: 06/30/2018 Code ELR D�- Ratio Payroll Expected Losses Exp Prim Losses ] Claim Data I IJ �01F� Act Inc Losses Act Prim Losses 0930 IWAIVER OF SUBROGAT I 01 OI 5507 1 2.63 .27 4,268 1121 301 I I I I 19812 (EMPLOYERS LIABILIT I 01 OI 19848 IMINIMUM PREMIUM FO I OI OI Policy Total: 4,268 Subject Premium: 508 Total Act Inc 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 NCC(. This product is furnished "As is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 14 of 15 WORKERS COMPENSATION EXPERIENCE RATING CIVEEI-f Risk Name: INTERSTATE SEALANT & CONCRET Risk ID: 911245949 Rating Effective Date: 06/30/2021 Production Date: 06/24/2021 State: INTERSTATE 48-WISCONSIN Firm ID: AA Firm Name: INTERSTATE SEALANT AND CONCRETE INC Carrier: 13080 Policy No. WC039229923 Eff Date: 06/30/2018 Exp Date: 06/30/2019 Code ELR Ratio Payroll Expected Losses Exp Prim Losses Claim Data FLosses IJ �01 Act Inc Act Prim Losses 10930 IWAIVER OF SUBROGAT I 01 OI 5507 1 2.63 .27 351 91 2I 19848 IMINIMUM PREMIUM FO I OI 011 J I I Policy Total: 351 Subject Premium: 18811 I Total Act Inc 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 is \s 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 sclaims 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 �oduct 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 id information are the end user's and NCCI shall not have anv 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 15 of 15 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 x 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 x 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- I" 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. Product Country of Origin COMPANY NAME: Interstate Sealant & Concrete Inc. FEDERAL TAX ID or SOCIAL SECURITY NO. 39-1928310 Signature of Company Official: Printed Name of Company Official Date Signed: 06/09/2022 above: Cheryl A. Sment 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 finn who has an interest in the contractor's finn is a person or finn 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 finn 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 snaking false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. COMPANY NAME: Interstate Sealant & Concrete Inc. FEDERAL TAX ID OR SOCIAL SECURITY NO. Signature or Company Official: Printed name of company official sig above: _ Cheryl A. Sment Date Signed: 06/09/2022 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 snaking false statements in offers is prescribed in 18 U.S.C. 1001. Notice to Prospective SUBCONTRACTORS of Requirements for Certification of Non -Segregated Facilities 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: Interstate Sealant & Concrete, Inc. FEDERAL TAX ID OR SOCIAL SECURITY Signature or Company Official: Printed name of company official signinove: —Cheryl A. Sment Date Signed: n6/n9/2n22 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; G. 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: Interstate Sealant & Concrete. Inc. FEDERAL TAX ID OR SOCIAL S=above: Signature or Company Official: Printed name of company official si Date Signed: 06/09/2022 41 Page Intentionally Left Blank DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION ITB 22-16553-TF TITLE: LBB Airfield -Wide Joint Seal The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): 0 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 Interstate Sealant & Concrete, Inc. By �EM (a S)- (S na re) Cheryl A. Sment Address S40 W24211 Rockwood City: Waukesha State: WI Telephone (including area code): 262-547-6316 Federal Tax ID/SSN: 39-1928310 President (Title) Zip Code: 53189 LETTER OF INTENT ITB 22-16553-TF TITLE: LBB Airfield -Wide Joint Seal Name of Bidders' Firm: Interstate Sealant & Concrete, Inc. Bidder's Address: W24211 RockwQod Way City: State: VVI Zip: 531 S9 Telephone (with area code): 262-547-6316 Name of Subcontractor/DBE Finn: Interstate Sealant & Concrete, Inc. Address: S40 W24211 Rockwood Way City: Waukesha State . Wl Zip: 53189 Telephone (including area code): 262-547-6316 )escnption of work to be pertonned by DBE firm: General Contractor, Joint Seal, Spall Repair Bidder intends to utilize the above -named subcontractor/DBE firm for the work described above. The estimated amount of work is valued at $ 2, aed aab . oft If the above -named bidder is not detennined to be the successful bidder, the Letter of Intent shall be null and void. Complete and submit this form for each subcontractor you propose to use on this ro'ect: (Copy this page for each subcontractor)/DBE rm) �2 Lj� Contractor: Date: 06/09/2022 Ch �'. Sment Interstate Sealant & Concrete, Inc LETTER OF INTENT ITB 22-16553-TF TITLE: LBB Airfield -Wide Joint Seal Name of Bidders' Firm: Interstate Sealant & Concrete, Inc. Bidder's Address: S40 W24211 Rockwood Way City: Waukesha State: WI Telephone (with area code): 262-547-6316 Name of Subcontractor/DBE Firm: V-Tech Environmental Services Address: 1510 Buddy Holly Ave City: Lubbock State TX Telephone (including area code): 806-748-1700 Description of work to be perfonned by DBE firm: Erosion Control Services Zip: 53189 Zip: 79401 Bidder intends to utilize the above -named subcontractor/DBE firm for the work described above. The estimated amount of work is valued at $ 2D,000.00 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 farm for each subcontractor you propose to use on this pro'ect: (Copy this page for each subcontractor)/DBE firm) Contractor: V-Tech Environmental Services Date: 06/09/2022 BIDDERS LIST ITB 22-16553-TF TITLE: LBB Airfield -Wide Joint Seal 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* B-C Company, Inc. 9609 Boat Club Rd Fort Worth, Tx 76179 N 49 years 2 Hi Lite Airfield Services 18249 Hi Lite Dr Adams Center NY 13606 N 32 years 5 Barricades Unlimited 2002 Clovis Rd Lubbock TX 79415_ N 30 years 5 Cascadia Global Security 1314 50th St Lubbock TX 79412 N V-Tech Environmental Services 1510 Buddy Holly Lubbock TX 79401 Y 28 years 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 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided B-C Company, Inc. Fort Worth, Tx Electrician/Signing/Sign Bases Hi-Lite Airfield Services Adams Center NY Pavement Marking/Removal V-Tech Environmental Services Lubbock TX Erosion Control Minority Owned Yes No ❑ x ❑ x ❑ x ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Interstate Sealant & Concrete, Inc. (PRINT NAME OF COMPANY) Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. B-C Company Inc Fort Worth TX Electrical, Twy signs, Bases ° EX 2. Hi-Lite Airfield Services Adams Center NY Pavement Markings ° X 3. V-Tech Environmental Lubbock, TX Erosion Control ° Ex 4. ° ° 5. 6. 7. 8. 9. 10. 12. 13. 14. 15. 16. SUBMITTED BY: Interstate Sealant & Concrete, Inc. (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 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Interstate Sealant & Concrete, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Six Hundred Twelve Thousand Six Hundred Sixty -Seven Dollars and Twenty -Four Cents ($3,612,667.24) 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 23r' day of August, 2022, to ITB 22-16553-TF LBB Airfield -Wide Joint Seal and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2022. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an 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 PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Interstate Sealant & Concrete, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Six Hundred Twelve Thousand Six Hundred Sixty -Seven Dollars and Twenty -Four Cents ($3,612,667.24) 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 23rd day of August, 2022, to ITB 22-16553-TF LBB Airfield -Wide Joint Seal and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2022. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an 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. Pate 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 16553 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 23'd-day of Aueust, 2022 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 Interstate Sealant & Concrete, Inc, of the City of Waukesha, County of Waukesha and the State of Wisconsin 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: IITB 22-16553-TF LBB Airfield -Wide Joint Seal 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 1 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. Interstate Sealant & Concrete. Inc.'s bid dated June 9. 2022, 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 bid 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 fast above written. v CONTRACTOR: Interstate Sealant & Concrete, Inc. By: PRINTED I * TITLE: QUAL-4= 14 LED COMPLETE ADDRESS: Interstate Sealant & Concrete, Inc. S40 W24211 Rockwood Way Waukesha, WI 53189 1 ATTEST: � ` ,�p,�E SE,q\ Ga : �4 Corporate Secre 06 pORATE C SEA - OF \N CITY OF L BO S (OWNER): By: Tra e, a r ATTEST: Rebec#� Garza, City Secr UIVJ APPROVED AS TO CONTENT: Airport Re ftesentative ' Kgw ar attu °l cc 1 en-nr— Name (Printed) Date Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 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 Interstate Sealant & Concrete, 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 Charles Farina, Deputy Director of Operations & Safety, 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 $2,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $10,000,000 for $5,000,000/occurrence for a total of $15,000,000 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 food/beverage 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 (wwwALstate.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum listed below 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 be in default after the time stipulated for substantially completing the work. 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 listed below 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. Phase Liquidated Damages Cost Per Day kHowed Consnnttion Time 1 $2,650 30 2 $2,650 21 3 $2,650 14 4 $2,650 4 5 $2,650 25 6 $2,650 is 7 $2,650 is 8 $2,650 16 9 $2,650 17 10 $2,650 14 11 $2,650 21 12 $2,650 20 13 $2,650 15 14 $2,650 is 15 $2,650 12 SUBST-A-T'IU C G-Afnx TION 263 PuachList $2,650 10 FLti #L COMPLETION 273 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 Davis Bacon Wage Determinations "General Decision Number: TX20220002 02/25/2022 Superseded General Decision Number: TX20210002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022: . Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $15.00 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 2022. If the contract was awarded onl. or between January 1, 2015 ands January 29, 2022, and the contract is not renewed or �. extended on or after January 30, 2022: Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $11.25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/government-contracts. Modification Number Publication Date 0 01/07/2022 1 02/25/2022 * SUTX2011-002 08/02/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ** ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** Asphalt Raker ...............$ 12.28 ** Flagger.....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility ............ $ 11.80 ** Work Zone Barricade Servicer....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 ** Asphalt Paving Machine ...... $ 13.40 ** Broom and Sweeper ........... $ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 ** Excavator, 50,000 lbs or less ........................$ 13.46 ** Front End Loader Operator, Fringes Over 3 CY...................$ 12.77 ** Front End Loader, 3CY or less ........................$ 12.28 ** Loader/Backhoe..............$ 14.18 ** Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 ** Roller, Asphalt .............$ 10.95 ** Roller, Other ...............$ 10.36 ** Scraper .....................$ 10.61 ** Spreader Box ................$ 12.60 ** Servicer .........................$ 13.98 ** Steel Worker (Reinforcing) ....... $ 13.50 ** TRUCK DRIVER Lowboy -Float ................$ 14.46 ** Single Axle .................$ 12.74 ** Single or Tandem Axle Dump..$ 11.33 ** Tandem Axle Tractor with Semi ........................$ 12.49 ** WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15.00) or 13658 ($11.25). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIO" 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 Standards Act. Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Parkhill PROJECT MANUAL CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport Hold Sign Relocation City of Lubbock ITB No. 22-16553-TF FAA A.I.P. No. 3-48-0138-048-2022 � Lubbock �Preston Smith r000'1*A INTERNATIONAL AIRPORT April 12022 Parkhill Project #01271517 Parkhillxom Parkhill PROJECT MANUAL CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport Hold Sign Relocation City of Lubbock ITB No. 22-16553-TF FAA A.I.P. No. 3-48-0138-048-2022 � Lubbock �7 Preston Smith r000A INTERNATIONAL AIRPORT April 12022 Parkhill Project #01271517 COOP OF�T� 1R / C' Q r...............................! a, d % TESSA R. HAZLETT ,•.•.1...,� 05004� 4/29/2022 Parkhillxom TABLE OF CONTENTS FAA Mandatory Contract Provisions General Provisions Special Provisions FAA AC 150/5370-1OH PART 1— GENERAL CONTRACT PROVISIONS Section 10 Definition of Terms................................................................................................................ 5 Section 20 Proposal Requirements and Conditions................................................................................. 3 Section 30 Award and Execution of Contract.......................................................................................... 2 Section40 Scope of Work....................................................................................................................... 3 Section50 Control of Work..................................................................................................................... 6 Section 60 Control of Materials............................................................................................................... 3 Section 70 Legal Regulations and Responsibility to Public.................................................................... 6 Section 80 Execution and Progress.......................................................................................................... 6 Section 90 Measurement and Payment.................................................................................................... 7 PART 2 — GENERAL CONSTRUCTION ITEMS Item C-100 Contractor Quality Control Program (CQCP)...................................................................... 6 Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control ............................ 3 ItemC-105 Mobilization.......................................................................................................................... 1 PART 3 — SITEWORK Item P-101 Preparation/Removal of Existing Pavements........................................................................ 3 Item P-153 Controlled Low -Strength Material(CLSM).......................................................................... 2 PART 9— MISCELLANEOUS Item P-604 Compression Joint Seals for Concrete Pavements................................................................ 5 Item P-605 Joint Sealants for Pavements................................................................................................. 4 Item P-610 Concrete for Miscellaneous Structures.................................................................................. 5 Item P-620 Runway and Taxiway Marking............................................................................................. 5 PART 13 — LIGHTING INSTALLATION Item L-108 Underground Power Cable for Airports.............................................................................. 10 Item L-110 Airport Underground Electrical Duct Banks and Conduits .................................................. 6 Item L-125 Installation of Airport Lighting Systems.............................................................................. 4 PARKHILL STANDARD SPECIFICATIONS DIVISION MC - MISCELLANEOUS MCMiscellaneous Construction.............................................................................................................. 1 APPENDICES APPENDIX A — CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) APPENDIX B — CONSTRUCTION MANAGEMENT PLAN (CMP) 01271517 TABLE OF CONTENTS TOC - 1 04/22 DESIGN PROFESSIONAL RESPONSIBILITY Specification sections authenticated by my seal and signature are limited to: PART 13 — LIGHTING INSTALLATION Item L-108 Underground Power Cable for Airports.............................................................................. 10 Item L-110 Airport Underground Electrical Duct Banks and Conduits .................................................. 6 Item L-125 Installation of Airport Lighting Systems.............................................................................. 4 01271517 DESIGN PROFESSIONAL RESPONSIBILITY CPC - 1 04/22 p,l A V►�� FAA Airports yQ O �N►srn b, Contract Provision Guidelines for Obligated Sponsors and Airport Improvement Program Projects APPENDIX A - CONTRACT PROVISIONS Contractor must maintain an acceptable cost accounting system. Contractor agrees to provide Owner, 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 Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts, and transcriptions. Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. A AFFIRMATIVE ACTION REQUIREMENT 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 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: 19.6% Goals for female participation in each trade: 6.9% These goals are applicable to all of Contractor's construction work (whether Federal or federally assisted) performed in the covered area. If Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, Contractor also is subject to the goals for both its federally involved and non -federally involved construction. Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting Contractor's goals shall be a violation of the contract, Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Texas, Lubbock County, City of Lubbock. A BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of 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 Contractor must undertake to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time Contractor corrects the breach or Owner elects to terminate the contract. Owner's notice will identify a specific date by which Contractor must correct the breach. Owner may proceed with termination of the contract if Contractor fails to correct the breach by the deadline indicated in Owner's notice. The duties and obligations imposed by 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 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. Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States; b) Installing manufactured products for which 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 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 Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that supports the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver — The cost of the item components and subcomponents produced in the United States is more that 60 percent of the cost of all components and subcomponents of the "item". The required documentation for a Type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100 percent U.S. domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non - domestic products in their entirety). b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using U.S. domestic source product exceeds the total project cost using non -domestic product by 25 percent. The required documentation for a Type 4 of waiver is: a) Detailed cost information for total project using U.S. domestic product b) Detailed cost information for total project using non -domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of 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 Signature Company Name Title A CIVIL RIGHTS - GENERAL GENERAL CIVIL RIGHTS PROVISIONS Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. A6 CIVIL RIGHTS — TITLE VI ASSURANCE Title VI Solicitation Notice: City of Lubbock, Texas, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Compliance with Nondiscrimination Requirements: During the performance of this contract, Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: 1. Compliance with Regulations: Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. Nondiscrimination: Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by Contractor of Contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or 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, 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 Contractor under the contract until Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. Incorporation of Provisions: Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, Contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, Contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally -assisted programs of the Department of Transportation —Effectuation of Title VI of the Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • 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 II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC § § 12131—12189) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • 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). A7 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 § 740-7671q) and the Federal Water Pollution Control Act as amended (33 USC § 1251-1387). Contractor agrees to report any violation to Owner immediately upon discovery. Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. A 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, 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. The Federal Aviation Administration (FAA) or Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause. 4. Subcontractors. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. A9 COPELAND "ANTI -KICKBACK" ACT Contractor must comply with the requirements of the Copeland "Anti -Kickback" Act (18 USC 874 and 40 USC 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. Contractor and each Subcontractor must submit to Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Federal Aviation Administration. A10 DAVIS-BACON REQUIREMENTS 1. Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event Contractor, the laborers, or mechanics to be employed in the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If Contractor does not make payments to a trustee or other third person, Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program: Provided that the Secretary of Labor has found, upon the written request of Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. 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 Contractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to Contractor, Sponsor, Applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and Basic Records. (i) Payrolls and basic records relating thereto shall be maintained by Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 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 l(b)(2)(B) of the Davis -Bacon Act, Contractor shall maintain records that show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the 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 the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, Contractor will submit the payrolls to the applicant, Sponsor, or Owner, as the case may be, for transmission to 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.doLgov/whd/forms/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, Contractor will submit them to the applicant, sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration, Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, Sponsor, or Owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) The payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i), and that such information is correct and complete; (2) Each laborer and mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) Each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) Contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the sponsor, the Federal Aviation Administration, or the Department of Labor and shall permit such representatives to interview employees during working hours on the job. If Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to Contractor, Sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to 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 applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination that provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees, and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as 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 Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC 1001. All DEBARMENT AND SUSPENSION CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offerer /Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If 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. Al2 DISADVANTAGED BUSINESS ENTERPRISE Information Submitted as a matter of bidder responsiveness: Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet Owner's project goal; and 5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. Information submitted as a matter of bidder resoonsibil Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its commitment within five days after bid opening. 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet Owner's project goal; and 5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the [Insert Name of Owner] to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. 113U.,,I1M.1 YI :X"MDOJ31fy1►lxiS041 YYM797K11V Contract Assurance (§ 26.13) — Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation -assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying Contractor from future bidding as non -responsible. Prompt Payment (§26.29) — The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 14 days from the receipt of each payment the prime contractor receives from City of Lubbock, Texas. The prime contractor agrees further to return retainage payments to each subcontractor within 14 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock, Texas. This clause applies to both DBE and non -DBE subcontractors. A13 DISTRACTED DRIVING TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving", (10/l/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, Owner encourages Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 that involve driving a motor vehicle in performance of work activities associated with the project. A14 ENERGY CONSERVATION REQUIREMENTS 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 Not applicable. A16 EQUAL EMPLOYMENT OPPORTUNITY (EEO) EQUAL OPPORTUNITY CLAUSE During the performance of this contract, Contractor agrees as follows: (1) Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency Contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical 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. Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom Contractor has a collective bargaining agreement to refer either minorities or women shall excuse Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by Contractor during the training period and Contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which Contractor's employees are assigned to work. Contractor, where possible, will assign two or more women to each construction project. Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to Contractor by the union or, if referred, not employed by Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which Contractor has a collective bargaining agreement has not referred to Contractor a minority person or female sent by Contractor, or when Contractor has other information that the union referral process has impeded Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to Contractor's employment needs, especially those programs funded or approved by the Department of Labor. Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions, including specific review of these items, with onsite supervisory personnel such superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing Contractor's EEO policy with other contractors and subcontractors with whom Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. in. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which Contractor is a member and participant may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of Contractor. The obligation to comply, however, is Contractor's and failure of such a group to fulfill an obligation shall not be a defense for Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though Contractor has achieved its goals for women generally), Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8. 14. Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). A17 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. Contractor has full responsibility to monitor compliance to the referenced statute or regulation. Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division. A18 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 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 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 (a) Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because 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) Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. A21 PROCUREMENT OF RECOVERED MATERIALS Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, Contractor and subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: 1) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or 2) Contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA -designated items is available at www.epa.gov/smm/comprehensive-procurement- guidelines-construction-products. Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if Contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. Not applicable. A23 SEISMIC SAFETY Not applicable. A24 TAX DELINQUENCY AND FELONY CONVICTIONS 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 Owner about its tax liability or conviction to Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding 24 months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. A25 TERMINATION OF CONTRACT TERMINATION FOR CONVENIENCE (CONSTRUCTION & EQUIPMENT CONTRACTS) Owner may terminate this contract in whole or in part at any time by providing written notice to Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by Owner, Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to Owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work, and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by Owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: 1 ) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; 2) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; 3 ) reasonable and substantiated claims, costs, and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and 4) reasonable and substantiated expenses to Contractor directly attributable to Owner's termination action. Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from Owner's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. TERMINATION FOR DEFAULT (CONSTRUCTION) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights, and remedies associated with Owner termination of this contract due to default of Contractor. A26 TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror — 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contractor subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. Contractor must require subcontractors provide immediate written notice to Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through Owner cancellation of the contract or subcontract for default at no cost to Owner or the FAA. A27 VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), Contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. 12/21/2018 AC 150/5370-1OH Part 1— General Contract Provisions Section 10 Definition of Terms 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 American Association of State Highway and Transportation Officials. 10-02 Access Road Right-of-way, roadway, and all improvements constructed thereon connecting the airport to a public roadway. 10-03 Advertisement A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 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 10-04 Airport 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 Grant-in-aid program, administered by the Federal Aviation Program (AIP) Administration (FAA). Any area of the airport used or intended to be used for the landing, Air Operations Area takeoff, or surface maneuvering of aircraft. An air operation area 10-06 (AOA) 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, loaded, fueled, and/or serviced. 10-08 ASTM International Formerly known as American Society for Testing and Materials ASTM) (ASTM). 10-09 Award Owner's notice to successful bidder of acceptance of submitted bid. Any individual, partnership, firm, or corporation, acting directly 10-10 Bidder or through a duly authorized representative, who submits a proposal for the work contemplated. Area on airport to be used, considered, or intended to be used for 10-11 Building Area airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-12 Calendar Day Every da shown on the calendar. 10-13 Certificate of Analysis Manufacturer's Certificate of Compliance (COC) including all COA applicable test results required by the specifications. Certificate of Manufacturer's certification stating materials or assemblies 10-14 furnished fully comply with requirements of contract. Certificate Compliance (COC) to be si ed by manufacturer's authorized representative. Written order to Contractor covering changes in the plans, 10-15 Change Order 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. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number Written agreement between Owner and Contractor to establish obligations of parties including but not limited to performance of work, furnishing of labor, equipment, materials, and basis of payment. 10-16 Contract 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 Item Specific unit of work for which a price is provided in the contract. Number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time 10-18 Contract Time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed' by that date. Individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the 10-19 Contractor 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 Contractor's QC facilities in accordance with Contractor Quality Control QC Facilities Control Program C CP . Details methods and procedures taken to assure all materials and Contractor Quality Control completed construction required by contract conform to contract 10-21 Program (CQCP) plans, technical specifications, and other requirements, whether manufactured by Contractor, or procured from subcontractors or vendors. Demonstration by Contractor that materials, equipment, and 10-22 Control Strip construction processes result in a product meeting specification require ents. Plan for safety and phasing of a construction project developed by 10-23 Construction Safety and the airport operator or developed by airport operator's consultant Phasing Plan (CSPP) 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 System of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from airport area. Individual, partnership, firm, or corporation duly authorized by 10-25 Engineer Owner to be responsible for engineering, inspection, and/or observation of the contract work and acting directly or through an authorized representative. All machinery, together with the necessary supplies for upkeep 10-26 Equipment and maintenance; and all tools and apparatus necessary for the proper construction and acceptable completion of the work. Item of work not provided for in awarded contract as previously modified by change order or supplemental agreement, but which 10-27 Extra Work is found by Owner's Engineer or Resident Project Representative (RPR) to be necessary to complete the work within the intended sco e of the contract as previously modified. Federal Aviation Administration. When used to designate a 10-28 FAA person, FAA shall mean Administrator or duly authorized representative. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number Federal specifications and standards, commercial item 10-29 Federal Specifications descriptions, and supplements, amendments, and indices prepared and issued by the General Services Administration. a. Contract Force Account - Method of payment to address extra 10-30 Force Account Fork performed by Contractor on a time and material basis. b. Owner Force Account - Work performed for project by Owner's employe s. When, in these specifications or on plans, words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it is understood that direction, requirement, permission, order, designation, or prescription of Engineer/RPR is intended; and similarly, words "approved," "acceptable," "satisfactory," or words of like import, shall mean 10-31 Intention of Terms approved by, or acceptable to, or satisfactory to Engineer/RPR, subject in each case to the final determination of Owner. Any reference to a specific requirement of a numbered paragraph of 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. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. Field lighting 10-32 Lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near airport or to aid in operation of aircraft landing at, taking off from, or taxiing on airport surface. A major contract item shall be any item that is listed in the 10-33 Major and Minor Contract proposal, the total cost of which is equal to or greater than 20% of Items the total amount of the award contract. All other items shall be considered minor contract items. 10-34 Materials Any substances ecified for use in construction of contract work. 10-35 Modification of Any deviation from standard specifications applicable to material Standards (MOS) and construction methods in accordance with FAA Order 5300.1. Written notice to Contractor to begin the actual contract work on 10-36 Notice to Proceed (NTP) a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. Party of the first part or contracting agency signatory to contract. 10-37 Owner Where "Owner" is capitalized in this document, it shall mean airport Sponsor only. Owner for this project is Lubbock Preston Smith International Airport. Per 14 Code of Federal Regulations (CFR) Part 158 and 49 United 10-38 Passenger Facility Charge States Code (USC) § 40117, a PFC is a charge imposed by a public (PFC) agency on passengers enplaned at a commercial service airport it controls. 10-39 Pavement Structure Combined surface course, base course(s), and subbase course(s), if any, onsidered as a single unit. Approved form of security furnished by Contractor and their own 10-40 Payment bond surety as a guaranty that Contractor will pay in full all bills and accounts for materials and labor used in construction of work. Approved form of security furnished by Contractor and their own 10-41 Performance bond surety as a guaranty that Contractor will complete the work in accordance with the terms of the contract. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number Official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be 10-42 Plans done and which are to be considered as a part of contract, supplementary to the specifications. Plans may also be referred to as 'contract drawings.' 10-43 Project The agreed scope of work for accomplishing specific airport development with respect to a particular airport. The written offer of the bidder (when submitted on the approved 10-44 Proposal proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans andspecifications. 10-45 Proposal guaranty The security furnished with a proposal to guarantee that the bidder will enter a contract if their own proposal is accepted by Owner. 10-46 Quality Assurance (QA) Owner's responsibility to assure that construction work completed complies with specifications for payment. Contractor's responsibility to control material(s) and construction 10-47 Quality Control (QC) processes to complete construction in accordance with project specifications. Authorized representative of Engineer/RPR assigned to make all 10-48 Quality Assurance (QA) necessary inspections, observations, tests, and/or observation of Inspector tests of the work performed or being performed, or of the materials furnished or being furnished by Contractor. Quality Assurance (QA) Official quality assurance testing laboratories of Owner or such 10-49 Laboratory other laboratories as may be designated by Engineer or RPR. May also be referred to as Engineer's, Owner's, or QA Laboratory. Individual, partnership, firm, or corporation duly authorized by Owner to be responsible for all necessary inspections, 10-50 Resident Project observations, tests, and/or observations of tests of the contract Representative (RPR) work performed or being performed, or of the materials furnished or being furnished by Contractor and acting directly or through an authorized representative. 10-51 Runway Area on the airport prepared for the landing and takeoff of aircraft. A defined surface surrounding the runway prepared or suitable for 10-52 Runway Safety Area (RSA) 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 Contractor will comply with the CSPP. Document SPCD Part of contract containing written directions and requirements for 10-54 Specifications completing contract work. Standards for specifying materials or testing which are cited in contract specifications by reference shall have same force and effect as if physically included in contract. Defined in 49 USC § 47102(24) as a public agency that submits to 10-55 Sponsor FAA for an AIP grant; or a private Owner of a public -use airport that submits to FAA an application for an AIP grant for the airport. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water 10-56 Structures 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 Soil that forms the pavement foundation. Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Paragraph Term Definition Number Contractor's executive representative who is present on the work 10-58 Superintendent during progress, authorized to receive and fulfill instructions from RPR, and who shall supervise and direct the construction. Written agreement between Contractor and 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 10-59 Supplemental Agreement 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. Corporation, partnership, or individual, other than Contractor, 10-60 Surety executing payment or performance bonds furnished to Owner by Contractor. 10-61 Taxilane Taxiway designed for low -speed movement of aircraft between aircraft parking areas and terminal areas. Portion of air operations area of an airport that designated by 10-62 Taxiway competent airport authority for movement of aircraft to and from the ai ort's runways, aircraft parking areas, and terminal areas. Taxiway/Taxilane Safety Defined surface alongside the taxiway prepared or suitable for 10-63 Area (TSA) reducing the risk of damage to an aircraft. See the construction safety and phasing plan CSPP for limits of the TSA. Furnishing all labor, materials, tools, equipment, and incidentals 10-64 Work necessary or convenient to Contractor's performance of all duties and obligations imposed by contract, plans, andspecifications. Any day other than a legal holiday, Saturday, or Sunday on which normal working forces of Contractor may proceed with regular work for at least six hours toward completion of contract. When 10-65 Working day work is suspended for causes beyond Contractor's control, it will not be counted as a working day. Saturdays, Sundays, and holidays on which Contractor's forces engage in regular work will be considered as working days. 10-66 Owner Defined terms None END OF SECTION 10 Section 10 Definition of Terms 12/21/2018 AC 150/5370-1OH Section 20 Proposal Requirements and Conditions 20-01 Advertisement (Notice to Bidders). See City of Lubbock, Texas Advertisement. 20-02 Qualification of bidders. Each bidder shall submit evidence of competency and evidence of financial responsibility to perform the work to 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 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 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. 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 form states the time in which the work must be completed, and the amount of the proposal guaranty that must accompany the proposal. Owner will accept only those Proposals properly executed on physical forms or electronic forms provided by Owner. Bidder actions that may cause Owner to deem a proposal irregular are given in paragraph 20-09 Irregular proposals. Mobilization is limited to 8 percent of the total project cost. A prebid conference is required 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. Meeting time, date, and place to be determined. 20-04 Issuance of proposal forms. 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 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 Owner at the time Owner issues the proposal to a prospective bidder. c. Documented record of Contractor default under previous contracts with Owner. d. Documented record of unsatisfactory work on previous contracts with Owner. Section 20 Proposal Requirements and Conditions 12/21/2018 AC 150/5370-1OH 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. 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 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, 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 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. 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 Owner's invitation for bid. It is 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 Owner, or if 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. 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. e. If the proposal is not accompanied by the proposal guaranty specified by Owner. f. If the applicable Disadvantaged Business Enterprise information is incomplete. Section 20 Proposal Requirements and Conditions 2 12/21/2018 AC 150/5370-1OH Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of Owner and conforms to 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 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 Owner in writing or by email 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 request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 Disqualification of bidders. 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 Owner until any such participating bidder has been reinstated by Owner as a qualified bidder. c. If bidder is in "default" for any reason specified in paragraph 20-04, Issuance of Proposal Forms, of this section. 20-15 Discrepancies and Omissions. A Bidder who discovers discrepancies or omissions with the project bid documents shall immediately notify Owner's Engineer of the matter. A bidder that has doubt as to the true meaning of a project requirement may submit to Owner's Engineer a written request for interpretation no later than seven days prior to bid opening. Any interpretation of the project bid documents by Owner's Engineer will be by written addendum issued by Owner. Owner will not consider any instructions, clarifications, or interpretations of the bidding documents in any manner other than written addendum. END OF SECTION 20 Section 20 Proposal Requirements and Conditions 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, 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, Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of 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 Owner's best interests. 30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. If Owner elects to proceed with an award of contract, 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. 30-03 Cancellation of award. 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 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 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 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 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 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 Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to 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 Owner, along with the fully executed surety bond or bonds specified in paragraph 30-05, Requirements of Contract Bonds, of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, Owner shall complete the execution of the contract in accordance with Section 30 Award and Execution of Contract 12/21/2018 AC 150/5370-1OH local laws or ordinances and return the fully executed contract to Contractor. Delivery of the fully executed contract to Contractor shall constitute 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 Owner. END OF SECTION 30 Section 30 Award and Execution of Contract 2 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 Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 Alteration of work and quantities. 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, Owner's Engineer or RPR 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. Supplemental agreements shall also require consent of Contractor's surety and separate performance and payment bonds. If Owner and Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 Omitted items. Owner, Owner's Engineer or RPR may provide written notice to 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, 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, Payment for Omitted Items. 40-04 Extra work. Should acceptable completion of the contract require 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 RPR opinion, is necessary for completion of the extra work. When determined by RPR to be in Owner's best interest, RPR may order Contractor to proceed with extra work as provided in Section 90, paragraph 90-05, Payment for Extra Work. Extra work that is necessary for acceptable completion of the project but is not within the general scope of the work covered by the Section 40 Scope of Work 12/21/2018 AC 150/5370-1OH 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 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, 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 Owner. 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as Contractor's equipment and personnel, is the most important consideration. Contractor shall maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (CSPP). a. It is understood and agreed that 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 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, 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. When the contract requires the maintenance of an existing road, street, or highway during Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, Contractor shall keep the road, street, or highway open to all traffic and shall provide maintenance as may be required to accommodate traffic. Contractor, at their expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by Contractor's equipment and personnel. 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. 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. Unless otherwise specified herein, Contractor will not be required to furnish snow removal for such existing road, street, or highway. 40-06 Removal of existing structures. All existing structures encountered within the established lines, grades, or grading sections shall be removed by Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Resident Project Representative (RPR) shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by RPR in accordance with the provisions of the contract. Except as provided in Section 40, paragraph 40-07, Rights in and Use of Materials Found in the Work, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading Section 40 Scope of Work 2 12/21/2018 AC 150/5370-1OH sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of Owner when so used in the work. 40-07 Rights in and use of materials found in the work. Should Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be embankment, Contractor may at their own option either: a. Use such material in another contract item, providing such use is approved by RPR and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of RPR; or c. Use such material for Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should Contractor wish to exercise option a., b., or c., Contractor shall request RPR approval in advance of such use. Should RPR approve Contractor's request to exercise option a., b., or c., Contractor shall be paid for the excavation or removal of such material at the applicable contract price. Contractor shall replace, at their expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. Contractor shall not be charged for use of such material used in the work or removed from the site. Should RPR approve Contractor's exercise of option a., Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that Contractor shall make no claim for delays by reason of their own exercise of option a., b., or c. Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be made, Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. 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 Contractor has obtained the written permission of the property Owner. END OF SECTION 40 Section 40 Scope of Work 12/21/2018 AC 150/5370-1OH Section 50 Control of Work 50-01 Authority of Resident Project Representative (RPR). RPR has final authority regarding the interpretation of project specification requirements. 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. 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 with the lines, grades, grading sections, cross -sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans, or specifications. If 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 Owner, RPR will advise Owner of their determination that the affected work be accepted and remain in place. RPR will document the determination and recommend to 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 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 Contractor in accordance with RPR written orders. The term "reasonably close conformity" shall not be construed as waiving Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving RPR responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during Contractor's execution of the work, when, in RPR opinion, such compliance is essential to provide an acceptable finished portion of the work. The term "reasonably close conformity" is also intended to provide RPR with the authority, after consultation with the Sponsor and FAA, to use sound engineering 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. RPR will not be responsible for 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. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs Section 50 Control of Work 12/21/2018 AC 150/5370-1OH 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 Contractor discovers any apparent discrepancy within standard test methods, Contractor shall immediately ask RPR for an interpretation and decision, and such decision shall be final. Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event Contractor discovers any apparent error or discrepancy, Contractor shall immediately notify Owner or the designated representative in writing requesting their written interpretation and decision. 50-04 List of Special Provisions. • SP-1 Scope of Work • SP-2 Basis of Contract Award • SP-3 Time and Order of Completion • SP-4 Calendar Day • SP-5 Limitation of Operation • SP-6 Airport Operations Security • SP-7 Contractor's Plant Site, Storage, and Office Area(s) • SP-8 Protection of Property • SP-9 Electric Power and Natural Gas • SP-10 Lines and Grades • SP-I I Water for Construction • SP-12 Material Tests • SP-13 Barricades, Signs, and Hazard Markings • SP-14 Prevention of Air and Water Pollution • SP-15 Progress Schedule • SP-16 Public Convenience and Safety • SP-17 Final Cleaning Up • SP- 18 Insurance • SP-19 Removal and Disposal of Structures, Utilities, and Obstructions • SP-20 Conformity with Plans and Allowable Deviations • SP-21 Removal of Defective and Unauthorized Work • SP-22 Disputed Claims for Extra Work • SP-23 Federal Participation • SP-24Indemnification • SP-25 Opening of Section of Airport to Traffic • SP-26 Contractor's Responsibility for Work • SP-27 Correction of Faulty Work after Final Payment • SP-28 Separate Contracts • SP-29 Shop Drawings and Submittal Procedures • SP-30 Engineer • SP-31 Trench Safety • SP-32 Engineer's Field Office • SP-33 Progress Meetings • SP-34 Aircraft Rescue and Firefighting (ARFF) Notification • SP-35 Geotechnical Information • SP-36 Overhead Equipment Safety Section 50 Control of Work 2 12/21/2018 AC 150/5370-1OH 50-05 Cooperation of Contractor. Contractor shall be supplied with an electronic PDF of the plans and specifications. Contractor shall always have available on construction site one hardcopy each of the plans and specifications. Additional hard copies of plans and specifications may be obtained by Contractor for the cost of reproduction. Contractor shall give constant attention to the work to facilitate the progress thereof and shall cooperate with RPR and their inspectors and with other Contractors in every way possible. Contractor shall always have a competent superintendent on work 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 RPR or their authorized representative. 50-06 Cooperation between Contractors. 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 Owner from 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. 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. 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 Construction layout and stakes. Engineer/RPR shall establish necessary horizontal and vertical control. The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Contractor is responsible for preserving integrity of horizontal and vertical controls established by Engineer/RPR. In case of negligence on the part of Contractor or their employees, resulting in the destruction of any horizontal and vertical control, the resulting costs will be deducted as a liquidated damage against Contractor. Prior to the start of construction, Contractor will check all control points for horizontal and vertical accuracy and certify in writing to RPR that Contractor concurs with survey control established for the project. All lines, grades, and measurements from control points necessary for the proper execution and control of the work on this project will be provided to RPR. Contractor is responsible to establish all layout required for the construction of the project. Copies of survey notes will be provided to RPR for each area of construction and for each placement of material as specified to allow RPR to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. Surveys will be provided to RPR prior to commencing work items that cover or disturb the survey staking. Survey(s) and notes shall be provided in the following format(s): Drawings in .DWG format and point data as .TXT and/or ASCII File, or comparable. 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 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, Contractor is solely responsible for correction, removal, replacement, and all associated costs at no additional cost to Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. Section 50 Control of Work 12/21/2018 AC 150/5370-1OH 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 Contractor. QA Inspectors are authorized to notify 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 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. RPR shall be allowed access to all parts of the work and shall be furnished with such information and assistance by Contractor as is required to make a complete and detailed inspection. If RPR requests it, 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, 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 Contractor's expense. Provide advance written notice to RPR of work Contractor plans to perform each week and each day. Any work done or materials used without written notice and allowing opportunity for inspection by RPR may be ordered removed and replaced at 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 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. 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 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 RPR. Work done contrary to the instructions of RPR, work done beyond the lines shown on the plans or as established by 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 Contractor's expense. Upon failure on the part of Contractor to comply with any order of RPR made under the provisions of this subsection, 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 Contractor. 50-11 Load restrictions. 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 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 Section 50 Control of Work 4 12/21/2018 AC 150/5370-1OH 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. Contractor, at their own expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by Contractor's equipment and personnel. 50-12 Maintenance during construction. 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 always maintained in satisfactory condition. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, 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 Contractor will not be paid an additional amount for such work. 50-13 Failure to maintain the work. Should Contractor at any time fail to maintain the work as provided in paragraph 50-12, Maintenance during Construction, RPR shall immediately notify Contractor of such noncompliance. Such notification shall specify a reasonable time within which Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should Contractor fail to respond to RPR notification, Owner may suspend any work necessary for Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by Owner, shall be recovered as a liquidated damage against Contractor. 50-14 Partial acceptance. If at any time during the execution of the project Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit Owner, Contractor may request RPR to make final inspection of that unit. If RPR finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, RPR may accept it as being complete, and Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by Owner shall not void or alter any provision of the contract. It shall be understood that the warranty period will commence upon final acceptance of the entire Scope of Work. 50-15 Final acceptance. Upon due notice from Contractor of presumptive completion of the entire project, 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. RPR shall notify 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, RPR will notify Contractor and 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, RPR will make the final acceptance and notify Contractor in writing of this acceptance as of the date of final inspection. 50-16 Claims for adjustment and disputes. If for any reason 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, Contractor shall notify RPR in writing of their intention to claim such additional compensation before Contractor begins the work on which Contractor bases the claim. If such notification is not given or RPR is not afforded proper opportunity by Contractor for keeping strict account of actual cost as required, then Contractor hereby agrees to waive any claim for such additional compensation. Such notice by Contractor and the fact that 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, Contractor shall, within Section 50 Control of Work 12/21/2018 AC 150/5370-1OH 10 calendar days, submit a written claim to RPR who will present it to Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 Value Engineering Cost Proposal. Not applicable. END OF SECTION 50 Section 50 Control of Work 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). To expedite the inspection and testing of materials, Contractor shall furnish documentation to RPR as to the origin, composition, and manufacture of all materials to be used in the work. Documentation shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At RPR option, materials may be approved at the source of supply before delivery. If it is found after trial that sources of supply for previously approved materials do not produce specified products, Contractor shall furnish materials from other sources. Contractor shall furnish airport lighting equipment that meets the requirements of the specifications; and is listed in AC 150/5345-53, Airport Lighting Equipment Certification Program and Addendum, that is in effect on the date of advertisement. 60-02 Samples, tests, and cited specifications. All materials used in the work shall be inspected, tested, and approved by RPR before incorporation in the work unless otherwise designated. Any work in which untested materials are used without approval or written permission of RPR shall be performed at Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by RPR, shall be removed at Contractor's expense. Unless otherwise designated, quality assurance tests will be made by and at the expense of Owner in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), federal specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids. The testing organizations performing on -site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of RPR. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to Contractor's representative at their request after review and approval of RPR. A copy of all Contractor QC test data shall be provided to RPR daily in electronic format. After completion of the project, and prior to final payment, Contractor shall submit a final report to RPR showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. Contractor shall employ a Quality Control (QC) testing organization to perform all Contractor required QC tests in accordance with Item C-100 Contractor Quality Control Program (CQCP). 60-03 Certification of compliance/analysis (COC/COA). RPR may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's COC stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. The COA is the manufacturer's COC and includes all applicable test results. Section 60 Control of Materials 12/21/2018 AC 150/5370-1OH Materials or assemblies used based on certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by RPR. When a material or assembly is specified by "brand name or equal" and Contractor elects to furnish the specified "or equal," Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality, or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. RPR shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. RPR reserves the right to refuse permission for use of materials or assemblies based on certificates of compliance. 60-04 Plant inspection. RPR or their authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly. Should RPR conduct plant inspections, the following conditions shall exist: a. RPR shall have the cooperation and assistance of Contractor and the producer with whom Contractor has contracted for materials. b. RPR shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by RPR, Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Place office or working space in a convenient location with respect to the plant. It is understood and agreed that Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. RPR shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 Engineer/RPR field office. Contractor shall provide dedicated space for Engineer, RPR, and inspector use as a field office for Project duration of the. This space shall be located conveniently near the construction and shall be separate from any space used by Contractor. Contractor shall furnish water, sanitary facilities, heat, air conditioning, and electricity. 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. Contractor shall coordinate the storage of all materials with 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 plans/CSPP, the storage of materials and the location of Contractor's plant and parked equipment or vehicles shall be as directed by RPR. Private property shall not be used for storage purposes without written permission of Owner or lessee of such property. Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, Contractor shall furnish 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 Contractor at their expense, except as otherwise agreed to (in writing) by Owner or lessee of the property. Section 60 Control of Materials 2 12/21/2018 AC 150/5370-1OH 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. Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by RPR. Rejected material or assembly, the defects of which have been corrected by Contractor, shall not be returned to the site of the work until such time as RPR has approved its use in the work. 60-08 Owner furnished materials. Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by Owner. Owner -furnished materials shall be made available to 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, Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during Contractor's handling, storage, or use of such Owner -furnished material. Owner will deduct from any monies due or to become due Contractor any cost incurred by Owner in making good such loss due to Contractor's handling, storage, or use of Owner -furnished materials. 1040 ZII W X40 I DIM?III Section 60 Control of Materials 12/21/2018 AC 150/5370-1OH Section 70 Legal Regulations and Responsibility to Public 70-01 Laws to be observed. 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. Contractor shall always observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify 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 Contractor or Contractor's employees. 70-02 Permits, licenses, and taxes. 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 Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. Contractor and the surety shall indemnify and hold harmless Owner, any third parry, 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 Owner for any costs, expenses, 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. 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 such construction, reconstruction, or maintenance has been coordinated with Owner, such authorized work (by others) must be shown on the plans and is indicated as follows: Not applicable. Except as listed above, 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 RPR. Should 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, 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 RPR, 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 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 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. Contractor's worksite and facilities shall comply with applicable federal, state, and local requirements for health, safety, and sanitary provisions. Section 70 Legal Regulations and Responsibility to Public 12/21/2018 AC 150/5370-1OH 70-07 Public convenience and safety. 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. 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. Contractor shall remove or control debris and rubbish resulting from its work operations at frequent intervals, and upon the order of RPR. If RPR determines the existence of Contractor debris in the work site represents a hazard to airport operations and Contractor is unable to respond in a prompt and reasonable manner, 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 Contractor. 70-08 Construction Safety and Phasing Plan (CSPP). 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. CSPP is on sheets G-008 through G-024 of the project plans and included in Appendix B. 70-09 Use of explosives. The use of explosives is not permitted on this project. 70-10 Protection and restoration of property and landscape. 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 Engineer/RPR has witnessed or otherwise referenced their location and shall not move them until directed. 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 Contractor, 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 Contractor shall make good such damage or injury in an acceptable manner. 70-11 Responsibility for damage claims. Contractor shall indemnify and hold harmless Engineer/RPR and 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 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 Contractor under and by virtue of their own contract considered necessary by Owner for such purpose may be retained for the use of 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 Owner, except that money due Contractor will not be withheld when 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 Section 70 Legal Regulations and Responsibility to Public 2 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 Contractor to complete portions of the contract work for the beneficial occupancy of 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, Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. See phasing detail contained in the Construction Safety and Phasing Plan (CSPP) in Appendix A. Upon completion of any portion of work listed above, such portion shall be accepted by Owner in accordance with Section 50, paragraph 50-14, Partial Acceptance. No portion of the work may be opened by Contractor until directed by 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 RPR, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered 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 Owner shall be repaired by Contractor at their expense. 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. 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 sections of work to traffic. 70-14 Contractor's responsibility for work. Until RPR 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, 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. 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 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, Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. 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, 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, Contractor shall cooperate with Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by Owner to construct, reconstruct, or maintain such utility services or facilities during the Section 70 Legal Regulations and Responsibility to Public 12/21/2018 AC 150/5370-1OH progress of the work. In addition, Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. 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. 1. Lubbock Preston Smith International Airport Deputy Director: Steve Nicholson, 806.775.2036 2. FAA: Brandon Brown, 806.766.6401 3. Lubbock Power and Light: Lee Roy Martinez, 806.789.5602 4. Atmos Energy: Dale Broadstreet, 806.548.1895 5. City of Lubbock Water Utilities: Josh Kristinek, 806.775.3397 It is understood and agreed that 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 Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that Contractor shall, upon execution of the contract, notify 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 RPR. In addition to the general written notification provided, it shall be the responsibility of 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, Contractor shall again notify each such Owner of their plan of operation. If, in Contractor's opinion, Owner's assistance is needed to locate the utility service or facility or the presence of a representative of 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 Contractor's commencement of operations in such general vicinity. Contractor shall furnish a written summary of the notification to RPR. Contractor's failure to give the two days' notice shall be cause for Owner to suspend 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, Contractor shall be required to use hand excavation methods within 3 feet of such outside limits at such points as may be required to ensure protection from damage due to Contractor's operations. Should Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, Contractor shall immediately notify the proper authority and RPR and shall take all reasonable measures to prevent further damage or interruption of service. Contractor, in such events, shall cooperate with the utility service or facility owner and RPR continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. 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. Owner reserves the right to deduct such costs from any monies due or which may become due Contractor, or their own surety. 70-15.1 FAA facilities and cable runs. Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. Contractor, during the execution of the project work, shall comply with the following: Section 70 Legal Regulations and Responsibility to Public 4 12/21/2018 AC 150/5370-1OH a. Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical Operations/System Support Center (SSC) Point -of -Contact through the airport Owner a minimum of seven calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If execution of the project work requires a facility outage, Contractor shall contact the FAA Point - of -Contact a minimum of 72 hours prior to the time of the required outage. d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by Contractor's equipment or personnel whether by negligence or accident will require Contractor to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. Contractor shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA. e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point -of -Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point -of -Contact as a condition of acceptance by Owner. Contractor is hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA, Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 Furnishing rights -of -way. Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of 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 Engineer, RPR, their authorized representatives, or any officials of Owner either personally or as an official of Owner. It is understood that in such matters they act solely as agents and representatives of Owner. 70-18 No waiver of legal rights. Upon completion of the work, Owner will expeditiously make final inspection and notify Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall Owner be precluded or stopped from recovering from Contractor or their surety, or both, such overpayment as may be sustained, or by failure on the part of Contractor to fulfill their obligations under the contract. A waiver on the part of Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. Contractor, without prejudice to the terms of the contract, shall be liable to Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards Owner's rights under any warranty or guaranty. 70-19 Environmental protection. Contractor shall comply with all federal, state, and local laws and regulations controlling pollution of the environment. 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, 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 Contractor encounter, during their operations, any building, part of a building, structure, or object that is incongruous with its surroundings, Contractor shall immediately cease operations in that location Section 70 Legal Regulations and Responsibility to Public 12/21/2018 AC 150/5370-1OH and notify RPR. RPR will immediately investigate Contractor's finding and Owner will direct Contractor to either resume operations or to suspend operations as directed. Should Owner order suspension of Contractor's operations in order to protect an archaeological or historical finding, or order 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. Refer to the City of Lubbock, Texas policies. END OF SECTION 70 Section 70 Legal Regulations and Responsibility to Public 12/21/2018 AC 150/5370-1OH Section 80 Execution and Progress 80-01 Subletting of contract. Owner will not recognize any subcontractor on the work. Contractor shall always, 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 Resident Project Representative (RPR). Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. Should Contractor elect to assign their contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of Owner, and shall be consummated only on the written approval of Owner. Contractor shall provide copies of all subcontracts to 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, phone, 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). Owners notice to proceed will state the date on which contract time commences. Contractor is expected to commence project operations within 10 days of the NTP date. Contractor shall notify RPR at least 24 hours in advance of the time contract operations begins. Contractor shall not commence any actual operations prior to the date on which the notice to proceed is issued by Owner. 80-03 Execution and progress. Unless otherwise specified, Contractor shall submit their coordinated construction schedule showing all work activities for RPR review and acceptance at least 10 days prior to the start of work. Contractor's progress schedule, once accepted by RPR, will represent Contractor's baseline plan to accomplish the project in accordance with the terms and conditions of the Contract. RPR will compare actual Contractor progress against the baseline schedule to determine that status of Contractor's performance. 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 Contractor falls significantly behind the submitted schedule, Contractor shall, upon RPR 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, Contractor shall notify RPR at least 24 hours in advance of resuming operations. Section 80 Execution and Progress 12/21/2018 AC 150/5370-1OH Contractor shall not commence any actual construction prior to the date on which the NTP is issued by Owner. The project schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified. 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. Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 80-04 Limitation of operations. 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 Contractor to conduct their operations within an AOA of the airport, the work shall be coordinated with airport operations (through RPR) at least 48 hours prior to commencement of such work. Contractor shall not close an AOA until so authorized by 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 Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), 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 Contractor's operations in the AOA until satisfactory conditions are provided. The areas of the AOA identified in the Construction Safety Phasing Plan (CSPP) and as listed below, cannot be closed to operating aircraft to permit Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: 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. Contractor shall prepare and submit a SPCD that details how it proposes to comply with the requirements presented within the CSPP. Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. Contractor shall conduct routine checks to assure compliance with the safety plan measures. Contractor is responsible to Owner for the conduct of all subcontractors it employs on the project. 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 Owner. The necessary coordination actions to review Contractor proposed modifications to an approved CSPP or approved SPCD can require a significant amount of time. Section 80 Execution and Progress 2 12/21/2018 AC 150/5370-1OH 80-05 Character of workers, methods, and equipment. 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 Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of RPR, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of RPR, be removed immediately by Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of RPR. Should Contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper execution of the work, RPR may suspend the work by written notice until compliance with such orders. 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 Contractor in accomplishing the work are not prescribed in the contract, 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 RPR. If Contractor desires to use a method or type of equipment other than specified in the contract, Contractor may request authority from 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 Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, RPR determines that the work produced does not meet contract requirements, Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. Contractor shall remove any deficient work and replace it with work of specified quality or take such other corrective action as 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. Owner shall have the authority to suspend the work wholly, or in part, for such period or periods 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 Contractor to carry out orders given or perform any or all provisions of the contract. If Contractor is ordered by Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which Contractor has no control, 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 RPR within the time stated in RPR order to resume work. Contractor shall submit with their own claim information substantiating the amount shown on the claim. RPR will forward Contractor's claim to Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling Contractor to compensation for delays due to inclement weather or for any other delay provided for in the contract, plans, or specifications. Section 80 Execution and Progress 12/21/2018 AC 150/5370-1OH If it becomes necessary to suspend work for an indefinite period, Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. 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. Number of calendar days shall be stated in proposal and contract and known as Contract Time. If Contract time requires extension for reasons beyond Contractor control, adjust 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 Owner's orders to suspend and resume all work, due to causes not the fault of 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 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 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 services that will be incurred by Owner should Contractor fail to complete the work in the time provided in their contract. Section 80 Execution and Progress 4 12/21/2018 AC 150/5370-1OH Phase Liquidated Damages Cost Per Day Allowed Construction Time 1 $2,650 30 2 $2,650 21 3 $2,650 14 4 $2,650 4 5 $2,650 25 6 $2,650 18 7 $2,650 18 g $2,650 16 9 $2,650 17 10 $2,650 14 11 $2,650 21 12 $2,650 20 13 $2,650 15 14 $2,650 18 15 $2,650 12 SUBSTANTIAL COMPLETION 263 Punch List $2,650 10 FINAL COMPLETION 273 The maximum construction time allowed for 15 phases will be the sum of the time allowed for individual phases, but not more than 273 calendar days. Permitting 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 Owner of any of its rights under the contract. 80-09 Default and termination of contract. Contractor shall be considered in default of their contract and such default will be considered as cause for Owner to terminate the contract for any of the following reasons, if 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 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. Section 80 Execution and Progress 12/21/2018 AC 150/5370-1OH Should Owner consider Contractor in default of the contract for any reason above, Owner shall immediately give written notice to Contractor and Contractor's surety as to the reasons for considering Contractor in default and Owner's intentions to terminate the contract. If Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then Owner will, upon written notification from RPR of the facts of such delay, neglect, or default and 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 Contractor. 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 RPR will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due Contractor. If such expense exceeds the sum which would have been payable under the contract, then Contractor and the surety shall be liable and shall pay to Owner the amount of such excess. 80-10 Termination for national emergencies. Owner shall terminate the contract or portion thereof by written notice when Contractor is prevented from proceeding with the construction contract as a 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 Contractor. Acceptable materials, obtained or ordered by Contractor for the work not incorporated in work, shall, at the option of Contractor, be purchased from Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by RPR. Termination of the contract or a portion thereof shall neither relieve 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. Contractor shall obtain approval from 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. Contractor shall plan and coordinate work in accordance with the approved CSPP and SPCD. END OF SECTION 80 Section 80 Execution and Progress 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 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 practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by RPR. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. 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. When requested by Contractor and approved by RPR in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for -payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by RPR and shall be agreed to by Contractor before such method of measurement of pay quantities is used. Measurement and Payment Terms Term Description Excavation and Embankment In computing volumes of excavation, the average end area method will be used unless Volume otherwise specified. "Ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, independently Measurement and certified scales by competent, qualified personnel at locations designated by RPR. If Proportion by material is shipped by rail, the car weight may be accepted provided that only the actual Weight 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 RPR directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be Measurement by of any size or type acceptable for the materials hauled, provided that the body is of such Volume 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. Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH Term Description Asphalt materials will be measured by the gallon (liter) or ton. When measured by volume, such volumes will be measured at 60°F or will be corrected to the volume at 60°F using ASTM D1250 for asphalts. Net certified scale weights or weights based on certified Asphalt Material volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when asphalt material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When asphalt materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, will be used for computing uantities. Cement Cement will be measured by the ton or hundredweight. Structure Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Measured by the thousand feet board measure (MFBM) actually incorporated in the Timber structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. Thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, Plates and Sheets metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. 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, Miscellaneous Items etc., such identification will 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 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 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. Contractor shall have the scales checked under the observation of 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. The use of spring balances will not be permitted. In the event inspection reveals the scales have been "overweighing" (indicating more than Scales 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 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 RPR can safely and conveniently view them. Scale installations shall have available ten standard 50-pound 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 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 Rental 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 or Extra Work. Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH Term Description 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 Pay Quantities specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by 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. 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" 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, 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 Quantities, will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by 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, RPR shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of Owner. Should RPR omit or order nonperformance of a contract item or portion of such item from the work, Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to RPR order to omit or non -perform such contract item. Acceptable materials ordered by Contractor or delivered on the work prior to the date of RPR order will be paid for at the actual cost to Contractor and shall thereupon become the property of Owner. In addition to the reimbursement hereinbefore provided, Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of RPR order. Such additional costs incurred by Contractor must be directly related to the deleted contract item and shall be supported by certified statements by 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 Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by 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 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, 5 percent of such total amount will be deducted and retained by Owner for protection of Owner's interests. Unless otherwise instructed by Owner, the Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH amount retained by Owner will be in effect until the final payment is made except as follows: Contractor may request release of retainage on work that has been partially accepted by Owner in accordance with Section 50-14. Contractor must provide a certified invoice to RPR that supports the value of retainage held by Owner for partially accepted work. b. Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after Contractor has received a partial payment. Contractor must provide 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 Owner. When 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. c. When at least 95% of the work has been completed to the satisfaction of RPR, RPR shall, at Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to Contractor. It is understood and agreed that 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 RPR to be a part of the final quantity for the item of work in question. No partial payment shall bind 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. Contractor shall deliver to 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, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees 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 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 RPR at or on an approved site. b. Contractor has furnished RPR with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. Contractor has furnished RPR with satisfactory evidence that the material and transportation costs have been paid. Section 90 Measurement and Payment 4 12/21/2018 AC 150/5370-1OH d. Contractor has furnished Owner legal title (free of liens or encumbrances of any kind) to the material stored or stockpiled. e. Contractor has furnished 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 Owner's payment for such stored or stockpiled materials shall in no way relieve 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. 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 Contractor option, if an Owner withholds retainage in accordance with the methods described in paragraph 90-06 Partial Payments, Contractor may request that Owner deposit the retainage into an escrow account. Owner's deposit of retainage into an escrow account is subject to the following conditions: a. Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to Owner. b. Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. Contractor shall enter into an escrow agreement satisfactory to Owner. d. Contractor shall obtain the written consent of the surety to such agreement. 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, RPR will prepare the final estimate of the items of work actually performed. Contractor shall approve RPR final estimate or advise RPR of 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. Contractor and RPR shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of Contractor's receipt of RPR final estimate. If, after such 30-day period, a dispute still exists, Contractor may approve RPR estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by Owner as a claim in accordance with Section 50, paragraph 50-16, Claims for Adjustment and Disputes. After Contractor has approved, or approved under protest, RPR final estimate, and after RPR 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 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 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 Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due Contractor will be paid pursuant to a supplemental final estimate. Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH 90-10 Construction warranty. a. In addition to any other warranties in this contract, 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 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 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 Owner takes possession; however, this will not relieve Contractor from corrective items required by the final acceptance of the project work. c. Contractor shall remedy at Contractor's expense any failure to conform, or any defect. In addition, Contractor shall remedy at Contractor's expense any damage to Owner real or personal property, when that damage is the result of Contractor's failure to conform to contract requirements; or any defect of equipment, material, workmanship, or design furnished by Contractor. d. Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. Owner will notify Contractor, in writing, within seven days after the discovery of any failure, defect, or damage. f. If Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at Contractor's expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, 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 Owner, as directed by Owner; and (3) enforce all warranties for the benefit of Owner. h. This warranty shall not limit Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 Contractor Final Project Documentation. Approval of final payment to Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until RPR approves Contractor's final submittal. Contractor shall: a. Provide two copies of all manufacturer's 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). Section 90 Measurement and Payment 12/21/2018 AC 150/5370-1OH k. Security for Construction Warranty. 1. Equipment commissioning documentation submitted, if required. m. Provide a certified affidavit from all subcontractors and major material suppliers indicating they have been paid. END OF SECTION 90 Section 90 Measurement and Payment SPECIAL PROVISIONS SP-1 SCOPE OF WORK The work to be accomplished under these specifications, including plans, consists of construction work for LBB Airfield -Wide Joint Seal, including but not limited to removal and replacement of ioint seal material in concrete pavements (self -leveling silicon and compression seal). Project involves beveling concrete joints as part of Base Bid and Alternative Items. Project also involves relocation of hold position signs on RWY 17R-35L as well as removal and replacement of hold position markings. All labor, materials, and equipment necessary to complete the work called for in these specifications and shown on plans shall be furnished by Contractor. Payment for the various items of work will be made as specified under various payment paragraphs of the technical sections. SP-2 BASIS OF CONTRACT AWARD Award of this contract will be made based on lowest responsive/responsible bidder. Refer to the City of Lubbock boiler plate documents for additional information. SP-3 TIME AND ORDER OF COMPLETION The construction covered by these specifications shall be completed (final completion) as defined in Section 80-08 of the General Provisions. Contractor may commence work upon receipt of the executed contract and commence work not later than the 10' day after the date of the Notice to Proceed. Contractor will be permitted to prosecute certain portions of the work in order and manner of own choosing to the best interest of the project. However, work shall be conducted in such manner and with such materials, equipment and labor as may be required to ensure completion in accordance with the plans and specifications within time stated in the Proposal and in the Contract. Contractor shall furnish Engineer with his proposed progress schedule and Quality Control Plan for approval by Engineer before work is commenced on the project. Other contractors may be performing work for Owner in the same general area as that covered under this contract. Contractor shall be expected to coordinate work with the work of other contractors as may be required to ensure all work can be carried out with the least possible interference with operation of other contractors or Owner. Contractor's coordination with other contractors shall require the approval of Engineer. Engineer reserves the right to control and direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. Contractor shall be responsible for scheduling and implementing various separate construction operations involved in construction of improvements included in this project. Completion shall be within the time frames specified herein. Contractor will prepare and submit for review his recommended phasing/scheduling plan in accordance with the following general guidelines. Liquidated damages will be assessed for delayed completion in amount shown in General Provisions Section 80-08. 01271517 SPECIAL PROVISIONS 04/22 Stormwater pollution prevention plan measures shall be in place and complete before commencement of any construction work. Staging area preparation and construction will need to be performed prior to work or as approved by Engineer. In all phases of work, Contractor shall keep all equipment, personnel, etc. clear of protected surfaces on the airfield as shown in "imaginary surfaces" detail in the plans and in the appendix of these specifications. Any deviation from the noted sequences of construction must be submitted by Contractor in writing and will require the prior approval of Engineer and Owner. Contractor shall schedule work well in advance of actual operations and keep Engineer advised of this schedule so close coordination can be maintained with Director of Aviation. Portions of the runways and taxiways may be closed as required for proper execution of work, but at least 14 days' notice will be required before closing any portion of a runway or taxiway. SP-4 CALENDAR DAY Time for project completion and for liquidated damages shall be in accordance with specification provisions. A calendar day is defined as every day shown on calendar. Valid weather days will be considered by Engineer. SP-5 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of Engineer. Contractor shall be required to submit a schedule of operations to Engineer for approval. Contractor shall not commence new work to the prejudice of work already started. Contractor shall take all precautions necessary to ensure the safety of operating aircraft and their passengers as well as that of his own equipment and personnel. Special considerations shall be given to flight schedules and other aircraft operations. Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport area. Contractor shall provide all such equipment with a flag on a staff attached to equipment so flag will be readily visible. The flag shall be not less than three feet square consisting of a checkered pattern of international orange and white squares of not less than one foot on each side. During nighttime work (if applicable), Contractor shall provide such equipment with approved flashing lights so attached to the equipment that the lights will be readily visible. Contractor shall make his own estimate of all difficulties to be encountered. Equipment not actually in operation shall be kept clear of landing areas; personnel shall not enter areas of the airport where aircraft are operating without specific permission. Nighttime construction activities must be coordinated with Engineer. All operations shall be coordinated, through Engineer, with Director of Aviation, to the end that no interference with aircraft traffic on active runways, taxiways or aprons will result from Contractor operations, except as specified. Construction activities will not be allowed within the safety area of any active runway or taxiway. Contractor shall, at a minimum, use the procedures required in AC 150/5370-2G (or latest version) for construction within AOA. Safety areas for runways, taxiways, and taxilanes can be obtained from Owner or Engineer if necessary. Contractor shall maintain flagmen, as may be required, to direct construction traffic if necessary for such traffic to cross or travel along any active taxiway or runway. Traffic shall be directed away from these facilities when possible and no traffic shall ever cross an active runway or taxiway without proper clearance from the control tower. Trenches, "drop offs," and manhole excavations within the limits of the safety area of any airfield paving shall be backfilled as outlined in these specifications by the end of the workday or work period. Excavations outside the 01271517 SPECIAL PROVISIONS 04/22 safety areas of any active airfield paving shall be barricaded as outlined in these specifications to the satisfaction of Engineer by the end of each workday or work period. All excavations shall be backfilled as soon as practicable. No open excavations shall be allowed within the safety area of any active airfield pavement unless otherwise approved by Owner and Engineer. FAA considers any deviation of more than 3 inches above or below existing grade to be a hazard to aircraft operations. FAA may issue warnings or fine the Airport for these violations. Such fines as may be handed out by FAA as a result of Contractor activities shall be considered Contractor responsibility, and be promptly paid by Contractor, at his sole expense. Contractor shall schedule his work well in advance of actual operations and keep Engineer advised of this schedule so that close coordination can be maintained with Director of Aviation. Runways and taxiways will be closed as required for proper execution of the work as provided in herein. Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint himself with the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by Contractor's workmen shall result in the discharge of such men in accordance with General Conditions. Continued violations of safety rules and regulations by Contractor, after having been notified of such violations by Engineer, shall constitute grounds for suspending Contractor's operations until steps are taken that will insure a safe operation. Contractor shall be required to equip vehicles used by his project superintendent and project foremen on the project with radio receiver/transmitters for monitoring/maintaining direct communication with FAA control tower at Lubbock Preston Smith International Airport. Contractor will provide a minimum of two radios, as specified herein. At project completion, Contractor shall transfer ownership of the two specified radios, chargers, and attachments to Owner. The radios shall be delivered to Owner in good working condition. The cost of the two radios, chargers, and attachments will be considered a subsidiary obligation of Contractor under this project, and no separate, direct payment will be made. The radios to be provided shall consist of two Icom America, Model IC- A6 (or latest equivalent model), with AC charger, DC charger, carrying case, flexible antenna, headset adapter cable, headset desk charger, multi - charger, and two 760 mAH heavy rechargeable battery packs. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Contractor shall always monitor ground control when within Airport Operations Area. Radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, taxiway, portion of the Aircraft Movement Area or apron, or as directed by Engineer. Contractor is required to provide enough radios to maintain communication in all areas of work. Contractor shall provide an area for parking all equipment not being used for construction purposes and parking of employee vehicles. This area shall be located away from the operational area of the airport in an area approved by Engineer and Director of Aviation. No unauthorized employees or unauthorized vehicles will be allowed within the operational area of the airport. Hauling routes shall not be along or across any paved airport street, road, apron, taxiway, or runway without specific written authorization from Engineer and Director of Aviation. Any damage incurred by Contractor equipment shall be repaired by and at Contractor expense, and as required by Engineer and Director of Aviation. Contractor shall not permit water to stand in any excavation adjacent to existing pavements. To ensure compliance with this requirement, Contractor shall always maintain at the site not less than two dewatering pumps in good working condition that any excavation adjacent to existing pavements is open. No work other than dewatering operations will be permitted on the project at any time water is standing in open excavations. Contractor shall maintain pavement surfaces which are allowed to be used as hauling routes, in a clean condition, as determined by Director of Aviation. Successful Bidder shall be subject to a pre -award review by Office of Compliance and Security, Equal Opportunity Division, Federal Aviation Administration, to determine previous compliance status of Contractor. 01271517 SPECIAL PROVISIONS 04/22 Contractor shall be subject to a preconstruction conference to discuss phasing and project safety control after award of contract. If Contractor would like to amend the proposed phasing plan it will be discussed, reviewed, and approved or modified at this meeting. SP-6 AIRPORT OPERATIONS SECURITY SP-6.1 General Airport security is a vital part of Contractor responsibilities during this project. The following security guidelines and the rules and regulations of the LBB Operations Department (LBB OPS) and the Transportation Security Administration (TSA) shall always be followed by Contractor and Contractor employees, subcontractors, suppliers, and representatives during the execution of this project. Contractor shall be directly responsible for all fines or penalties levied against the Airport as a result of any breach of security or safety caused by Contractor or Contractor employees, subcontractors, suppliers, or representatives. SP-6.2 Airport Operations Area (AOA) Airport operations area (AOA) shall be defined as any portion of Airport property normally secured against unauthorized entry. AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. When necessary to cross pavement surface on the airfield, the Contractor shall inspect all paved surfaces for Foreign Object Debris (FOD), daily and prior to reopening pavement surface to air traffic. DO NOT leave access under secure fence at any time. SP-6.3 Airport OOperations-Issued Security Badees Contractor is responsible for obtaining a photo -identification security badge issued by LBB Operations for each supervisor or foreman of each work crew working within the AOA. Contractor shall obtain LBB Operations security badges for at least one member of each work crew working in separate areas of the AOA. For Phase 11, all Contractor employees are required to be badged by the LBB Security Office for work within the Cargo Ramp Area. It is the intent of these specifications that all individuals responsible to Contractor, including Contractor employees, subcontractors, suppliers, or representatives, either obtain and display an LBB Operations security badge or Contractor -issued identification badge, as specified herein, AND be escorted or directly supervised by an individual displaying a current LBB Operations security badge. Contractor may obtain LBB Operations security badges from Operations Department at the LPSIA Airport. LBB Operations reserves the right to limit the number of security badges issued to Contractor. LBB Operations will charge Contractor a $ 20 fee for each security badge issued. The cost for a fingerprint verification will be an additional $30. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. LBB Operations security badges shall always be worn in an easily visible location on the person issued the badge while working within the AOA. The badge holder shall be familiar with and shall obey all security and safety rules and regulations. LBB Operations security badge may be confiscated, and all security rights revoked by LBB Operations upon the breach of any security or safety regulations at the discretion of Operations. The holder of an LBB Operations security badge shall surrender the badge at the completion of this project, upon transfer or termination of employment, or at any other time at the request of LBB Operations. Contractor shall conduct a background check of each applicant for an LBB Operations security badge utilizing standard background check forms provided by LBB Operations. Contractor is responsible for completing required forms and submitting the forms to LBB Operations for review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall be available through Director of Aviation's office after award of project. The background check shall show proof of a minimum five-year employment record and will be reviewed by LBB Operations. LBB Operations shall be responsible for reviewing background checks. Only persons whose application is approved by LBB Operations shall be issued security badges. LBB Operations reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of LBB Operations, a risk to AOA security or safety. 01271517 SPECIAL PROVISIONS 4 04/22 At project completion, Contractor shall return all LBB Operations -issued security badges to LBB Operations. Operations will charge an additional $100 fee for each lost or destroyed LBB Operations -issued security badge if not replaced. If lost badge is to be replaced, LBB operations will charge a $120 fee. All LBB Operations -issued security badges must be accounted for and surrendered at project completion. Failure to account for and surrender all LBB Operation -issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SP-6.4 Contractor -Issued Identification Badges Contractor shall be responsible for the identification of each Contractor employees, subcontractors, suppliers, and representatives while these individuals operate within the AOA. Contractor shall be responsible for issuing identification badges to each Contractor employees, subcontractors, suppliers, and representatives operating within the AOA. Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and phone number of each person issued a badge. Contractor record of all employees issued an identification badge shall be made available upon the request of LBB Operations, Director of Aviation, or Engineer. The format and content of Contractor -issued identification badge shall be approved by LBB Operations prior to issuing. The identification badge shall display Contractor's company name, employee's name, and badge's effective and expiration dates, and be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall always be worn in an easily visible location on the person issued the badge while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual but be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued identification badges shall be renewed by the Contractor every 30 days during the project construction period. Contractor shall be responsible for all Contractor -issued identification badges. All expired identification badges or badges invalidated by termination of the holder's employment, completion of construction activities, or other reasons, shall be confiscated by Contractor and retained by Contractor until the end of the project. It shall be Contractor responsibility to record and account for all Contractor -issued identification badges. All identification badges issued by Contractor during the project and the records of said badges shall be transferred to the possession of LBB-Operations at the completion of the project. Contractor -issued identification badge does not allow unlimited access to all areas within AOA but will permit only escorted or directly supervised access to only those portions of AOA under construction by Contractor. Every individual operating within AOA shall always display LBB Operations -issued security badge or a Contractor -issued identification badge. All individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors, suppliers, or representatives, must always be escorted or directly supervised by an individual bearing a valid LBB Operations -issued security badge while within the AOA. Persons within the AOA not possessing a valid LBB Operations -issued security badge or escorted or directly supervised by an individual possessing a valid LBB Operations -issued security badge, shall be considered in violation of LBB Operations security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LBB Operations security arrangements. SP-6.5 Contractor's Entrance Gate Adjacent to Contractor's entrance gate, outside the AOA, Contractor shall provide a parking area for Contractor's employee's personal automobiles. The limits of this parking/storage area shall be as directed by Engineer. At completion of this project, any damage done by Contractor to this area shall be repaired to the satisfaction of the Engineer at no additional cost to the Owner. Repairs shall include, but not be limited to, regrading, and reseeding or repaving any damaged areas. 01271517 SPECIAL PROVISIONS 04/22 Contractor shall be responsible for and shall control all movement through Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by Contractor, gate shall be securely locked by Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, Contractor shall provide Director of Aviation and the LBB Operations with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess a LBB Operations -issued security badge. If this security arrangement is desired and approved, the gate shall be manned by the watchguard if the gate remains open. The watchguard shall be Contractor's representative and responsible for all movement through the gate. Again, only authorized persons and vehicles shall be allowed by Contractor's watchguard to enter the AOA. At Contractor option, and upon approval of Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. SP-6.6 Vehicle Escorts All vehicles responsible to Contractor, such as supplier's vehicles, entering the AOA shall be escorted by an approved Contractor escort vehicle from the point of AOA entry to the construction site. The escort vehicle shall be clearly identified with standard FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with Contractor name. The escort vehicle will be responsible for leading supply, delivery, or other vehicles across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle shall be approved for, shall be issued, and shall display an LBB Operations security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures and trained to drive in the Aircraft Movement Areas. The escort vehicle shall be equipped with an FAA radio, as specified herein, and the driver of the escort vehicle shall be familiar with the FAA radio and its operation and shall obey all instructions from the Air Traffic Control Tower. SP-6.7 Challenging Unauthorized Personnel or Vehicles Contractor and Contractor employees, subcontractors, suppliers, and representatives who have been issued an LBB Operations security badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LBB Operations security badge, or who cannot produce a valid LBB Operations security badge, or who is not under escort or under the direct supervision of a person possessing a valid LBB Operations security badge. The challenge shall 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, LBB Operations shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until LBB Operations arrive. Any expired or altered badge or any badge bearing a photograph not matching bearer, shall be brought to the attention of LBB Operations and be immediately confiscated by Operations or Director of Aviation. SP-6.8 Cranes or Hoists Any construction activity utilizing a crane, or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. Contractor shall be responsible for filing the prescribed forms for airspace clearance in accordance with Part 77 of the Federal Aviation Regulations. Applications for airspace clearance must be submitted at least 30 days prior to the beginning of construction activities. To avoid construction delays, Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. 01271517 SPECIAL PROVISIONS 04/22 information is required: When requesting approval for use of a crane or other hoisting device, the following 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. 3. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of crane or other hoisting device operation. Top of crane or other hoisting device shall be marked with a 3- by 3-foot safety -orange and white checkered flag. The crane or other hoisting device shall be lowered at night or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed by Director of Aviation or Engineer, or at any other time at the direction of Director of Aviation or Engineer. Contractor shall notify Engineer and Director of Aviation at least 48 hours prior to actual erection of the crane or other hoisting device. SP-7 CONTRACTOR'S PLANT SITE, STORAGE, AND OFFICE AREA(S) Contractor shall make his own provisions for plant site, storage, and office areas. If Contractor desires to utilize an on -airport location, arrangements must be made with Director of Aviation. The following specific requirements apply to on -airport plant site, storage, and office areas. 1. Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. Contractor will also be responsible for maintenance of areas and dust control for the duration of the project. 2. Direct negotiation may be conducted with Director of Aviation for any areas desired. Areas used by Contractor may be subject to rental rates and fees as identified by Director of Aviation. 3. Any areas occupied by Contractor and his forces will be required to be completely restored by Contractor, at his expense, including but not limited to regrading disturbed areas; complete removal of debris or any other material brought onto the site by Contractor; complete replacement of topsoil, turf, asphalt pavement, concrete slabs, or drives, etc. that is worn, deteriorated, or damaged during the period Contractor and his forces occupy the area. All restoration shall be to the satisfaction of Director of Aviation. 4. Prior to moving into an unpaved area, Contractor shall clear and grub the area, and remove and stockpile a minimum of 6 inches of existing topsoil. After completion of the project and after clearing the site of materials, equipment and debris, Contractor shall replace, spread, and grade the salvaged topsoil, followed by seeding and fertilizing. 5. All restoration activities shall be accomplished in accordance with applicable technical specifications of these documents including but not limited to Items P-152, P-401, and T-901. 6. No direct payment will be made to Contractor for preparing or restoring plant site haul routes, storage, or office areas. SP-8 PROTECTION OF PROPERTY Contractor shall exercise care to prevent damage to all structures, either above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. Contractor shall be responsible for all damage done to either public or private property during construction except as specifically provided otherwise in these specifications. 01271517 SPECIAL PROVISIONS 04/22 Various existing underground utilities and structures are shown on the plans. Their locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, Contractor shall coordinate his activities with FAA SSC Manager, at LBB Operations, private utility owners and Texas 811. Contractor should anticipate conflicts with existing utilities. Where conflicts are encountered, Contractor shall coordinate action with Engineer. Certain runway, taxiway, and apron lights and signs and electrical cables exist within Project footprint. Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways, taxiways, and aprons which will be open for night operations. Contractor shall protect existing lighting fixtures from damage during construction by his operations. An inventory of existing fixtures shall be taken before construction begins and Contractor shall be responsible for the cost of replacement of any fixtures damaged by his operations. SP-9 ELECTRIC POWER AND NATURAL GAS Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SP-10 LINES AND GRADES Contractor will be responsible for laying out the work from existing paving and structures. Engineer will check grade control and major layouts at his discretion, but this check will not relieve Contractor of his responsibility of correctly locating line and grade in accordance with the plans and specifications. Engineer will take all measurements necessary for the determination of the amount of work performed under the various items for which payment is provided. When necessary, work will be suspended to permit this work, but such suspension will be as brief as practicable, and Contractor shall be allowed no extra compensation therefor. Contractor shall be satisfied as to accuracy of all measurements before constructing any permanent structure and not take advantage of any errors which may have been made in laying out work. Such stakes and markings as Engineer may set for either own or Contractor guidance shall be scrupulously preserved by Contractor. In case of negligence on part of Contractor or employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing same may be deducted from subsequent estimates due Contractor, at Engineer discretion. SP-11 WATER FOR CONSTRUCTION Contractor shall provide provisions for water requirements and pay for all water consumed during project construction. Contractor shall arrange for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by Contractor during construction shall be made directly with the City of Lubbock water utility department. SP-12 MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, Contractor shall bear the cost of all material tests required before approval of a material source or mix design as well as all required Quality Control testing. City will bear the cost of all passing Quality Assurance laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. Refer to the Construction Management Plan (CMP) and Specifications for required testing. 01271517 SPECIAL PROVISIONS 04/22 Where only small amounts of any material are used or where compliance with specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, Contractor shall furnish approved material from another source. SP-13 BARRICADES, SIGNS, AND HAZARD MARKINGS Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals, and lights for the protection of the work and the safety of the public for both land and air traffic. Before closing existing runways or taxiways, warning signs for air traffic shall be placed at such locations and shall be visible day and night. A runway closed because of construction, other activities, or hazards shall have appropriate FAA standard markings. All Contractor's vehicles or equipment on or across landing areas shall carry FAA standard markings or flags. Movement of other vehicles responsible to Contractor shall be under escort, as specified in Article SP-6, Airport Operations Security. Runways and taxiways closed to traffic shall be protected by effective barricades. Spacing of barricades shall be as directed by the Engineer. Barricades for aprons closed to traffic shall consist of heavy-duty barricades with reflective striping and a flashing light on each end as shown in detail on the plans. Barricades shall be spaced with no more than 4-foot clearance between the ends. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways, taxiways, and roadways. Obstructions shall be illuminated at night. The proper illumination of obstructions is critical to the safe operation of aircraft on the Airport. All warning lights shall be equipped with photocell controls to automatically turn on the lights at night and turn them off at daytime. The lights shall be checked daily by Contractor to assure that batteries or power cells are in working order. In addition, the lights shall be daily checked by Contractor at night. Any lights found to be out of order, flashing weakly or in otherwise less than acceptable operating condition shall be immediately replaced or repaired. Engineer may suspend work on the project if Contractor's warninglights are not maintained in an acceptable manner. A $25.00 charge will be assessed Contractor for each light. Der day. found to be inoperative by Owner's personnel or representatives. SP-14 PREVENTION OF AIR AND WATER POLLUTION Contractor shall use suitable precaution to minimize air and water pollution during the progress of work. Contractor shall comply with directives given by Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156 entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control." Item P-156, entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control," is included in the technical specifications for this project. SP-15 PROGRESS SCHEDULE Within 14 days after contract award, Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to Engineer and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve," with monthly amount, cumulative amount, and cumulative percent. The progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of the project within the time specified, will be approved in writing by Engineer. Revision or changes in approved progress schedule may be made only with Engineer approval. 01271517 SPECIAL PROVISIONS 04/22 SP-16 PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall always be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation Regulations. During construction of the project, the Contractor shall also maintain operational safety on the Airport in accordance with FAA Advisory Circular 150/5370-2 (latest version), "Operational Safety on Airports During Construction," included in these Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from Engineer and Director of Aviation. Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt, and other debris in areas where hauling is permitted on or across any active apron, runway, or taxiway, or in areas temporarily closed which are subject to opening on short notice. All rocks, gravel, dirt, or other debris shall be removed immediately by Contractor. SP-17 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish, and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. SP-18 INSURANCE Contractor shall not begin work under this contract until he has obtained all insurance as required in the General Conditions of the Agreement, has furnished proof of same to Owner, and Owner shall have approved same. Insurance coverage indicated in General Conditions shall also include Parkhill as an additional insured. A certificate of Insurance is included in the specifications and Contract Documents for this project. Contractor will be required to have five extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES, AND OBSTRUCTIONS All structures, utilities or obstructions found on the airport and shown on the plans which are not to remain in place or used in the new construction shall be removed as directed by Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of Owner, unless otherwise indicated. All materials and debris specified to be disposed of by Contractor shall become the property of the Contractor and shall be properly disposed of off the airport property by Contractor. 01271517 SPECIAL PROVISIONS 10 04/22 SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections, and dimensions. Any deviation from the plans which may be required by the exigencies of construction shall be determined by Engineer and authorized by him in writing. SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if not satisfactorily repaired, removed, and replaced at Contractor expense. Materials not conforming to specification requirements shall be removed immediately from the site of the work and replaced with satisfactory material by Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at Contractor's risk and will be considered unauthorized and, at Engineer option, may not be measured and paid for and may be ordered removed and replaced at Contractor expense. Upon Contractor failure of to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from Engineer, Owner may recover for such defective work or materials on Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to Contractor, which cost will be deducted from any money due him. SP-22 DISPUTED CLAIMS FOR EXTRA WORK In case Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by Engineer as an extra, Contractor shall notify Engineer in writing of his intention to make claim for such extra compensation before he begins the work on which he bases the claim and shall afford Engineer every facility for keeping actual cost of the work. Failure on the part of Contractor to give such notification or to afford Engineer proper facilities for keeping strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of such notice by Contractor and the keeping of costs by Engineer shall not in any way be construed to prove validity of the claim. When the work has been completed, Contractor shall within 10 days file his claim for extra compensation with Engineer, who will present it to Owner for consideration. SP-23 FEDERAL PARTICIPATION The attention of Contractor is invited to the fact that the United States Government may pay a portion of the cost of these improvements. The construction work will be subject to such inspection by the Administrator of the Federal Aviation Administration or his agents as may be deemed necessary to meet requirements when Federal funds are used, but such inspection will in no sense make the Federal Government a party to this contract and will in no way interfere with the rights of either party to the contract. SP-24 INDEMNIFICATION Contractor shall indemnify and hold harmless and defend Owner, Engineer, and all Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage, and expenses of any character whatsoever, including attorney fees brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of Contractor, agents, or employees, or any subcontractor, in execution, supervision, and operations growing out of or in any way connected with performance of this contract, and Contractor will be required to pay any judgment with costs which may be obtained against Owner, Engineer, or any of its officer, agents or employees, including attorney fees. 01271517 SPECIAL PROVISIONS 11 04/22 Contractor agrees he will indemnify and save Owner and Engineer harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in furtherance of performance of this contract. When Owner so desires, Contractor shall furnish satisfactory evidence that all obligations of the nature herein designated have been paid, discharged, or waived. SP-24 OPENING OF SECTION OF AIRPORT TO TRAFFIC When, in opinion of Engineer and LBB Operations, a runway or taxiway is in an acceptable condition, it may be opened to traffic upon the written order of Engineer. The opening of any section of the work will be held as an acceptance of said section but shall not be considered as a waiver of any of the provisions of these specifications or contract. Pending final completion and acceptance of the work, all necessary repairs and renewals on any section opened, due to defective material or work, to natural causes other than ordinary wear and tear, or to the operations of Contractor, shall be performed by and at the expense of Contractor. SP-25 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by Engineer of any part or all construction, as provided for in these specifications, it shall be under the charge and care of Contractor, and he shall take every necessary precaution against injury or damage to any part of the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the work. Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the work occasioned by any of the above causes before its completion and acceptance. SP-26 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by Owner to Contractor shall not relieve Contractor of responsibility for faulty materials or workmanship. Contractor shall promptly replace any such defects discovered within one year from the date of written final acceptance of the work. Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by Contractor with the requirements of this paragraph. SP-27 SEPARATE CONTRACTS Owner reserves the right to let other contracts in connection with or in the vicinity of the project. Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall coordinate his work and theirs. Contractor's coordination with other contractors shall require the approval of Engineer. See Article SP-3 for additional requirements concerning separate contracts. SP-28 SHOP DRAWINGS AND SUBMITTAL PROCEDURES Contractor shall submit to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, electronic copies of all shop and/or submittal drawings and schedules required for the work of the various trades, and Engineer shall pass upon them with reasonable promptness, making required corrections. Contractor shall make any corrections required by Engineer, and file with him the corrected copies and furnish such other copies as may be needed Engineer's approval of such drawings or schedules shall not relieve Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called Engineer's attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address, and phone number. Identify Project, Contractor, subcontractor, or supplier; pertinent Drawing sheet and 01271517 SPECIAL PROVISIONS 12 04/22 detail number(s), and Specification section number, as appropriate. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. Schedule submittals to expedite the Project and deliver to Engineer at his business address. Coordinate submission of related items. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. Format: 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, PDF drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals will be uploaded to Procore. Submittal procedures described in this Article applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples to be submitted, not digital files), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, and any other type of submittal submitted to Engineer. SP-29 ENGINEER When "Engineer" is used in this contract, it shall be understood as referring to Parkhill, Consulting Engineers, in Lubbock, Abilene, Amarillo, Arlington, Austin, El Paso, Frisco, Midland, Texas, Albuquerque, New Mexico, and Norman, Oklahoma City, Tulsa, and Woodward, Oklahoma, Engineer of the Owner, or such other Engineer, Supervisor, or Inspector as may be authorized by said Owner to act on Owner's behalf SP-30 TRENCH SAFETY Contractor shall strictly comply with all requirements of Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - Excavation, Trenching, and Shoring, for all trenching and excavation operations. If depths of trenches are encountered which are over 5 feet, Contractor shall cut the trench walls to the angle of repose of the soils encountered or shall provide alternate shoring details as prepared by a Licensed Professional Engineer in the State of Texas. SP-32 ENGINEER'S FIELD OFFICE Contractor shall furnish an office at the site of the work for use by Engineer. The building shall be provided immediately after work on the project is begun and shall remain in place until Project is accepted as complete unless earlier removal is authorized by Engineer. It shall be floored and roofed, weather -tight, insulated, and constructed in a workmanlike manner. Screen all windows and provide screen door in addition to the regular door. It is contemplated the building will be constructed of the same kind of material as that used by Contractor for office and job buildings. It shall be an independent unit, detached from any office, storage, or warehouse building occupied by Contractor, and at a minimum clear distance of 50 feet from any such building. The building shall be for the sole use of Engineer and resident force. 01271517 SPECIAL PROVISIONS 13 04/22 Should the building be destroyed or damaged in any manner, except through causes due to negligence of the occupying engineering force, Contractor shall immediately restore it to original state. Upon completion of Project, building will become the property of Contractor and removed from Project site. The building shall not be less than 150 square feet in floor area with no less than two glass windows and one door. A conference table not less than 3-feet wide and 8-feet long with six chairs, a separate work desk with two chairs, and a filing cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided. Contractor shall provide a suitable heater fired by either natural or LP gas. Contractor shall also provide a suitable refrigerated air cooler. All fuel and electrical power for building shall be provided by Contractor. Contractor shall have a private line phone installed in Engineer's field office for exclusive use of Owner and Engineer. Engineer will be responsible for subsequent monthly use charges. SP-31 PROGRESS MEETINGS A regularly scheduled progress meeting will be held not less than every two weeks and at other times as required by the progress of the work. Contractor, Owner, Engineer, and all Subcontractors active on the site shall be represented. Engineer shall coordinate and preside at the meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review the progress of the work, maintain coordination of efforts, discuss scheduling, and resolve any problems relating to the work. SP-32 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION Owner and Engineer shall be notified in writing at least 72 hours in advance if any water line or fire hydrant will be out of service. 72-hour advance notification shall also be provided prior to performing any work that may close or affect an emergency rescue and firefighting route. SP-33 GEOTECHNICAL INFORMATION A subsurface geotechnical exploration was not conducted for this Project. SP-34 OVERHEAD EQUIPMENT SAFETY Contractor shall strictly comply with all requirements of Occupational Safety and Health Administration (OSHA) — OSHA A26.550 (a) (15) when operating cranes and overhead equipment in the vicinity of overhead power lines. 01271517 SPECIAL PROVISIONS 14 04/22 12/21/2018 AC 150/5370-1OH Item C-100 Contractor Quality Control Program (CQCP) 100-1 General. Quality is more than test results. Quality is the combination of proper materials, testing, workmanship, equipment, inspection, and documentation of the project. Establishing and maintaining a culture of quality is key to achieving a quality project. Contractor shall establish, provide, and maintain an effective Contractor Quality Control Program (CQCP) that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications, and other requirements, whether manufactured by Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, Contractor shall assume full responsibility for accomplishing the stated purpose. Contractor shall establish a CQCP that will: a. Provide qualified personnel to develop and implement the CQCP. b. Provide to produce acceptable quality materials. c. Provide sufficient information to assure that the specification requirements can be met. d. Document the CQCP process. Contractor shall not begin any construction or production of materials to be incorporated into the completed work until CQCP is reviewed and approved by Engineer and until Preconstruction Conference is complete. If CQCP is not submitted and approved by Preconstruction Conference, Notice to Proceed (NTP) will still be issued at the Preconstruction Conference and contract time will commence. Contractor will be able to begin construction on items not pertaining to CQCP. No partial payment will be made for materials subject to specific quality control (QC) requirements if installed before CQCP has been reviewed and approved. QC requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the quality assurance (QA) testing requirements. QA testing requirements are the responsibility of Engineer or Contractor as specified in the specifications. A Quality Control (QC)/Quality Assurance (QA) workshop with Engineer, Resident Project Representative (RPR), Contractor, subcontractors, testing laboratories, and Owner's representative will be held —in conjunction with Preconstruction Conference. QC/QA workshop will be facilitated by Contractor with participation by all required CQCP personnel. Items to be addressed, at a minimum, will include: a. Review of CQCP including submittals, QC Testing, Action & Suspension Limits for Production, Corrective Action Plans, Distribution of QC reports, and Control Charts. b. Discussion of QA program. c. Discussion of QC and QA Organization and authority including coordination and information exchange between QC and QA. d. Establish regular meetings to discuss control of materials, methods, and testing. e. Establishment of the overall QC culture. 100-2 Description of program. a. General description. Contractor shall establish a CQCP to perform QC inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. CQCP shall ensure conformance to applicable specifications and plans with respect to materials, off -site fabrication, workmanship, construction, finish, and functional performance. CQCP shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by Contractor to establish an effective level of QC. Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-1OH b. Contractor Quality Control Program (CQCP). Contractor shall describe CQCP in a written document that shall be reviewed and approved by Engineer prior to Preconstruction Conference;. The written CQCP shall be submitted to the Engineer for review and approval at least 14 calendar days before the Preconstruction Conference. Contractor's CQCP and QC testing laboratory must be approved in writing by RPR prior to the Notice to Proceed (NTP). CQCP shall be organized to address, as a minimum, the following: 1. QC organization and resumes of key staff 2. Project progress schedule 3. Submittal schedule 4. Inspection requirements 5. QC testing plan 6. Documentation of QC activities and distribution of QC reports 7. Requirements for corrective action when QC and/or QA acceptance criteria are not met 8. Material quality and construction means and methods. Address all elements applicable to the project that affect the quality of the pavement structure including subgrade, subbase, base, and surface course. Some elements that must be addressed include, but is not limited to mix design, aggregate grading, stockpile management, mixing and transporting, placing, and finishing, quality control testing and inspection, smoothness, laydown plan, equipment, and temperature management plan. Contractor must add any additional elements to CQCP necessary to adequately control all production/construction processes required by this contract. 100-3 CQCP organization. CQCP shall be implemented by the establishment of a QC organization. An organizational chart shall be developed to show all QC personnel, their authority, and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all QC staff by name and function and shall indicate the total staff required to implement all elements of CQCP, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of CQCP, the personnel assigned shall be subject to the qualification requirements of paragraphs 100- 03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. QC organization shall, as a minimum, consist of the following personnel: a. Program Administrator. Contractor Quality Control Program Administrator (CQCPA) must be a full-time employee of Contractor, or a consultant engaged by Contractor. CQCPA must have a minimum five years of experience in QC pavement construction with prior QC experience on a project of comparable size and scope as the contract. Included in the five years of paving/QC experience, CQCPA must meet at least one of the following requirements: (1) Professional Engineer with one year of airport paving experience. (2) Engineer -in -training with two years of airport paving experience. (3) National Institute for Certification in Engineering Technologies (NICET) Civil Engineering Technology Level IV with three years of airport paving experience. (4) Individual with four years of airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. CQCPA must have full authority to institute any actions necessary for the successful implementation of the CQCP to ensure compliance with the contract plans and technical specifications. CQCPA authority must include the ability to immediately stop production until materials and/or processes are in compliance with contract specifications. CQCPA must report directly to a principal officer of the construction firm. CQCPA Item C-100 Contractor Quality Control Program (CQCP) 2 12/21/2018 AC 150/5370-1OH may supervise the Quality Control Program on more than one project if person can be at the job site within two hours after being notified of a problem. b. QC technicians. Enough QC technicians necessary to adequately implement the CQCP must be provided. These personnel must be Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II in Civil Engineering Technology or higher and have a minimum two years of experience in their area of expertise. QC technicians must report directly to CQCPA and perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by paragraph 100-6. (2) Performance of all QC tests as required by the technical specifications and paragraph100-8. (3) Performance of tests for RPR when required by the technical specifications. Certification at an equivalent level of qualification and experience by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. Contractor shall provide sufficient qualified QC personnel to always monitor each work activity. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. CQCP shall state where different technicians will be required for different work elements. 100-4 Project progress schedule. Critical QC activities must be shown on the project schedule as required by Section 80, paragraph 80-03, Execution and Progress. 100-5 Submittals schedule. Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include as a minimum: a. Specification item number b. Item description c. Description of submittal d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-6 Inspection requirements. QC inspection functions shall be organized to provide inspections for all definable features of work, as detailed herein. All inspections shall be documented by Contractor as specified by paragraph 100-9. Inspections shall be performed as needed to ensure continuing compliance with contract requirements until completion of the particular feature of work. Inspections shall include the following minimum requirements: a. During plant operation for material production, QC test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. CQCP shall detail how these and other QC functions will be accomplished and used. b. During field operations, QC test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. CQCP shall document how these and other QC functions will be accomplished and used. Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-1OH 100-7 Contractor QC testing facility. a. For projects that include Items P-401, P-403, and P-404, Contractor shall ensure facilities, including all necessary equipment, materials, and current reference standards, are provided that meet requirements in the following paragraphs of ASTM D3666, Standard Specification forMinimum Requirements forAgencies Testing and Inspecting Road and Paving Materials: • 8.1.3 Equipment Calibration and Checks; • 8.1.9 Equipment Calibration, Standardization, and Check Records; • 8.1.12 Test Methods and Procedures b. For projects that include P-501, Contractor shall ensure facilities, including all necessary equipment, materials, and current reference standards, are provided that meet requirements in the following paragraphs of ASTM C1077, Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation: • 7 Test Methods and Procedures • 8 Facilities, Equipment, and Supplemental Procedures 100-8 QC testing plan. As a part of the overall CQCP, Contractor shall implement a QC testing plan, as required by the technical specifications. Testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional QC tests that Contractor deems necessary to adequately control production and/or construction processes. QC testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401) b. Item description (e.g., Hot Mix Asphalt Pavements) c. Test type (e.g., gradation, grade, asphalt content) d. Test standard (e.g., ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated) E Responsibility (e.g., plant technician) g. Control requirements (e.g., target, permissible deviations) QC testing plan shall contain a statistically based procedure of random sampling for acquiring test samples per ASTM D3665. RPR shall be provided the opportunity to witness QC sampling and testing. All QC test results shall be documented by Contractor as required by paragraph 100-9. 100-9 Documentation. Contractor shall maintain current QC records of all inspections and tests performed. These records shall include factual evidence that the required QC inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to RPR daily. The records shall cover all work placed after the previously furnished records and shall be verified and signed by the CQCPA. Contractor QC records required for contract shall include but not necessarily limited to: a. Daily inspection reports. Each Contractor QC technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous QC inspections have been performed and shall, as a minimum, include: (1) Technical specification item number and description (2) Compliance with approved submittals (3) Proper storage of materials and equipment Item C-100 Contractor Quality Control Program (CQCP) 4 12/21/2018 AC 150/5370-1OH (4) Proper operation of all equipment (5) Adherence to plans and technical specifications (6) Summary of any necessary corrective actions (7) Safety inspection. (8) Photographs. Daily inspection reports shall identify all QC inspections and tests conducted, results of inspections, location and nature of defects found, rejection causes, and remedial or corrective actions taken or proposed. Daily inspection reports shall be signed by the responsible QC technician and the CQCPA. RPR shall be provided at least one copy of each daily inspection report on the workday following the day of record. When QC inspection and test results are recorded and transmitted electronically, the results must be archived. b. Daily test reports. Contractor shall be responsible for establishing a system that will record all QC test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to RPR prior to the start of the next day's work period. When required by the technical specifications, Contractor shall maintain statistical QC charts. When QC daily test results are recorded and transmitted electronically, the results must be archived. 100-10 Corrective action requirements. CQCP shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. Requirements for corrective action shall include both general requirements for operation of the CQCP, and for individual items of work contained in the technical specifications. CQCP shall detail how the results of QC inspections and tests will be used for determining the need for corrective action and shall contain clear rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by technical specifications, Contractor shall establish and use statistical QC charts for individual QC tests. Requirements for corrective action shall be linked to the control charts. 100-11 Inspection/observations by RPR. All items of material and equipment are subject to inspection/observation by RPR at the point of production, manufacture, or shipment to determine if Contractor, producer, manufacturer, or shipper maintains an adequate QC system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to inspection and/or observation by RPR at the site for the same purpose. Inspection/observations by RPR does not relieve Contractor of performing QC inspections of either on -site or off -site Contractor's or subcontractor's work. 100-12 Noncompliance. a. RPR will provide written notice to Contractor of any noncompliance with their CQCP. After receipt of such notice, Contractor must take corrective action. Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-1OH b. When QC activities do not comply with either CQCP or contract provisions or when Contractor fails to properly operate and maintain an effective CQCP, and no effective corrective actions have been taken after notification of non-compliance, RPR will recommend Owner take the following actions: (1) Order Contractor to replace ineffective or unqualified QC personnel or subcontractors and/or (2) Order Contractor to stop operations until appropriate corrective actions are taken. METHOD OF MEASUREMENT 100-13 Basis of measurement and payment. Contractor Quality Control Program (CQCP) is for the personnel, tests, facilities, and documentation required to implement the CQCP. CQCP will be paid as a lump sum with the following schedule of partial payments: a. With first pay request, 25% with approval of CQCP and completion of the Quality Control (QC)/Quality Assurance (QA) workshop. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 20%. d. When 75% or more of the original contract is earned, an additional 20% e. After final inspection and acceptance of project, the final 10%. BASIS OF PAYMENT 100-14 Payment will be made under: Item C-100 Contractor Quality Control Program (CQCP) REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials END OF ITEM C-100 Item C-100 Contractor Quality Control Program (CQCP) 12/21/2018 AC 150/5370-1OH Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control DESCRIPTION 102-1. This item shall consist of temporary control measures as shown on the plans or as ordered by Resident Project Representative (RPR) during the life of a contract to control pollution of air and water, soil erosion, and siltation using silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. Temporary erosion control shall be in accordance with the approved erosion control plan; the approved Construction Safety and Phasing Plan (CSPP) and, AC 150/5370-2, Operational Safety on Airports During Construction. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be designed, installed, and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public -use airports. MATERIALS 102-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T-901 shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 102-2.2 Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials per Item T-908. Mulches shall not create a wildlife attractant. 102-2.3 Fertilizer. Fertilizer shall be a standard commercial grade and shall conform to all federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 102-2.4 Slope drains. Slope drains may be constructed of pipe, fiber mats, rubble, concrete, asphalt, or other materials that will adequately control erosion. 102-2.5 Silt fence. Silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461. 102-2.6 Other. All other materials shall meet commercial grade standards and shall be approved by RPR before being incorporated into the project. CONSTRUCTION REQUIREMENTS 102-3.1 General. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 12/21/2018 AC 150/5370-1OH Contractor shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 102-3.2 Schedule. Prior to the start of construction, Contractor shall submit schedules in accordance with the approved Construction Safety and Phasing Plan (CSPP) and the plans for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures at watercourses. Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by RPR. 102-3.3 Construction details. Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the plans and approved CSPP. Except where future construction operations will damage slopes, Contractor shall perform permanent seeding, mulching, and other specified slope protection work in stages as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices but are not associated with permanent control features on the project. Where erosion may be a problem, schedule and perform clearing and grubbing operations so that grading operations and permanent erosion control features can follow immediately if project conditions permit. Temporary erosion control measures are required if permanent measures cannot immediately follow grading operations. RPR shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by RPR. Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by RPR. If temporary erosion and pollution control measures are required due to Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by RPR, the work shall be performed by Contractor and the cost shall be incidental to this item. RPR may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. Erosion control features installed by Contractor shall be maintained by Contractor during construction. Provide temporary structures whenever construction equipment must cross watercourses at frequent intervals. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. 102-3.4 Installation, maintenance, and removal of silt fence. Silt fences shall extend a minimum of 16 inches and a maximum of 34 inches above the ground surface. Posts shall be set no more than 10 feet center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12-inch overlap and securely sealed. A trench shall be excavated approximately 4 inches deep by 4 inches wide on the upslope side of the silt fence. Trench shall be backfilled, and the soil compacted over the silt fence fabric. Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of RPR. Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 2 12/21/2018 AC 150/5370-1OH METHOD OF MEASUREMENT 102-4.1 Temporary erosion and pollution control work required will be performed as scheduled or directed by RPR. Completed and accepted work will be measured per lump sum. This price shall be full compensation for costs associated with preparation, administration, and superintendence of the SWPPP, furnishing all materials, labor, tools, and equipment, and for any fees required by the regulating agency 102-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of Contractor. I:M"M KKI7 2 7\•/0 104►I I 102-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by RPR and measured as provided in paragraph 102-4.1 will be paid for under: Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control per lump sum under progress payments by dividing total lump sum price by number of months to final completion. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports AC 150/5370-2 Operational Safety on Airports During Construction ASTM International (ASTM) ASTM D6461 Standard Specification for Silt Fence Materials United States Department of Agriculture (USDA) FAA/USDA Wildlife Hazard Management at Airports, A Manual for Airport Personnel END OF ITEM C-102 Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 12/21/2018 AC 150/5370-1OH Item C-105 Mobilization 105-1 Description. This item of work shall consist of, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-2 Mobilization limit. Mobilization shall be limited to 8 percent of the total project cost. 105-3 Posted notices. Prior to commencement of construction activities, the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by Owner. 105-4 Engineer/RPR field office. Contractor shall provide dedicated space for the use of the field RPR and inspectors, as a field office for the duration of the project. This space shall be located conveniently near the construction and shall be separate from any space used by Contractor. Contractor shall furnish water, sanitary facilities, heat, air conditioning, and electricity in accordance with local building codes METHOD OF MEASUREMENT 105-5 Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, staging area clean-up and delivery of all Project Closeout materials as required by Section 90, paragraph 90-11, Contractor Final Project Documentation, the final 10%. 105-6 Payment will be made under: Item C-105 Mobilization BASIS OF PAYMENT REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Executive Order 11246, as amended EEOC-P/E-1 — Equal Employment Opportunity is the Law Poster WH 1321 — Employee Rights under the Davis -Bacon Act Poster END OF ITEM C-105 Item C-105 Mobilization 12/21/2018 AC 150/5370-1OH Item P-101 Preparation/Removal of Existing Pavements DESCRIPTION 101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable plans. EQUIPMENT AND MATERIALS 101-2 All equipment and materials shall be specified here and in the following paragraphs or approved by Resident Project Representative (RPR). The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 Removal of existing pavement. Not Used. 101-3.2 Preparation of joints. Remove all vegetation and debris from joints to a minimum depth of 1 inch. If extensive vegetation exists, treat the specific area with a concentrated solution of a water -based herbicide approved by Engineer. Fill all joints with sealant per Item P-605, ASTM 5893, or Item P-604, and as indicated in the plan set. To minimize contamination of the concrete with the sealant, underfill the crack sealant a minimum of 1/8 inch, not to exceed 1/4 inch. Any excess joint sealant shall be removed from the pavement surface. 101-3.3 Removal of foreign substances/contaminates prior to application of joint sealant. Removal of foreign substances/contaminates from existing pavement that will affect the bond of the new treatment shall consist of removal of rubber, fuel spills, oil, crack sealer, at least 90% of paint, and other foreign substances from the surface of the pavement. Areas that require removal are designated on the plans and as directed by RPR in the field during construction. Chemicals, high-pressure water, sawcutting, or sandblasting may be used. If chemicals are used, they shall comply with the state's environmental protection regulations. Removal methods used shall not cause major damage to the pavement, or to any structure or utility within or adjacent to the work area. Major damage is defined as changing the properties of the pavement, removal of asphalt causing the aggregate to ravel, or removing pavement over 1/8 inch deep. If it is deemed by RPR that damage to the existing pavement is caused by operational error, such as permitting the application method to dwell in one location for too long, the Contractor shall repair the damaged area without compensation and as directed by RPR. Removal of foreign substances shall not proceed until approved by RPR. Water used for high-pressure water equipment shall be provided by Contractor at Contractor expense. No material shall be deposited on the pavement shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. 101-3.4 Concrete spall or failed concrete pavement repair. a. Contractor shall repair all spalled concrete as shown on the plans or as directed by RPR. The perimeter of the repair shall be saw cut a minimum of 2 inches outside the affected area or to "sound" Item P-101 Preparation/Removal of Existing Pavements 12/21/2018 AC 150/5370-1OH concrete, 2 inches deep or to a depth necessary to reach sound concrete. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. Acceptable concrete spall repair products include: 1. HD50 Concrete repair material by Dayton Superior, or equal. 2. Delpatch' elastomeric concrete, two-part polyurethane patching material, or equal. Aggregate will likely be mixed with each product for added strength and performance. Install selected and approved product in accordance with manufacturer recommendations for geographic location. b. Asphalt pavement repair. Not used. 101-3.5 Cold milling. Not used. 101-3.7 Maintenance. Not used. 101-3.8 Preparation of joints in rigid pavement prior to resealing. Prior to application of sealant material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound, moisture, and other foreign matter. Contractor shall demonstrate, in the presence of RPR, that the method used cleans the joint and does not damage the joint. 101-3.8.1 Removal of existing joint sealant. All existing joint sealants will be removed by plowing or use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or other tools as necessary. Resaw joints removing no more than 1/16 inch from each joint face. Immediately after sawing, flush out joint with water and other tools as necessary to completely remove the slurry. 101-3.8.2 Cleaning prior to sealing. Immediately before sealing, joints shall be cleaned by removing any remaining laitance and other foreign material. Removed area shall be cleaned with compressed air or high- pressure water and primed as recommended by manufacturer. Preserve integrity of the neighboring joint as detailed in plan set. Allow sufficient time to dry out joints prior to sealing. Joint surfaces will be surface - dry prior to installation of sealant. 101-3.8.3 Joint sealant. Joint material and installation will be in accordance with Item P-605 or P-604 as detailed in the plan set. 101-3.9 Preparation of cracks in flexible pavement prior to sealing. Not used. 101-3.9.1 Preparation of crack. Not used. 101-3.9.2 Removal of existing crack sealant. Not used. 101-3.9.3 Crack sealant. Not used. 101-3.9.4 Removal of pipe and other buried structures. Not used. METHOD OF MEASUREMENT 101-4.1 Joint Beveling. Unit of measurement for joint beveling shall be number of linear feet of joint. 101-4.2 Concrete Pavement Spall Repair. Unit of measurement for spall repair shall be square foot. BASIS OF PAYMENT 101-5.1 Payment. Payment shall be made at contract unit price for unit of measurement as specified herein. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Item P 101-5.1 Joint Beveling for Existing Concrete Joints, per linear foot. Item P 101-5.2 Concrete Pavement Spall Repair (including materials regardless of depth), complete per square foot. Item P-101 Preparation/Removal of Existing Pavements 2 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements. ASTM International (ASTM) ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements END OF ITEM P-101 Item P-101 Preparation/Removal of Existing Pavements 12/21/2018 AC 150/5370-1OH Item P-153 Controlled Low -Strength Material (CLSM) DESCRIPTION 153-1.1 This item consists of furnishing, transporting, and placing controlled low -strength material (CLSM) as flowable backfill in trenches or as shown on Plans or directed by Resident Project Representative (RPR). MATERIALS 153-2.1 Materials. a. Cement. Cement shall conform to requirements of ASTM C 150 Type I or II. b. Fly ash. Fly ash shall conform to ASTM C618, Class C or F. c. Fine aggregate (sand). Fine aggregate shall conform to requirements of ASTM C33 except for aggregate gradation. Any aggregate gradation which produces the specified performance characteristics of CLSM and meets the following requirements, will be accepted: Sieve Size Percent Passing by weight 3/4 inch 100 No. 200 0 - 12 d. Water. Water used in mixing or curing shall be from potable water sources. Other sources shall be tested in accordance with ASTM C 1602 prior to use. MIX DESIGN 153-3.1 Proportions. Contractor shall submit to RPR a mix design including the proportions and source of aggregate, fly ash, cement, water, and approved admixtures. No CLSM mixture shall be produced for payment until RPR has given written approval of proportions. Proportions shall be prepared by a laboratory and shall remain in effect for Project duration. Proportions shall establish a single percentage or weight for aggregate, fly ash, cement, water, and any admixtures proposed. Laboratory costs are incidental to this item. a. Compressive strength. CLSM shall be designed to achieve a 28-day compressive strength of 100-200 psi when tested in accordance with ASTM D4832, with no significant strength gain after 28 days. b. Consistency. Design CLSM to achieve a consistency that will produce an approximate 8-inch- diameter circular -type spread without segregation. CLSM consistency determined per ASTM D6103. CONSTRUCTION METHODS 153-4.1 Placement. a. Placement. CLSM may be placed by any reasonable means from the mixing unit into the space to be filled. Agitation is required during transportation and waiting time. Placement shall be performed so structures or pipes are not displaced from their final position and intrusion of CLSM into unwanted areas is avoided. Material shall be brought up uniformly to the fill line shown on plans or as directed by RPR. Item P-153 Controlled Low -Strength Material (CLSM) 12/21/2018 AC 150/5370-1OH Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in more than one lift, base lift shall be free of surface water and loose foreign material prior to placement of the next lift. b. Contractor Quality Control. Contractor shall collect all batch tickets to verify CLSM delivered to Project conforms to mix design. Contractor to daily verify CLSM is consistent with 153-3.1 a and. lb. Adjust as necessary to proportions and materials needed. Contractor shall provide all batch tickets to RPR. c. Limitations of placement. CLSM shall not be placed on frozen ground. Mixing and placing may begin when air/ground temperature is at least 357 and rising. Mixing and placement shall stop when air temperature is 407 and falling or anticipated air/ground temperature will be 35°F or less in the 24-hour period following proposed placement. At placement, CLSM shall have a temperature of at least 40°F. 153-4.2 Curing and protection a. Curing. Maintain air in contact with CLSM above freezing temperatures for 72 hours minimum. If CLSM is subjected to temperatures below 32°F, RPR may reject material if damage to material is observed. b. Protection. CLSM shall not be subject to loads and shall remain undisturbed by construction activities for 48 hours or until a compressive strength of 15 psi is obtained. Contractor responsible for providing evidence to RPR that material reached the desired strength. Acceptable evidence shall be based upon compressive tests made in accordance with paragraph 153-3.Ia. 153-4.3 Quality Assurance (QA) Acceptance. CLSM QA acceptance shall be based upon batch tickets provided by Contractor to RPR to confirm delivered material conforms to mix design. METHOD OF MEASUREMENT 153-5.1 Measurement. No separate measurement for payment shall be made for controlled low strength material (CLSM). CLSM shall be considered necessary and incidental to the work of this Contract. BASIS OF PAYMENT 153-6.1 Payment. No payment will be made separately or directly for controlled low strength material (CLSM). CLSM shall be considered necessary and incidental to the work of this Contract. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM C33 Standard Specification for Concrete Aggregates ASTM C150 Standard Specification for Portland Cement ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C 1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D4832 Standard Test Method for Preparation and Testing of Controlled Low - Strength Material (CLSM) Test Cylinders ASTM D6103 Flow Consistency of Controlled Low Strength Material (CLSM) END OF ITEM P-153 Item P-153 Controlled Low -Strength Material (CLSM) 2 12/21/2018 AC 150/5370-1OH Item P-604 Compression Joint Seals for Concrete Pavements DESCRIPTION 604-1.1 Item includes preformed polychloroprene compression seals used for rigid pavement joint seal. MATERIALS 604-2.1 Compression seals. Compression joint seal materials shall be a vulcanized elastomeric compound using polychloroprene as the only base polymer. Material and manufactured seal shall conform to ASTM D2628 and Corps of Engineers Concrete Research Division (CRD) C548 where jet fuel/heat blast resistance is required. Joint seal shall be a labyrinth type seal. Uncompressed depth of the face of the compression seal (bonded to joint wall) shall be greater than uncompressed width of seal, except for seals 1 inch or greater in width, depth need be only 1 inch or greater. Actual width of uncompressed seal shall be as recommended by joint seal manufacturer for type and width of joints shown on plans. Seal tolerance shall be +1/8 or -1/16 inch, below top of pavement surface or bottom of groove for grooved pavement. Contractor shall field verify with manufacturer before ordering material. Contractor shall provide a copy of manufacturer's Certificate of Analysis (COA) for joint seal material delivered to project. COA shall be provided to and approved by Engineer before material is installed. Furnishing vendor's certified test report shall not be interpreted as a basis for final acceptance. Manufacturer's COA may be subject to verification by testing material delivered for use on project. Inspect materials delivered to job site for defects then unload and store with minimal handling to avoid damage. Storage facilities shall be provided at job site to protect materials from weather and maintain materials at temperatures recommended by manufacturer. Representative sample of joint seal material will be sampled and retained by Engineer for possible testing. 604-2.2 Lubricant/adhesive. Lubricant/adhesive used for compression elastomeric joint seal shall be a one -component compound conforming to ASTM D2835. CONSTRUCTION METHODS 604-3.1 Equipment. Machines, tools, and equipment used in performance of work required herein shall be approved by Engineer before work starts and always maintained by Contractor in satisfactory condition. a. Joint cleaning equipment. (1) Concrete saw. A self-propelled power saw with water-cooled diamond saw blades shall be provided for cutting joints to depths and widths specified and for removing filler, existing old joint seal or other material embedded in the joints or adhered to joint faces. (2) Waterblasting equipment. Waterblasting equipment shall include a trailer -mounted water tank, pumps, high-pressure hose, a wand with safety release cutoff controls, nozzle, and auxiliary water resupply equipment. Water tank and auxiliary water resupply equipment shall be sufficient capacity to permit continuous operations. Pumps, hoses, wand, and nozzle shall be sufficient capacity to permit cleaning of both walls of joint and pavement surface for a width of at least 1/2 inch on either side of joint. Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018 AC 150/5370-1OH Pump shall supply a pressure of at least 3,000 psi. Pressure gauge mounted at pump shall always show pressure in pounds per square inch (psi) at which the equipment is operating. (3) Sandblasting equipment. Sandblasting equipment shall include an air compressor, hose, and a long -wearing venturi-type nozzle of proper size, shape, and opening. Maximum nozzle opening should not exceed 1/4 inch. Air compressor shall be portable and able to furnish no less than 150 cubic feet per minute and maintain a line pressure not less than 90 psi at nozzle while in use. Compressor shall be equipped with traps to maintain compressed air free of oil and water. Nozzle shall have adjustable guide to hold nozzle aligned with joint about 1 inch above pavement surface and direct blast to clean joint walls. Height, angle of inclination, and size of nozzle shall be adjusted as necessary to ensure satisfactory results. b. Sealing equipment. Equipment used to install compression seal shall place compression seal to prescribed depths within specified tolerances without cutting, nicking, twisting, or otherwise damaging seal. Equipment shall not stretch or compress seal more than 2% longitudinally during installation. Machine shall be automatic self-propelled joint seal application equipment and engine powered. Machine shall include reservoir for lubricant/adhesive, device for conveying lubricant/adhesive in proper quantities to sides the preformed seal or sidewalls of joint, reel able to hold one full spool of compression seal, and power -driven apparatus for feeding joint seal through a compression device and inserting seal into joint. Equipment shall also include a guide to maintain proper course along joint being sealed. Machine shall always be operated by an experienced operator. Hand -operated joint seal application equipment may be used for localized areas and for projects less than 500 square yards. Equipment shall be a two -axle, four-wheel machine to include means for compressing and inserting compression seal into joint and reel able to hold one full spool of compression seal material. CONSTRUCTION METHODS 604-4.1 Environmental conditions. Ambient temperature and pavement temperature within joint wall shall be at least 350F and rising at materials installation. Sealant application not permitted if moisture or any foreign material is observed in joint. 604-4.2 Trial joint seal and lubricant/adhesive installation. Before cleaning and sealing joints for entire project, prepare a control strip at least 200 feet long where designated by RPR using specified materials and approved equipment, to demonstrate materials and construction processes for joint preparation and sealing all types of joints included in project. Do not seal other joints until RPR approves test installation. If materials or installation do not meet requirements, remove materials, clean joints, and perform a new trial joint seal installation at Contractor expense. Incorporate RPR-approved trial section into permanent work. 604-4.3 Preparation of joints. Immediately before installing compression joint seal, thoroughly clean joints to remove all laitance, filler, existing sealer, foreign material, and protrusions of hardened concrete from sides and upper edges of joint space to be sealed. Cleaning shall extend along pavement surfaces at least 1/2 inch on either side of joint. After final cleaning and immediately before sealing, blow out joints with compressed air and leave free of debris and water. Any irregularity in joint face that would prevent uniform contact between joint seal and face shall be corrected prior to the installation of the joint seal. a. Sawing. Joints shall be sawed to clean and open them to full specified width and depth. Immediately following sawing operation, joint faces and opening shall be thoroughly cleaned using a water jet to remove all saw cuttings or debris remaining on faces or in joint opening. Compression seal shall be installed within three calendar days of time joint cavity is sawed. Depth of joint cavity shall be in accordance with manufacturer instructions. Submit printed copies of manufacturer instructions 30 days before use on project. Saw cut for joint seal cavity shall at all locations be centered over joint line. Nominal width of sawed joint seal cavity shall be as follows (actual width shall be within a tolerance of f1/16 inch): Item P-604 Compression Joint Seals for Concrete Pavements 2 12/21/2018 AC 150/5370-1OH (1) If a nominal 13/16-inch-wide compression seal is furnished, nominal width of saw cut shall be 8/16 inch when pavement temperature at time of sawing is 30-11WE If pavement temperature at time of sawing is above this range, nominal width of saw cut shall be decreased 1/16 inch. If pavement temperature at time of sawing is below this range, nominal width of the saw cut shall be increased 1/16 inch. (2) If nominal 1-inch-wide compression seal furnished, nominal width of saw cut shall be 9/16 inch when pavement temperature at time of sawing is 30-1707. If pavement temperature at time of sawing is above this range, nominal width of saw cut shall be decreased 1/16 inch. If pavement temperature at time of sawing is below this range, nominal width of saw cut shall be increased l/16 inch. (3) Measure and record pavement temperature in RPR presence. Measure each day before sawing and any other time during the day when temperature appears to be moving out of allowable sawing range. b. Waterblast cleaning. Concrete joint faces and pavement surfaces extending at least 1/2 inch from joint edges shall be waterblasted clean. A multiple pass technique shall be used until surfaces are free of dust, dirt, curing compound, or any residue that might prevent ready insertion or uniform contact of seal and bonding of lubricant/adhesive to concrete. After final cleaning and immediately prior to sealing, joints shall be blown out with compressed air and left completely free of debris and water. c. Sandblast cleaning. Concrete joint faces and pavement surfaces extending at least 1/2 inch from joint edges shall be sandblasted clean. A multiple pass technique shall be used until surfaces are free of dust, dirt, curing compound, or any residue that might prevent ready insertion or uniform contact of seal and bonding of lubricant/adhesive to concrete. After final cleaning and immediately prior to sealing, joints shall be blown out with compressed air and left completely free of debris and water. d. Rate of progress. Cleaning joint faces shall be limited to linear footage of joint sealed during the same workday. 604-4.4 Installation of the compression seal. a. Time of installation. Joints shall be sealed within three calendar days of sawing joint seal cavity and final cleaning of joint walls, or a temporary seal installed to prevent infiltration of foreign material. If rain interrupts sealing operations, joints shall be washed, cleaned with air and be dry before proceeding with installing lubricant/adhesive and compression seal. b. Installation Sequence. Seal longitudinal joints first, then transverse joints. Transverse joint seals will be continuous from edge -to -edge of pavement. Intersections shall be made monolithic by use of joint seal adhesive. Take care in fitting intersection parts together. Remove and replace seals which do not reach an intersection with new seal as RPR directs and at Contractor expense. Seal extender pieces shall not be used at intersections. c. Sealing joints. Cover sides of joint seal or sides of joint with a coating of lubricant/adhesive and seal installed as specified. Coat butt joints and seal intersections with liberal applications of lubricant/adhesive. Lubricant/adhesive spilled on pavement shall be removed immediately to prevent setting on the pavement. Place joint seal at a uniform depth within tolerances specified. Place compression joint seal to a 3/16-inch depth, f1/8 inch, below pavement surface or depth of groove, unless otherwise directed by RPR. Install seal in longest practicable lengths in longitudinal joints and cut at joint intersections to provide continuous installation of seal in transverse joints. Install joint seal in upright position, free from twisting, distortion, and cuts. If stretch of installed joint seal exceeds 1%, adjust to installation equipment and procedure. Stretch of installed joint seals exceeding 2% stretch shall be removed and replaced. After installation of longitudinal joint seals, it shall set for one hour minimum before cutting seal at joint intersections. For all transverse joints, minimum length of preformed joint seal shall be pavement width from edge to edge. Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018 AC 150/5370-1OH 604-4.5 Clean-up. Upon Project completion, remove all unused materials from site, remove all lubricant/adhesive on pavement surface, and leave pavement. 604-4.6 Quality Control and Quality Assurance. a. Quality Control. Inspect application equipment to assure uniform application of lubricant/adhesive to sides of compression joint seal or walls of joint. Equipment causing cutting, twisting, nicking, excessive stretching or compressing of compression seal, or improper application of lubricant/adhesive, shall not be used until causes of deficiencies are determined and corrected by Contractor. Contractor shall inspect seal once per 400 feet of seal minimum for compliance to shrinkage or compression requirements. Measure at same interval to determine conformance with depth and width installation requirements. b. Quality Assurance. RPR to approve cleaned joints before installing lubricant/adhesive and compression joint seal. RPR to determine conformance to stretching and compression limitations using these procedures: (1) Mark top surface of compression seal at 1-foot intervals in a clear and durable manner to enable length determinations of seal. (2) After installation, distance between marks on seal shall be measured by Contractor. (3) If stretching or compression exceeds specified limit, remove seal and replace with new joint seal at Contractor expense. Seal shall be removed up to last correct measurement. 604-4.7 Acceptance. RPR shall inspect joint sealing system (compression seal and lubricant/adhesive) for proper rate of cure and bonding to concrete, cuts, twists, nicks, and other deficiencies. Remove seals exhibiting any defects prior to final acceptance of project from joint, waste, and replace with new material in a satisfactory manner, at Contractor expense, as determined by RPR. METHOD OF MEASUREMENT 604-5.1 Measurement. The quantity of compression joint seals (all widths) installed and accepted, will be determined by linear feet of in -place material that has been approved. BASIS OF PAYMENT 604-6.1 Payment. Payment will be made at the contract unit bid prices per linear foot for the compression joint seals. The unit bid prices shall include the cost of all labor, materials, the use of all equipment, and tools required to prepare joint and complete the work. Item P-604-6.1 Compression Joint Seal for Existing Concrete Pavements (1-inch seal in 5/8-inch joint), including removal, cleaning, sawcut, preparing joint reservoir, seal installation, and sliver spall repair. Item P-604-6.2 Compression Joint Seal for Existing Concrete Pavements (1 1/4-inch seal in 3/4-inch joint), including removal, cleaning, sawcut, preparing joint reservoir, seal installation, and sliver spall repair. Item P-604 Compression Joint Seals for Concrete Pavements 4 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D2628 Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements ASTM D2835 Standard Specification for Lubricant for Installation of Preformed Compression Seals in Concrete Pavements Corps of Engineers CRD C548 Standard Specification for Jet -Fuel and Heat Resistant Preformed Polychloroprene Elastomeric Joint Seals for Rigid Pavements Unified Facilities Criteria (UFC) UFC 3-250-08FA Standard Practice for Sealing Joints and Cracks in Rigid and Flexible Pavements END ITEM P-604 Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018 AC 150/5370-1OH Item P-605 Joint Sealants for Pavements DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material capable of effectively sealing joints in pavement; joints between different types of pavements; and cracks in existing pavement. This item shall include sawing, cleaning, and preparing the joint before application of joint sealing materials. MATERIALS 605-2.1 Joint sealants. Joint sealant materials shall meet the requirements of ASTM D5893 Standard Specification for Cold -Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements, may be used for joints in Portland Cement Concrete. Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the sealant meets the requirements of this specification. 605-2.2 Backer rod. The material furnished shall be a compressible, non -shrinking, non -staining, non - absorbing material that is non -reactive with the joint sealant in accordance with ASTM D5249. The backer - rod material shall be 25 f5% larger in diameter than the nominal width of the joint. 605-2.3 Bond breaking tapes. Provide a bond breaking tape or separating material that is a flexible, non- shrinkable, non -absorbing, non -staining, and non -reacting adhesive -backed tape. The material shall have a melting point at least 5°F greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The bond breaker tape shall be approximately 1/8 inch wider than the nominal width of the joint and shall not bond to the joint sealant. CONSTRUCTION METHODS 605-3.1 Time of application. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50°F and rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in the joint. 605-3.2 Equipment. Machines, tools, and equipment used in work performance required herein shall always be approved before work is started and maintained in satisfactory condition. Submit a list of proposed equipment used in performance of construction work including descriptive data, 10 days prior to use on the project. a. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified. b. Sandblasting equipment. Sand blasting equipment includes air compressor, hose, and long -wearing venturi-type nozzle of proper size, shape, and opening. Maximum nozzle opening should not exceed 1/4 inch. Air compressor shall be portable and furnish not less than 150 cubic feet per minute, maintaining a line pressure not less than 90 psi at nozzle while in use. Compressor shall be equipped with traps to Item P-605 Joint Sealants for Pavements 12/21/2018 AC 150/5370-1OH maintain compressed air free of oil and water. Nozzle shall have an adjustable guide to hold nozzle aligned with joint about 1 inch above pavement surface and direct blast to clean joint walls. Height, angle of inclination, and size of nozzle shall be adjusted as necessary to ensure satisfactory results. Contractor must demonstrate sandblasting equipment including the air compressor, hose, guide, and nozzle size, under job conditions, before approval in accordance with paragraph 605-3.3. Contractor shall demonstrate, in RPR presence, method cleans and does not damage joint. c. Waterblasting equipment. Waterblasting equipment includes trailer -mounted water tank, pumps, high-pressure hose, wand with safety release cutoff controls, nozzle, and auxiliary water resupply equipment. Water tank and auxiliary water resupply equipment shall be sufficient capacity to permit continuous operations. Pumps, hoses, wand, and nozzle shall be sufficient capacity to permit cleaning both walls of joint and pavement surface at least 1/2 inch on either side of joint. Pump shall supply pressure at least 3,000 psi. Pressure gauge mounted at pump shall always show pressure in psi at which equipment is operating. Contractor must demonstrate waterblasting equipment including pumps, hose, guide, and nozzle size, under job conditions, before approval in accordance with paragraph 605-3.3. Contractor shall demonstrate, in RPR presence, method cleans and does not damage joint. d. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing/cleaning crack faces. Carefully evaluate hand tools for potential spalling effects before approval for use. e. Hot -poured sealing equipment. Unit applicators used for heating and installing ASTM D6690 joint sealant materials shall be mobile and equipped with a double -boiler, agitator -type kettle with an oil medium in outer space for heat transfer; a direct -connected pressure -type extruding device with a nozzle shaped for inserting in joint to be filled; positive temperature devices for controlling temperature of transfer oil and sealant; and a recording type thermometer for indicating sealant temperature. Applicator unit shall be designed so sealant will circulate through the delivery hose and return to the inner kettle when not in use. g. Cold -applied, single -component sealing equipment. Equipment for installing ASTM D5893 single component joint sealants shall consist of extrusion pump, air compressor, following plate, hoses, and nozzle for transferring sealant from storage container into joint opening. Nozzle dimension shall be so tip of nozzle will extend into joint to allow sealing from bottom of joint to top. Maintain initially approved equipment in good working condition, serviced in accordance with supplier instructions, and unaltered in any way without obtaining prior approval. Small hand-held air -powered equipment (caulking guns, etc.) may be used for small applications. 605-3.3 Preparation of joints. Pavement joints for application of material herein must be dry, clean of all scale, dirt, dust, curing compound, and other foreign matter. Contractor shall demonstrate, in RPR presence, method cleans and does not damage joint. a. Sawing. All joints shall be sawed in accordance with Specifications and Plan details. Immediately after sawing joint, resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. b. Sealing. Immediately before sealing, joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant, and other foreign material from sides and upper edges of joint space to be sealed. Clean by sandblasting, concrete saw, or waterblaster as specified in paragraph 605-3.2. Newly exposed concrete joint faces and pavement surface extending a minimum of 1/2 inch from joint edge shall be sandblasted clean. Sandblast in minimum of two passes. One pass per joint face with nozzle held at an angle directly toward joint face and no more than 3 inches from it. After final cleaning and immediately prior to sealing, blow out joints with compressed air and leave completely free of debris and water. The joint faces shall be surface dry when the seal is applied. c. Backer Rod. When joint opening is of a greater depth than indicated for sealant depth, plug or seal off lower portion of joint opening using a backer rod per paragraph 605-2.2 to prevent entrance of sealant Item P-605 Joint Sealants for Pavements 2 12/21/2018 AC 150/5370-1OH below specified depth. Ensure backer rod is placed at specified depth and not stretched or twisted during installation. d. Bond -breaking tape. Where inserts or filler materials contain bitumen, or depth of joint opening does not allow for use of a backup material, insert a bond -separating tape breaker per paragraph 605-2.3 to prevent incompatibility with filler materials and three -sided adhesion of sealant. Securely bond tape to bottom of joint opening so it will not float up into new sealant. 605-3.4 Installation of sealants. Inspect joints for proper width, depth, alignment, preparation, and approved by RPR before sealing is allowed. Install sealants per the following requirements: Immediately preceding, but not more than 50 feet ahead of j oint sealing operations, perform a final cleaning with compressed air. Install backer rod. Fill joints from bottom up to 1/8 f 1/16 inch below top of pavement surface, or bottom of groove for grooved pavement. Top surface of cured sealant shall be 1/8 below surface of pavement. Remove and discard excess or spilled sealant from pavement by approved methods. Install sealant to prevent formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by RPR. When primer is recommended by manufacturer, apply evenly to joint faces per manufacturer instructions. Check joints frequently to ensure newly installed sealant is cured to a tack -free condition within time specified. 605-3.5 Inspection. Contractor shall inspect joint sealant for proper rate of cure and set, bonding to joint walls, cohesive separation within sealant, reversion to liquid, entrapped air, and voids. Sealants exhibiting any of these deficiencies at any time before final acceptance of project shall be removed from joint, wasted, and replaced as specified at no additional cost to airport. 605-3.6 Clean-up. Upon Project completion , remove all unused materials and debris from site to an approved place of disposal and leave pavement clean. Areas disturbed during construction shall be raked or graded as required and left clean and neat. Entire premises of work shall be left clean, satisfactory to RPR, and all costs of cleanup included in contract unit prices for items of work involved. METHOD OF MEASUREMENT 605-4.1 Joint sealant material used to seal joints in concrete pavement shall be measured by linear foot of sealant in place completed and accepted. BASIS OF PAYMENT 605-5.1 Payment for joint sealing material shall be made at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials, for all preparation of the joint, delivering, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-605-5.1 Silicone Joint Seal in Existing Concrete Pavement, 1/2- to 5/8-inch seal, includes removal, cleaning, sawcut and preparing existing joint reservoir, complete, per linear foot Item P-605-5.2 Silicone Joint Seal along Pavement Shoulder, includes removal, cleaning, sawcut, and preparing existing joint reservoir, complete, per linear foot Item P-605 Joint Sealants for Pavements 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D789 Standard Test Method for Determination of Relative Viscosity of Polyamide (PA) ASTM D5249 Standard Specification for Backer Material for Use with Cold- and Hot - Applied Joint Sealants in Portland -Cement Concrete and Asphalt Joints ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt ASTM D7116 Standard Specification for Joint Sealants, Hot Applied, Jet Fuel Resistant Types for Portland Cement Concrete Pavements Advisory Circulars (AC) AC 150/5340-30 Design and Installation Details for Airport Visual Aids END ITEM P-605 Item P-605 Joint Sealants for Pavements 4 12/21/2018 AC 150/5370-1OH Item P-610 Concrete for Miscellaneous Structures DESCRIPTION 610-1.1 This item shall consist of concrete and reinforcement, as shown on the plans, prepared, and constructed in accordance with these specifications. This specification shall be used for all concrete other than airfield pavement which are cast -in -place. MATERIALS 610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them. The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. Reactivity. Fine aggregate and coarse aggregates used in all concrete shall be tested separately within six months of project in accordance with ASTM C1260. Test results shall be submitted to Engineer. Aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.08% at 14 days (16 days from casting). If the expansion either or both test specimen is greater than 0.08% at 14 days, but less than 0.20%, a minimum of 25% of Type F fly ash. If expansion is greater than 0.20% the aggregates shall not be used, and test results for other aggregates must be submitted for evaluation. 610-2.2 Coarse aggregate. The coarse aggregate for concrete shall meet requirements of ASTM C33 and Table 4, Class Designation 5S; and grading requirements shown, as required for the project. Coarse Aggregate Grading Requirements Maximum Aggregate Size ASTM C33, Table 3 Grading Requirements (Size No.) 1 1/2 inch 467 or 4 and 67 1 inch 57 1/4 inch 67 '/Z inch 7 610-2.2.1 Coarse Aggregate susceptibility to durability (D) cracking. Not used. 610-2.3 Fine aggregate. Fine aggregate for concrete shall meet all requirements of ASTM C33. 610-2.4 Cement. Cement shall conform to requirements of ASTM C 150 Type I or II. Item P-610 Concrete for Miscellaneous Structures 12/21/2018 AC 150/5370-1OH 610-2.5 Cementitious materials. a. Fly ash. Fly ash shall meet requirements of ASTM C618, except loss of ignition, where maximum shall be less than 6%. Fly ash shall have a Calcium Oxide (CaO) content of less than 15% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. Contractor shall furnish previous three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in concrete mix and shall furnish each additional report as they become available during Project. Reports can be used for acceptance or material may be tested independently by Engineer. b. Slag cement (ground granulated blast furnace (GGBF)). Not used. 610-2.6 Water. Water used in mixing or curing shall be from potable water sources. Other sources shall be tested in accordance with ASTM C 1602 prior to use. 610-2.7 Admixtures. Contractor shall submit certificates indicating material furnished meets all requirements indicated. In addition, Engineer may require Contractor to submit complete test data from an approved laboratory showing material furnished meets all requirements of cited specifications. Subsequent tests may be made of samples taken by Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -entraining admixtures. Air -entraining admixtures shall meet requirements of ASTM C260 and consistently entrain air content in specified ranges under field conditions. Air -entrainment agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other chemical admixtures. Engineer shall approve use of set retarding and set -accelerating admixtures. Retarding shall meet requirements of ASTM C494, Type A, B, or D and set accelerating shall meet requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. 610-2.8 Premolded joint material. Premolded joint material for expansion joints shall meet requirements of ASTM D 1751. 610-2.9 Joint filler. Filler for joints shall meet requirements of Item P-605, unless otherwise specified. 610-2.10 Steel reinforcement. Reinforcing shall consist of deformed bars conforming to requirements of ASTM A615, Grade 60. 610-2.11 Materials for curing concrete. Curing materials shall conform to White -Pigmented Liquid Membrane -Forming Compound, Type 2, Class B in accordance with ASTM C309. CONSTRUCTION METHODS 610-3.1 General. Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on drawings and specified here. All machinery and equipment used by Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to inspection and approval of Engineer. 610-3.2 Concrete Mixture. Concrete shall develop a compressive strength of 4,000 psi in 28 days as determined by test cylinders made per ASTM C31 and tested per ASTM C39. Concrete shall contain not less than 470 pounds of cementitious material per cubic yard. Water cementitious ratio shall not exceed 0.45 by weight. Air content of concrete shall be 5% f 1.2% as determined by ASTM C231 and have a slump no more than 4 inches as determined by ASTM C143. Item P-610 Concrete for Miscellaneous Structures 2 12/21/2018 AC 150/5370-1OH 610-3.3 Mixing. Concrete may be mixed at construction site, central point, or wholly/in part in truck mixers. Concrete shall be mixed and delivered in accordance with requirements of ASTM C94 or ASTM C685. Mix concrete only in quantities required for immediate use. Do not mix concrete while air temperature is below 407 without Engineer approval. If approval is granted for mixing under such conditions, aggregates, water, or both, shall be heated and concrete placed at temperature not less than 50 nor more than 1007. Contractor is responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering concrete by adding water or any other material is not permitted. Rate of delivery of concrete to job shall be sufficient to allow uninterrupted placement of the concrete. 610-3.4 Forms. Concrete shall not be placed until all forms and reinforcements are inspected and approved by Engineer. Forms shall be suitable material and type, size, shape, quality, and strength to build structure as shown on plans. Forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. Surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. Contractor shall be responsible for their adequacy. Arrange internal form ties so no metal will show in concrete surface or discolor surface when exposed to weathering when forms are removed. All forms shall be wetted with water or with a non -staining mineral oil, applied immediately before concrete is placed. Forms shall be constructed to be removed without injuring concrete or concrete surface. 610-3.5 Placing reinforcement. All reinforcement shall be accurately placed, as shown on plans, and firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by Contractor when required. 610-3.6 Embedded items. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. Concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. 610-3.7 Concrete Consistency. Contractor shall monitor consistency of concrete delivered to project site; collect each batch ticket; check temperature; and perform slump tests on each truck at project site in accordance with ASTM C143. 610-3.8 Placing concrete. All concrete shall be placed during daylight hours, unless otherwise approved. Concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved by Engineer. Concrete shall be placed as soon as practical after mixing, but in no case later than one hour after water has been added to the mix. Method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Concrete shall not be dropped from a height of more than 5 feet. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610-3.9 Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309R, Guide for Consolidation of Concrete. 610-3.10 Joints. Joints shall be constructed as indicated on the plans. 610-3.11 Finishing. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck -off with a straightedge and floated. Item P-610 Concrete for Miscellaneous Structures 12/21/2018 AC 150/5370-1OH 610-3.12 Curing and protection. All concrete shall be properly cured per recommendations in American Concrete Institute (ACI) 308R, Guide to External Curing of Concrete. Protect concrete from damage until project acceptance. 610-3.13 Cold weather placing. When concrete is placed at temperatures below 407, follow cold -weather concreting recommendations found in ACI 306R, Cold Weather Concreting. 610-3.14 Hot weather placing. When concrete placed in temperatures greater than 85°F, follow hot weather concreting recommendations found in ACI 305R, Hot Weather Concreting. QUALITY ASSURANCE (QA) 610-4.1 Quality Assurance sampling and testing. Concrete for each day's placement accepted based on compressive strength specified in paragraph 610-3.2. Engineer will sample concrete per ASTM C172; test slump per ASTM C143; test air content per ASTM C231; make and cure compressive strength specimens per ASTM C31; and test per ASTM C39. QA testing agency will meet ASTM C1077 requirements. Contractor shall provide adequate facilities for initial curing of cylinders. 610-4.2 Defective work. Any defective work not satisfactorily repaired as determined by Engineer, shall be removed and replaced at Contractor expense. Defective work includes but is not limited to uneven dimensions, honeycombing, and other voids on surface or edges of concrete. METHOD OF MEASUREMENT 610-5.1 Concrete shall be considered incidental and no separate measurement shall be made. BASIS OF PAYMENT 610-6.1 Concrete shall be considered incidental and no separate payment shall be made. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A884 Standard Specification for Epoxy -Coated Steel Wire and Welded Wire Reinforcement ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete Item P-610 Concrete for Miscellaneous Structures 4 12/21/2018 AC 150/5370-1OH ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C136 Standard Test Method for Sieve/Screen Analysis of Fine and Coarse Aggregates ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates ASTM C 143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C 172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland -Cement Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C666 Standard Test Method for Concrete Resistance to Rapid Freezing/Thawing ASTM C685 Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C 1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1157 Standard Performance Specification for Hydraulic Cement ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1365 Standard Test Method for Determination of the Proportion of Phases in Portland Cement and Portland -Cement Clinker Using X-Ray Powder Diffraction Analysis ASTM C 1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving/Structural Construction (Nonextruding/Resilient Asphalt Types) ASTM D 1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving/Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 308R Guide to External Curing of Concrete ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 Item P-610 Concrete for Miscellaneous Structures 12/21/2018 AC 150/5370-1OH Item P-620 Runway and Taxiway Marking DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on surface of runways, taxiways, and aprons, per these Specifications, as shown on Plans, or as directed by Engineer. "Paint," "marking material," "painting," and "application of markings" are interchangeable herein. MATERIALS 620-2.1 Materials acceptance. Contractor shall furnish manufacturer's certified test reports, for materials shipped to Project. Certified test reports shall include a statement materials meet Specification requirements. This certification and a copy of paint manufacturer surface preparation; marking materials, including adhesion, flow promoting/floatation additive; and application requirements must be submitted and approved by Engineer before initial marking application. Reports can be used for material acceptance or Engineer may perform verification testing. Reports shall not be interpreted as basis for payment. Contractor shall notify Engineer upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers that are easily quantifiable for inspection by Engineer. 620-2.2 Marking materials. Table 1. Marking Materials Paint' Glass Beads' Type yp Color Fed Std. 595 Number Application Rate Maximum ,I a yp Application Rate Minimum I White 37925 115 ft2/ al I 7 lb/gal I Yellow 33538 or 33655 115 ft2/ al I 7 lb/gal I Black 37038 115 ft2/ al N/A N/A I Red 31136 115 ft2/gal I 5 lb/gal ' See paragraph 620-2.2a; 2 See paragraph 620-2.2b a. Paint. Paint shall be waterborne per requirements of this paragraph. Paint colors shall comply with Federal Standard No. 595. Red (31136), White (37925), Yellow (33538 or 33655), and Black (37038). Waterborne. Paint shall meet requirements of Federal Specification TT-P-1952F, Type I. Non-volatile portion of vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. b. Reflective media. Glass beads for white and yellow paint shall meet requirements for Federal Specification TT-B-1325D Type I, Gradation A. Glass beads for red and pink paint shall meet requirements for Type I, Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by manufacturer of paint and reflective media to ensure adhesion and embedment. Glass beads shall not be used in black and green paint. Type III glass beads shall not be used in red and pink paint. Item P-620 Runway and Taxiway Marking 12/21/2018 AC 150/5370-1OH CONSTRUCTION METHODS 620-3.1 Weather limitations. Painting shall only be performed when surface is dry, and ambient temperature and the pavement surface temperature meet manufacturer recommendations in accordance with paragraph 620-2.1. Painting operations shall be discontinued when ambient or surface temperatures do not meet manufacturer recommendations. Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. Markings shall not be applied when weather conditions are forecasts to not be within the manufacturers' recommendations for application and dry time. 620-3.2 Equipment. Equipment shall include apparatus necessary to properly clean existing surface, mechanical marking machine, bead dispensing machine, and such auxiliary hand -painting equipment as necessary to satisfactorily complete job. Mechanical marker shall be an atomizing spray -type or airless type marking machine with automatic glass bead dispensers suitable for application of traffic paint. It shall produce an even and uniform film thickness and appearance of both paint and glass beads at required coverage and apply markings of uniform cross - sections and clear-cut edges without running, spattering, or over spray. Marking equipment for both paint and beads shall be calibrated daily. 620-3.3 Preparation of surfaces. Immediately before paint application, surface shall be dry and free from dirt, grease, oil, laitance, or other contaminates that would reduce bond between paint and pavement. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. a. Preparation of new pavement surfaces. Clean area to be painted by broom, blower, water blasting, or by other methods approved by Engineer to remove all contaminants, including PCC curing compounds, minimizing damage to the pavement surface. b. Preparation of pavement to remove existing markings. Remove existing pavement markings by rotary grinding, water blasting, or other methods approved by Engineer minimizing damage to pavement surface. Removal area may need to be larger than marking area to eliminate ghost markings. After removal of markings on asphalt pavements, apply fog seal or seal coat to `block out' removal area to eliminate `ghost' markings. c. Preparation of pavement markings prior to remarking. Prior to remarking existing markings, loose existing markings must be removed minimizing damage to the pavement surface, with a method approved by Engineer. After removal, the surface shall be cleaned of all residue or debris. Before marking application, Contractor shall certify in writing that surface is dry and free from dirt, grease, oil, laitance, or other foreign material that would prevent bond of paint to pavement or existing markings. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to Engineer prior to the initial application of markings. 620-3.4 Layout of markings. Lay out proposed markings in advance of paint application. Locations of markings to receive glass beads are as shown on plans. 620-3.5 Application. Allow 30 days to elapse between of surface course/seal coat placement and permanent paint marking application. Paint shall be applied at locations and to dimensions and spacing shown on plans. Paint shall not be applied until the layout and condition of the surface has been approved by Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, and marking dimensions and spacing shall be within the following tolerances: Item P-620 Runway and Taxiway Marking 2 12/21/2018 AC 150/5370-1OH Marking Dimensions and Spacing Tolerance Dimension and Spacing Tolerance 36 inch or less f1/2 inch eater than 36 inch to 6 feet fl inch eater than 6 feet to 60 feet f2 inch greater than 60 feet ±3 inch Mix paint per manufacturer instructions and apply to pavement with marking machine at rate shown in Table 1. Addition of thinner will not be permitted. Glass beads shall be distributed upon marked areas at locations shown on plans to receive glass beads immediately after application of paint. A dispenser shall be furnished properly designed for attachment to marking machine and suitable for dispensing glass beads. Glass beads shall be applied at rate shown in Table 1. Glass beads shall not be applied to black or green paint. Glass beads shall adhere to cured paint or all marking operations cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment and distribution should be performed. 620-3.6 Application -preformed thermoplastic airport pavement markings. Not used. 620-3.7 Control strip. Before full application of airfield markings, Contractor shall prepare a control strip in Engineer presence. Contractor shall demonstrate surface preparation method and all striping equipment used on project. Marking equipment must achieve prescribed application rate of paint and population of glass beads (per Table 1) properly embedded and evenly distributed across full width of marking. Prior to acceptance of the control strip, markings must be evaluated during darkness to ensure a uniform appearance. 620-3.8 Retro-reflectance. Reflectance shall be measured with a portable retro-reflectometer meeting ASTM E 1710 (or equivalent). Six total readings shall be taken over a 6-square-foot area with three readings taken from each direction. The average shall be equal to or above the minimum levels of all readings which are within 30% of each other. Minimum Retro-Reflectance Values Material Retro-reflectance mcd/mz/lux White Yellow Red Initial Type I 300 1751 35 ' `Prior to remarking determine if removal of contaminants on markings will restore retro-reflectance 620-3.9 Protection and cleanup. After marking application, protect all markings from damage until dry. All surfaces shall be protected from excess moisture/rain and disfiguration by spatter, splashes, spillage, or drippings. Contractor shall remove all debris, waste, loose reflective media, and by-products generated by surface preparation and application operations to Engineer satisfaction. Contractor shall dispose wastes in strict compliance with all applicable state, local, and federal environmental statutes and regulations. METHOD OF MEASUREMENT 6204.1a The quantity of painting obliteration to be paid for under this item shall be the number of square feet of paint removed, including black paint. No distinction will be made between removal of existing paint and removal of existing thermoplastic. 620-4.1b The quantity of markings shall be paid for shall be measured by the number of square feet of painting each color. 620-4.1c The quantity of reflective media shall be subsidiary to quantity of markings placed. Item P-620 Runway and Taxiway Marking 12/21/2018 AC 150/5370-1OH BASIS OF PAYMENT 620-5.1 This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item complete in place and accepted by Engineer in accordance with these specifications. 620-5.1a Obliteration of marking (paint and thermoplastic), per square feet. 620-5.1b Payment for preparation and new markings (each color) shall be made at the contract price by the number of square feet of painting. 620-5.1c Payment for reflective media shall be subsidiary to quantity of markings placed. Payment will be made under: Item P-620-5.1 a Obliteration of Taxiway Marking (paint/thermoplastic), per square foot Item P-620-5.1b Permanent Taxiway and Apron Marking (black paint, including preparation), per square foot Item P-620-5.1 c Permanent Taxiways and Apron Marking (yellow and white paint, including preparation and reflective beads), per square foot Item P-620-5.1 d Permanent Taxiway and Apron Marking (red paint, including preparation and reflective beads), per square foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments ASTM E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer Item P-620 Runway and Taxiway Marking 4 12/21/2018 AC 150/5370-1OH ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials Code of Federal Regulations (CFR) 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication Federal Specifications (FED SPEC) FED SPEC TT-B-1325D FED SPEC TT-P-1952F FED STD 595 Commercial Item Description Beads (Glass Spheres) Retro-Reflective Paint, Traffic and Airfield Marking, Waterborne Colors used in Government Procurement A-A-288613 Paint, Traffic, Solvent Based Advisory Circulars (AC) AC 150/5340-1 Standards for Airport Markings AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces END OF ITEM P-620 Item P-620 Runway and Taxiway Marking 5 12/21/2018 AC 150/5370-1OH Item L-108 Underground Power Cable for Airports DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power cables direct buried and furnishing and/or installing power cables within conduit or duct banks per Specifications as shown on Plans. It includes excavation and backfill of trench for direct -buried cables only. Also included are installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place cable in operating condition as a completed unit to RPR satisfaction. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated facilities. EQUIPMENT AND MATERIALS 108-2.1 General. a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version. b. All other equipment/materials covered by other referenced Specifications shall be subject to acceptance through manufacturer compliance certification with applicable specification, as RPR requests. c. Manufacturer's certifications shall not relieve Contractor of the responsibility to provide materials per Specifications. Materials supplied/installed that do not comply with these specifications shall be removed (when directed by RPR) and replaced with materials that comply with these specifications at Contractor cost. d. All materials and equipment used to construct this item shall be submitted to RPR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise, and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting not acceptable). Contractor is solely responsible for delays in project that may accrue directly or indirectly from late submittal submissions/resubmissions. e. Data submitted shall be sufficient, in RPR opinion, to determine compliance with Specifications and Plans. Contractor submittals shall be electronically submitted in PDF. RPR reserves the right to reject any equipment, materials, or procedures that do not meet system design and standards and codes, specified in this document. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least 12 months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at Owner discretion, with no additional cost to Owner. Contractor shall maintain a minimum insulation resistance in accordance with paragraph 108-3.10e with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period when tested in accordance with AC 150/5340-26, Maintenance Airport Visual Aid Facilities, paragraph 5.1.3.1, Insulation Resistance Test. Item L-108 Underground Power Cable for Airports 12/21/2018 AC 150/5370-1OH 108-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #8 American wire gauge (AWG), L-824 Type C, 5,000 volts, non -shielded, with cross -linked polyethylene insulation. L-824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer's recommendations. All other conductors shall comply with FAA and National Electric Code (NEC) requirements. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Commercial Item Description A-A-59544A and shall be type THWN-2, 75°C for installation in conduit and RHW-2, 750C for direct burial installations. Conductors for parallel (voltage) circuits shall be type and size and installed in accordance with NFPA-70, National Electrical Code. Unless noted otherwise, all 600-volt and less non -airfield lighting conductor sizes are based on a 75°C, THWN-2, 600-volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in free air. Conduit/duct sizes are based on the use of THWN-2, 600-volt insulated conductors. Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be #12 AWG. Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. Equipment provided by Contractor shall be capable of accepting the quantity and sizes of conductors shown in Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up adapters, terminal blocks, and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided. Cable type, size, number of conductors, strand and service voltage shall be as specified in Contract Document. 108-2.3 Bare copper wire (counterpoise, bare copper wire ground, and ground rods). Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG bare solid copper wire for counterpoise and/or No. 6 AWG insulated stranded for grounding bond wire per ASTM 133 and ASTM 138, and shall be bare copper wire. For voltage powered circuits, the equipment grounding conductor shall comply with NEC Article 250. Ground rods shall be copper -clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case be less than 10 feet long and 3/4 inch in diameter. 108-2.4 Cable connections. In -line connections or splices of underground primary cables shall be of type called for on plans and a type listed herein. No separate payment will be made for cable connections. a. Cast splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by 3MTM Company, "Scotchcast" Kit No. 82-13, or an approved equivalent, used for potting the splice is acceptable. b. Field -attached plug-in splice. Field attached plug-in splices shall be installed as shown on the plans. Contractor shall determine the outside diameter of the cable to be spliced and furnish appropriately sized connector kits and/or adapters. Primary Connector Kits manufactured by Amerace, "Super Kit", Integro "Complete Kit", or approved equal is acceptable. [The use of heat shrink tubing is prohibited]. c. Factory -molded plug-in splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, is acceptable. [The use of heat shrink tubing is prohibited]. d. Taped or heat -shrink splice. Not used. Item L-108 Underground Power Cable for Airports 2 12/21/2018 AC 150/5370-1OH All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except that a light base ground clamp connector shall be used for attachment to the light base. All exothermic connections shall be made per the manufacturer's recommendations and listings. 108-2.5 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport cable splices and terminations on cables rated at or above 5,000 volts AC. Contractor shall submit to RPR proof of qualifications of each proposed cable splicer for airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have minimum three years' continuous experience in terminating/splicing medium voltage cable. [Proof of each splicer's qualification shall include a brief resume of their qualifications, certificates from splice kit manufacturer's training program, photo identification, and a sample splice. These items shall be included with the cable splice kit submittal. Each splicer shall submit a sample splice to the engineer (ship direct to Electrical Engineer in a rigid container.) Each sample splice shall be tagged and signed by its splicer. Each splice shall consist of a completed L823, Type I, Class B, Style 3 and 10 primary connector (super) kit having 3 feet of submitted and approved L-824 cable attached to each end of connected splices. Plug and receptacle shall be connected by splicer as they intend their work to be found in the field. Engineer shall review the materials and test submitted samples. Sample tests will be conducted at 1000-vdc after connected splice is submerged under water for 24 hours. An insulation resistance of greater than 500 Meg -ohms is required. Each splicer sample must pass insulation test to be qualified. Samples remain Engineer property and not returned. Only qualified splicers shall be allowed to terminate L-824 cable]. 108-2.6 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for Miscellaneous Structures. 108-2.7 Flowable backfill. Flowable material used to backfill trenches for power cable trenches shall conform to the requirements of Item P-153, Controlled Low Strength Material. 108-2.8 Cable identification tags. Cable identification tags shall be made from a non -corrosive material with the circuit identification stamped or etched onto tag. Tags shall be of the type as detailed on plans. 108-2.9 Tape. Electrical tapes shall be ScotchTM Electrical Tapes —ScotchTM 88 (1-1/2 inch wide) and ScotchTM 130C' linerless rubber splicing tape (2-inch wide), as manufactured by the Minnesota Mining and Manufacturing Company (3MTM), or an approved equivalent. 108-2.10 Electrical coating. Electrical coating shall be ScotchkoteTM as manufactured by 3MTM, or approved equivalent. 108-2.11 Existing circuits. Whenever scope of work requires connection to existing circuit, existing circuit insulation resistance shall be tested, in RPR presence. Test shall be performed per this item and before any activity that will affect respective circuit. Contractor shall record results on forms acceptable to RPR. When work affecting circuit is complete, circuit insulation resistance shall be checked again, in the presence of RPR. Contractor shall record the results on forms acceptable to RPR. The second reading shall be equal to or greater than the first reading or Contractor shall make the necessary repairs to the existing circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. 108-2.12 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) Red (electrical power lines, cables, conduit, and lighting cable) with continuous legend tape shall be polyethylene film with a metalized foil core and shall be 3-6 inches wide. Detectable tape is incidental to the respective bid item. Detectable warning tape for communication cables shall be orange. Detectable warning tape color code shall comply with the APWA Uniform Color Code. Item L-108 Underground Power Cable for Airports 12/21/2018 AC 150/5370-1OH CONSTRUCTION METHODS 108-3.1 General. Contractor shall install specified cable at approximate locations indicated on Plans. Unless otherwise shown on Plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Cable shall be run without splices, from fixture to fixture. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections unless otherwise authorized in writing by RPR or shown on the plans. In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of L-823 connectors installed and on both sides of slack loops where a future connector would be installed. Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow cable to be extended at least 1 foot vertically above top of the access structure. This requirement also applies where primary cable passes through empty light bases, junction boxes, and access structures to allow for future connections, or as designated by RPR. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch in size. The cable circuit identification shall match the circuits noted on the construction plans. 108-3.2 Installation in duct banks or conduits. This item includes the installation of the cable in duct banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be per the latest version of the NEC, or the code of the local agency or authority having jurisdiction. Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and that any potential interference is avoided. Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical Duct Banks and Conduit. Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to ensure that the duct bank or conduit is open, continuous, and clear of debris. The mandrel size shall be compatible with the conduit size. Contractor shall swab out all conduits/ducts and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at Contractor expense. Contractor shall verify existing ducts proposed for use in this project as clear and open. Contractor shall notify RPR of any blockage in the existing ducts. The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are Item L-108 Underground Power Cable for Airports 4 12/21/2018 AC 150/5370-1OH made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer's recommendations. A non -hardening cable -pulling lubricant recommended for the type of cable being installed shall be used where required. Contractor shall submit recommended pulling tension values to RPR before cable installation. If required by RPR, pulling tension values for cable pulls shall be monitored by a dynamometer in RPR presence. Cable pull tensions shall be recorded by Contractor and reviewed by RPR. Cables exceeding maximum allowable pulling tension values shall be removed and replaced by Contractor at Contractor expense. Manufacturer minimum bend radius or NEC requirements (whichever is more restrictive) shall apply. Cable installation, handling and storage shall be per manufacturer recommendations. During cold weather, particular attention shall be paid to manufacturer minimum installation temperature. Cable shall not be installed when temperature is at/below manufacturer minimum installation temperature. At Contractor option, Contractor may submit a plan, for RPR review, for heated storage of cable and maintenance of acceptable cable temperature during installation when temperatures are below manufacturer minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges, pavement, or earth. When cable must be coiled, lay cable out on canvas tarp or use other appropriate means to prevent abrasion to the cable jacket. 108-3.3 Installation of direct -buried cable in trenches. Not used. a. Trenching. Where turf is well established and sod can be removed, carefully strip and properly store. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches below finished grade per NEC Table 300.5, except as follows: When off airport or crossing under a roadway or driveway, minimum depth shall be 36 inches unless otherwise specified. Minimum cable depth when crossing under a railroad track shall be 42 inches unless otherwise specified. Contractor shall excavate all cable trenches to no less than 6 inches wide. Unless otherwise specified on plans, install all cables in same location and running in same general direction in same trench. When rock encountered, remove rock to a depth of at least 3 inches below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill material may alternatively be used. Replace duct bank or conduit markers temporarily removed for trench excavations as required. It is Contractor responsibility to locate existing utilities within work area before excavation. Where existing active cables cross proposed installations, Contractor shall ensure cables are adequately protected. Where crossings are unavoidable, no splices are allowed in existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of RPR, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. If any previously identified cable is damaged during construction, Contractor shall be responsible for the complete repair or replacement. Item L-108 Underground Power Cable for Airports 12/21/2018 AC 150/5370-1OH b. Backfilling. After cable is installed, backfill trench. First layer of backfill in trench shall encompass all cables, 3 inches deep, loose measurement, and be earth or sand containing no mineral aggregate particles retained on a 1/4-inch sieve. Do not compact this layer. Second layer shall be 5 inches deep, loose measurement, and shall contain no particles that would be retained on a 1-inch sieve. The remaining third and subsequent layers of backfill shall not exceed 8 inches of loose measurement. Second and subsequent layers shall be thoroughly tamped and compacted to at least the density of adjacent material. If cable is installed where other compaction requirements are specified (under pavements, embankments, etc.) backfill compaction shall minimum 100 percent of ASTM D1557 or backfill with controlled low strength material (CLSM) in accordance with P-153. Trenches shall not contain pools of water during backfilling operations. Trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of per the plans and specifications. Underground electrical warning (caution) tape shall be installed in trench above all direct -buried cable. Contractor shall submit a sample of proposed warning tape for acceptance by RPR. If not shown on the plans, the warning tape shall be located 6 inches above the direct -buried cable or the counterpoise wire if present. A 3- to 6-inch-wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. Tape shall be of the color and have a continuous legend as indicated on the plans. Tape shall be installed 8 inches minimum below finished grade. c. Restoration. Following restoration of all trenching near airport movement surfaces, Contractor shall visually inspect the area for foreign object debris (FOD) and remove any that is found. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to existing conditions. If cable is installed where other compaction requirements specified (under pavements, embankments, etc.) backfill compaction shall be to a minimum of 100 percent of ASTM D1557 or backfill with controlled low strength material (CLSM) in accordance with P-153. Restoration shall be considered incidental to the pay item of which it is a component part. 108-3.4 Cable markers for direct -buried cable. Not used. 108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast splices. Make by using crimp connectors for jointing conductors. Assemble molds, mix compound, and pour per manufacturer instructions and to RPR satisfaction. b. Field -attached plug-in splices. Assemble per manufacturer instructions. Make splices by plugging directly into mating connectors. Finish joint where connectors come together by one of the following methods: (1) wrap with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1.5 inches on each side of joint; (2) cover with heat shrinkable tubing with integral sealant extending at least 1.5 inches on each side of joint; or (3) on connector kits equipped with water seal flap; roll-over water seal flap to sealing position on mating connector. c. Factory -molded plug-in splices. Make by plugging directly into mating connectors. Joint where connectors come together shall be finished by one of these methods: (1) Wrap with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1.5 inches on each side of joint; (2) cover with heat shrinkable tubing with integral sealant extending at least 1.5 inches on each side of joint; or (3) on connector kits so equipped with water seal flap; roll-over water seal flap to sealing position on mating connector. Item L-108 Underground Power Cable for Airports 12/21/2018 AC 150/5370-1OH d. Taped or heat -shrink splices. Not used. 108-3.6 Bare counterpoise wire installation for lightning protection and grounding. If shown on plans or included in job specifications, bare solid #6 AWG copper counterpoise wire shall be installed for lightning protection of underground cables. Engineer shall select one of two methods of lightning protection for airfield lighting circuit based upon sound engineering practice and lightning strike density. a. Equipotential. May be used by Engineer for areas with high rates of lightning strikes. Counterpoise size determined by Engineer. Equipotential method is applicable to all airfield lighting systems (runway, taxiway, apron), touchdown zone, centerline, edge, threshold, and approach lighting systems. Equipotential method is also successfully applied to provide lightning protection for power, signal, and communication systems. Light bases, counterpoise, etc. (all components), are bonded together and bonded to vault power system ground loop/electrode. Counterpoise wire shall be installed in same trench for entire length of buried cable, conduits and duct banks installed to contain airfield cables. Counterpoise is centered over cable/conduit/duct to protect. Install counterpoise conductor 8-12 inches above raceway or cable protected, except as permitted: (1) Minimum counterpoise conductor height above raceway or cable protected shall be permitted to be adjusted subject to coordination with airfield lighting and pavement designs. (2) Counterpoise conductor height above protected raceway(s) or cable(s) shall be calculated to ensure raceway/cable is within a 45-degree area of protection, (45 degrees on each side of vertical creating a 90-degree angle). Counterpoise conductor shall be bonded to each metallic light base, mounting stake, and metallic airfield lighting component. All metallic airfield lighting components in the field circuit on the output side of constant current regulator (CCR) or other power source shall be bonded to the airfield lighting counterpoise system. All components rise and fall at same potential; with no potential difference, damaging arcing, or damaging current flow. See AC 150/5340-30, Design and Installation Details for Airport Visual Aids and NFPA 780, Standard for the Installation of Lightning Protection Systems, Chapter 11, for a detailed description of the Equipotential Method of lightning protection. Reference FAA STD-019E, Lightning and Surge Protection, Grounding Bonding and Shielding Requirements for Facilities and Electronic Equipment, Part 4.1.1.7. b. Isolation. Not used. c. Common Installation requirements. When metallic light base is used, grounding electrode shall be bonded to metallic light base or mounting stake with a No. 6 AWG bare, annealed, or soft drawn, solid copper conductor. Grounding electrodes may be rods, ground dissipation plates, radials, or other electrodes listed in the NFPA 70 (NEC) or 780. Where raceway is installed by directional bore, jack and bore, or other drilling method, counterpoise conductor permitted to be installed concurrently with directional bore, jack and bore, or other drilling method raceway, external to the raceway or sleeve. Counterpoise wire shall also be exothermically welded to ground rods installed as shown on plans but not more than 500 feet apart around entire circuit. Counterpoise system shall be continuous and terminate at transformer vault or power source. It shall be securely attached to vault or equipment external ground ring or other made electrode -grounding system. Connect as shown on plans and specifications. Item L-108 Underground Power Cable for Airports 7 12/21/2018 AC 150/5370-1OH Where existing airfield lighting system is extended or modified, new counterpoise conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems. d. Parallel Voltage Systems. Not used. 108-3.7 Counterpoise installation above multiple conduits and duct banks. Install counterpoise wires above multiple conduits/duct banks for airfield lighting cables to provide a complete area of protection over airfield lighting cables. When multiple conduits/duct banks for airfield cable are installed in same trench, number, and location of counterpoise wires above conduits shall be adequate to provide a complete area of protection measured 45 degrees each side of vertical. Where duct banks pass under pavement to be constructed in project, place counterpoise above duct bank. Reference details on construction plans. 108-3.8 Counterpoise installation at existing duct banks. When airfield lighting cables are indicated on plans to be routed through existing duct banks, new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. New counterpoise conductor shall be bonded to existing counterpoise system. 108-3.9 Exothermic bonding. Bonding counterpoise wire shall be by exothermic welding process or equivalent method accepted by RPR. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate, to RPR satisfaction, welding kits, materials, and procedures used for welded connections before any field installations. Installations shall comply with manufacturer recommendations and: a. All slag shall be removed from welds. b. Using an exothermic weld to bond counterpoise to a lug on a galvanized light base is not recommended unless base is specially modified. Consult manufacturer installation directions for proper methods of bonding copper wire to light base. See AC 150/5340-30 for galvanized light base exception. c. If called for in plans, all buried copper and weld material at weld connections shall be thoroughly coated with 6 mm of 3MTM ScotchkoteTM, or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture. 108-3.10 Testing. Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. Contractor shall perform all tests in the presence of RPR. Contractor shall demonstrate the electrical characteristics to the satisfaction of RPR. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase. Contractor must maintain the test results throughout the entire project as well as during the warranty period that meet the following: a. Not used. b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. RPR shall approve of the test method selected. All such testing shall be at sole expense of Contractor. After installation, Contractor shall test and demonstrate to RPR satisfaction, that: c. all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. d. all affected circuits (existing and new) are free from unspecified grounds. Item L-108 Underground Power Cable for Airports 12/21/2018 AC 150/5370-1OH e. insulation resistance to ground of all new non -grounded high voltage series circuits or cable segments is not less than 500 megohms at 1,000 VDC. Verify continuity of all series airfield lighting circuits prior to energization. f. insulation resistance to ground of all new non -grounded conductors of new multiple circuits or circuit segments is not less than 100 megohms. g. all affected circuits (existing and new) are properly connected per applicable wiring diagrams. h. all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. Contractor shall supply RPR two copies of tabulated results of all cable tests performed. Where connecting new cable to existing cable, insulation resistance tests shall be performed on new cable before connection to existing circuit. There are no approved "repair" procedures for items that failed testing other than complete replacement. METHOD OF MEASUREMENT 108-4.1 Cable installed in trench, duct bank or conduit shall be measured by the number of linear feet installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. The measurement for this item shall include additional quantities required for slack. 108-4.2 Counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. The measurement for this item shall include additional quantities required for slack. 108-4.3 No separate payment will be made for ground rods. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct buried), or cable and equipment ground installed in duct bank or conduit, in place by Contractor and accepted by RPR. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item. Payment will be made under: Item L-108-5.1 Remove and Dispose #8 AWG 5kV Underground Series Cable - per linear foot Item L-108-5.2 No. 8 AWG, 5 kV, L-824, Type C Cable, Installed in Trench, Duct Bank or Conduit - per liner foot Item L-108-5.3 No. 6AWG, Solid, Bare, Soft Drawn Copper Counterpoise Wire, Installed Above Duct Bank or Conduit, Including Connections/Terminations - per linear foot Item L-108 Underground Power Cable for Airports 9 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program A-A-59544A Cable and Wire, Electrical (Power, Fixed Installation) A-A-55809 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic ASTM B3 Standard Specification for Soft or Annealed Copper Wire ASTM B8 Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft ASTM B33 Standard Specification for Tin -Coated Soft or Annealed Copper Wire for Electrical Purposes ASTM D4388 Standard Specification for Nonmetallic Semi -Conducting and Electrically Insulating Rubber Tapes MIL-PRF-23586F Performance Specification: Sealing Compound (with Accelerator), Silicone Rubber, Electrical MIL-I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive NFPA-70 National Electrical Code (NEC) NFPA-780 Standard for the Installation of Lightning Protection Systems FAA STD-019E Lightning and Surge Protection, Grounding Bonding and Shielding Requirements for Facilities and Electronic Equipment END OF ITEM L-108 Item L-108 Underground Power Cable for Airports 10 12/21/2018 AC 150/5370-1OH Item L-110 Airport Underground Electrical Duct Banks and Conduits DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits and removal of existing duct banks. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided herein. EQUIPMENT AND MATERIALS 110-2.1 General. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer certification of compliance with applicable specification when requested by RPR. b. Manufacturer's certifications shall not relieve Contractor of the responsibility to provide materials per these specifications and acceptable to RPR. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by RPR and replaced with materials, that comply with these specifications, at Contractor cost. c. All materials and equipment used to construct this item shall be submitted to RPR for approval before ordering equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise, and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of RPR, to determine compliance with the plans and specifications. Contractor's submittals shall be electronically submitted in pdf format, tabbed by specification section. RPR reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document. e. All equipment and materials furnished and installed herein shall be guaranteed against defects in materials and workmanship for a period of at least 12 months from final acceptance by Owner. Defective materials/equipment shall be repaired or replaced, at Owner discretion, with no additional cost to Owner. 110-2.2 Steel conduit. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of UL Standards 6, 51413, and 1242. All RGS conduits or Item L-110 Airport Underground Electrical Duct Banks and Conduits 12/21/2018 AC 150/5370-1OH RGS elbows installed below grade, in concrete, permanently wet locations or other similar environments shall be painted with a 10-mil-thick coat of asphaltum sealer or shall have a factory -bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 mils of asphaltum sealer. When using PVC -coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. In lieu of PVC coated RGS, corrosion wrap tape shall be permitted to be used where RGS is in contact with direct earth." 110-2.3 Plastic conduit. Plastic conduit and fittings -shall conform to the following requirements: • UL 514B covers W-C-1094-Conduit fittings all types, Classes 1 thru 3 and 6 thru 10. • UL 514C covers W-C-1094- all types, Class 5 junction box and cover in plastic (PVC). • UL 651 covers W-C-1094-Rigid PVC Conduit, Types I and II, Class 4. • UL 651A covers W-C-1094-Rigid PVC Conduit and high -density polyethylene (HDPE) Conduit type III and Class 4. UL Standards UL-651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I — Schedule 40 and Schedule 80 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II — Schedule 40 PVC suitable for either above ground or underground use. c. Type III — Schedule 80 PVC suitable for above ground or underground use either direct -buried or encased in concrete. d. Type III — HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with directional boring under pavement. Type of solvent cement shall be as recommended by the conduit/fitting manufacturer. 110-2.4 Split conduit. Split conduit shall be premanufactured for intended purpose and shall be made of steel or plastic. 110-2.5 Conduit spacers. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high-grade, high -density polyethylene complete with interlocking cap and base pads. They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.6 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for Miscellaneous Structures. 110-2.7 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting National Precast Concrete Association Plant Certification Program or another RPR approved third -party certification program. Precast concrete structures shall conform to ASTM C478. 110-2.8 Flowable backfill. Flowable material used to back fill conduit and duct bank trenches shall conform to requirements of Item P-153, Controlled Low Strength Material. 110-2.9 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) red (electrical power lines, cables, conduit, and lighting cable), orange (phone/fiber optic cabling) with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6 inches wide. Detectable tape is incidental to the respective bid item. Color and legend. Red ELECTRIC Item L-110 Airport Underground Electrical Duct Banks and Conduits 2 12/21/2018 AC 150/5370-1OH CONSTRUCTION METHODS 110-3.1 General. Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. RPR shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. Under pavement, the top of the duct bank shall not be less than 18 inches below the subgrade; in other locations, the top of the duct bank or underground conduit shall be not less than 18 inches below finished grade. Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4 inch smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at Contractor expense. All accessible points shall be kept closed when not installing cable. Contractor shall verify existing ducts proposed for use in this project as clear and open. Contractor shall notify RPR of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200-pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet. Unless otherwise shown on plans, use concrete encased duct banks when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, encase conduit and duct banks using flowable fill for protection. All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use. Install factory plugs in all unused ends. Do not cover ends or plugs with concrete. Where turf is well established and sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. Item L-110 Airport Underground Electrical Duct Banks and Conduits 3 12/21/2018 AC 150/5370-1OH When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill may alternatively be used Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by RPR. If not shown on the plans, the warning tape shall be located 6 inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared per the manufacturer's recommendations for type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one -quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether specifically indicated on drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by RPR, the unsuitable material shall be removed per Item P-152 and replaced with suitable material. Additional duct bank supports shall be installed, as approved by RPR. All excavation shall be unclassified and considered incidental to Item L-110. Dewatering necessary for duct installation, and erosion per federal, state, and local requirements is incidental to Item L-110. Unless otherwise specified, excavated materials deemed by RPR to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Fill any excess excavation with suitable material approved by RPR and compacted per Item P-152. It is Contractor responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, Contractor shall ensure cables are adequately protected. Where crossings are unavoidable, no splices are allowed in existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred b. Trenching, etc., in cable areas shall then proceed with approval of RPR, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. If any previously identified cable is damaged during construction, Contractor shall be responsible for the complete repair. 110-3.2 Duct banks. Not used. 110-3.3 Conduits without concrete encasement. Trenches for single -conduit lines shall be not less than 6 nor more than 12 inches wide. Trench for two or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand, or other fine fill, and contain no particles that would be retained on a 1/4- inch sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be used. Item L-110 Airport Underground Electrical Duct Banks and Conduits 4 12/21/2018 AC 150/5370-1OH Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport's secured area where trespassing is prohibited are at least 18 inches below the finished grade. Conduits outside the Airport's secured area shall be installed so that the tops of the conduits are at least 24 inches below the finished grade per National Electric Code (NEC), Table 300.5. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be placed not less than 3 inches apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to RPR for review prior to use. 110-3.4 Markers. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet square and 4-6 inches thick extending approximately 1 inch above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet along the cable or duct run, with an additional marker at each change of direction of cable or duct run. Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. Impression of letters shall be done in a manner, approved by RPR, for a neat, professional appearance. All letters and words must be neatly stenciled. After placement, all markers shall be given one coat of high -visibility orange paint, as approved by RPR. Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by RPR. The letters shall be 4 inches high and 3 inches wide with width of stroke 1/2 inch and 1/4 inch deep or as large as available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 Backfilling for conduits. For conduits, 8 inches of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted per Item P-152 except that material used for back fill shall be select material not larger than 4 inches in diameter. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during back filling operations. Trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by RPR. 110-3.6 Backfilling for duct banks. Not used. 110-3.7 Restoration. Where sod is removed, replace as soon as possible after backfilling is complete. Restore all areas disturbed by work to original condition. Contractor is responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental Item L-110 Airport Underground Electrical Duct Banks and Conduits 12/21/2018 AC 150/5370-1OH to respective L-110 pay item. Following restoration of all trenching near airport movement surfaces, Contractor shall thoroughly visually inspect area for foreign object debris (FOD) and remove any such FOD found. FOD inspection and removal is considered incidental to pay item of which it is a component part. 110-3.8 Ownership of removed cable. Contractor. METHOD OF MEASUREMENT 110-4.1 Trenching shall be measured by linear feet of trench, including excavation, backfill, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be made for trenches of various specified widths cost of all excavation, backfill, dewatering and restoration regardless of the type of material encountered shall be included in the unit price bid for the work. 110-4.2 Underground conduits and duct banks shall be measured by linear feet of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated material, and restoration, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be full compensation for removal and disposal of existing duct banks and conduits as shown on the plans, furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item per the provisions and intent of the plans and specifications. Payment will be made under: Item L-110-5.1 Trenching and Backfill for PVC Conduit, 18-inch minimum depth - per linear foot Item L-110-5.2 Nonencased Electrical Conduit, 2-inch SCH 40 - per linear foot REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement NFPA-70 National Electrical Code (NEC) UL Standard 6 Electrical Rigid Metal Conduit - Steel UL Standard 514B Conduit, Tubing, and Cable Fittings UL Standard 514C Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers Item L-110 Airport Underground Electrical Duct Banks and Conduits 12/21/2018 AC 150/5370-1OH UL Standard 1242 Electrical Intermediate Metal Conduit Steel UL Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 Item L-110 Airport Underground Electrical Duct Banks and Conduits 12/21/2018 AC 150/5370-1OH Item L-125 Installation of Airport Lighting Systems DESCRIPTION 125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specifications, and the applicable advisory circulars (ACs). The systems shall be installed at the locations and in accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of RPR. EQUIPMENT AND MATERIALS 125-2.1 General. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified under the Airport Lighting Equipment Certification Program in accordance with AC 150/5345-53, current version. FAA certified airfield lighting shall be compatible with each other to perform in compliance with FAA criteria and the intended operation. If Contractor provides equipment that does not performs as intended because of incompatibility with the system, Contractor assumes all costs to correct the system for to operate properly. b. Manufacturer's certifications shall not relieve Contractor of their responsibility to provide materials in accordance with these specifications and acceptable to RPR. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by RPR and replaced with materials, which do comply with these specifications, at the sole cost of Contractor. c. All materials and equipment used shall be submitted to RPR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Clearly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be clearly made with arrows or circles (highlighting is not acceptable). Contractor shall be responsible for delays in the project accruing directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of RPR, to determine compliance with the plans and specifications. Contractor's submittals shall be submitted in electronic PDF format, tabbed by specification section. RPR reserves the right to reject any or all equipment, materials or procedures, which, in RPR opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials furnished and installed herein shall be guaranteed against defects in materials and workmanship for a period of at least 12 months from final acceptance by Owner. Defective materials/equipment shall be repaired or replaced, at Owner discretion, with no additional cost to Owner. EQUIPMENT AND MATERIALS 125-2.2 Conduit/Duct. Conduit shall conform to Specification Item L-110 Airport Underground Electrical Duct Banks and Conduits. Item L-125 Installation of Airport Lighting Systems 12/21/2018 AC 150/5370-1OH 125-2.3 Cable and Counterpoise. Cable and Counterpoise shall conform to Item L-108 Underground Power Cable for Airports. 125-2.4 Tape. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88 respectively, as manufactured by 3M Company or an approved equal. 125-2.5 Cable Connections. Cable Connections shall conform to Item L-108 Installation of Underground Cable for Airports. 125-2.6 Retroreflective Markers. Not Used. 125-2.7 Runway and Taxiway Lights. Not Used. 125-2.8 Runway and Taxiway Signs. Runway and Taxiway Guidance Signs should conform to the requirements of AC 150/5345-44. Guidance Sign Relocation. Existing Guidance signs shall be relocated as shown in Plans. Relocated sign shall be installed on a new concrete base and existing primary series circuit rerouted to new sign base as shown in the Plans. Existing concrete sign base shall be removed, wasted, and surrounding grade restored. Intent is to relocate existing hold signs to new concrete bases with embedded L-867 light bases. Each new foundation shall have three, 2-inch SCH 40 PVC conduits extending beyond concrete base. Unused PVC extensions shall be capped and available for future use. Signs Type Size Style Class Mode Notes L-854R 2 2 1 2 Existing 125-2.9 Runway End Identifier Light (REIL). Not used. 125-2.10 Precision Approach Path Indicator (PAPI). Not used. 125-2.11 Circuit Selector Cabinet. Not used. 125-2.12 Light Base and Transformer Housings. Light Base and Transformer Housings should conform to the requirements of AC 150/5345-42. Light bases shall be Type L-867, Class IA, Size B shall be provided as indicated or as required to accommodate the fixture or device installed thereon. Base plates, cover plates, and adapter plates shall be provided to accommodate various sizes of fixtures. 125-2.13 Isolation Transformers. Isolation Transformers shall be Type L-830, size as required for each installation. Transformer shall conform to AC 150/5345-47. INSTALLATION 125-3.1 Installation. Contractor shall furnish, install, connect, and test all equipment, accessories, conduit, cables, wires, buses, grounds, and support items necessary to ensure a complete and operable airport lighting system as specified here and shown in the plans. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and state and local code agencies having jurisdiction. Contractor shall install the specified equipment in accordance with the applicable advisory circulars and the details shown on the plans. Intent is to relocate existing hold signs to new concrete bases with embedded L-867 light bases. Each new foundation shall have three, 2-inch SCH 40 PVC conduits extending beyond concrete base. Unused PVC extensions shall be capped and available for future use. Item L-125 Installation of Airport Lighting Systems 2 12/21/2018 AC 150/5370-1OH 125-3.2 Testing. All lights shall be fully tested by continuous operation for not less than 24 hours as a completed system prior to acceptance. Test shall include operating the constant current regulator in each step not less than 10 times at the beginning and end of the 24-hour test. The fixtures shall illuminate properly during each portion of the test. 125-3.3 Shipping and Storage. Equipment shall be shipped in suitable packing material to prevent damage during shipping. Store and maintain equipment and materials in areas protected from weather and physical damage. Any equipment and materials, in the opinion of RPR, damaged during construction or storage shall be replaced by Contractor at no additional cost to the owner. Painted or galvanized surfaces that are damaged shall be repaired in accordance with the manufacturer's recommendations. 125-3.4 Elevated and In -pavement Lights. Not used. METHOD OF MEASUREMENT 125-4.1 Guidance signs will be measured by the number of each three -module relocated as completed units, in place, ready for operation, and accepted by RPR. Includes new sign base. Complete restoration of the previous site is required for completion. 125-4.2 Guidance signs will be measured by the number of each four -module relocated as completed units, in place, ready for operation, and accepted by RPR. Includes new sign base. Complete restoration of the previous site is required for completion. 125-4.3 The one new sign shall be installed on a new concrete base identical to relocated signs. New sign shall have a new L-830 isolation transformer of appropriate size and PVC transformer support. New sign shall be connected to nearest existing series taxiway edge lighting circuit using all new cable and connectors. New sign illumination source shall be the same as existing, relocated signs or LED. 125-4.4 Removal and restoration of existing sign bases will be measured per each base removed, including all disposal, grading, and preparation of sit for turfing. BASIS OF PAYMENT 125-5.1 Payment will be made at Contract unit price for each complete relocated guidance sign, installed on a new base by Contractor and accepted by RPR. This payment will be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made at Contract unit price for each existing concrete base removed, disposed, and sit prepared for turfing. Payment will be full compensation for furnishing all materials as well as all demolition, clean up, disposal, and site grading. Payment will be made under: Item L-125 Duct Markers, complete, per each Item L-125-5.1 Relocate Three Module L-854, Guidance Sign including new sign base, complete, per each Item L-125-5.2 Relocate Four Module L-854, Guidance Sign, including new sign base, complete, per each Item L-125-5.3 Install New Four Module L-854, Guidance Sign, including new sign base, complete, per each Item L-125-5.4 Remove Existing Sign Base and Restore Site, complete, per each Item L-125 Installation of Airport Lighting Systems 12/21/2018 AC 150/5370-1OH REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AC) AC 150/5340-18 Standards for Airport Sign Systems AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories AC 150/5345-44 Specification for Runway and Taxiway Signs AC 150/5345-47 Specification for Series to Series Isolation Transformers for Airport Lighting Systems AC 150/5345-53 Airport Lighting Equipment Certification Program Engineering Brief (EB) EB No. 67 Light Sources Other than Incandescent and Xenon for Airport and Obstruction Lighting Fixtures END OF ITEM L-125 Item L-125 Installation of Airport Lighting Systems 4 ITEM MC - MISCELLANEOUS CONSTRUCTION PART 1 - SCOPE OF WORK Items listed herein are not directly addressed in any other Specification Section. This Section provides additional information where required to supplement data contained on Plans. Materials used in this item shall be as shown on Drawings and in accordance with noted requirements. PART 2 - MATERIALS AND CONSTRUCTION METHODS 2.1 ALL ITEMS ASSOCIATED WITH PROJECT PHASING A. As required in Plans, Contractor is required to cover or black out panels not applicable to phase. Contractor is also required to protect taxiway edge lights and signage along perimeter of taxiway within each phase of work. Taxiway edge lights should be covered within closed limits with a PVC sleeve to indicate closed pavement, then return everything to preconstruction conditions after all work within respective phase is complete. B. Contractor is required to protect pavement shoulders. C. All electrical work shall be done in accordance with current version of FAA AC 150-5370- 10 and other local code requirements. Contractor is required to provide necessary barricades, flagging, lighting, and other devices necessary to meet phasing/safety requirements. This item will not be measured and will be paid for on a lump sum basis. Monthly progress payments will be determined by dividing the total price of the phasing bid item by the number of months of construction. PART 3 - METHOD OF MEASUREMENT Phasing Safety shall include all barricades, lighting, equipment, or other items required to complete Project scope per FAA and Specification requirements, as well as all other barricades, etc., necessary to maintain a safe airfield. PART 4 - BASIS OF PAYMENT Payment will be made at Contract price for items listed herein. These prices shall be full compensation for furnishing all materials, all preparation and installation of these materials, and all labor, equipment, tools, and incidentals necessary to complete each item. Payment will be made under: Item MC Miscellaneous Safety and Phasing items associated with project phasing including lighting, signage, barricades, etc.), complete, per lump sum. END OF SECTION 01271517 ITEM MC — MISCELLANEOUS CONSTRUCTION 04/22 APPENDIX A CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) Parkhill i Lubbock Preston Smith Nr INTERNATIONAL AIRPORT Construction Safety and Phasing Plan (CSPP) Lubbock Preston Smith International Airport Airfield -Wide Joint Seal Lubbock, Texas City of Lubbock ITB No. 22-16553-TF FAA A.I.P. No. 3-48-0138-048-2022 April 12022 Parkhill Project #01271517 Parkhill i Lubbock Preston Smith INTERNATIONAL AIRPORT Construction Safety and Phasing Plan (CSPP) \�N-"--Coop' Lubbock Preston Smith International Airport �,TESS,,•.•.1.05004...,'� Airfield -Wide Joint Seal 'rt ���'� Lubbock, Texas Ain �111`� ••C � LS•• City of Lubbock ITB No. 22-16SS3-TF 4/29/2022 FAA A.I.P. No. 3-48-0138-048-2022 April 12022 Parkhill Project #01271517 Parkhill TABLE OF CONTENTS 1. COORDINATION............................................................................1 2. PHASING......................................................................................2 3. AREAS/OPERATIONS AFFECTED BY CONSTRUCTION ....................4 4. NAVIGATION AID (NAVAID) PROTECTION......................................5 5. CONTRACTOR ACCESS.................................................................5 6. WILDLIFE MANAGEMENT..............................................................6 7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT ...........................7 8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT .......................7 9. CONSTRUCTION ACTIVITY NOTIFICATIONS...................................7 10. INSPECTION REQUIREMENTS.......................................................9 11. UNDERGROUND UTILITIES............................................................9 12. PENALTIES...................................................................................9 13. SPECIAL CONDITIONS..................................................................9 14. RWY AND TWY VISUAL AIDS.........................................................9 15. MARKING AND SIGNS...................................................................10 16. HAZARD MARKING AND LIGHTING.................................................10 17. WORK ZONE LIGHTING FOR NIGHT CONSTRUCTION .....................10 18. PROTECTION................................................................................10 19. OTHER CONSTRUCTION LIMITATIONS...........................................11 APPENDICES APPENDIX A: CONSTRUCTION SAFETY AND PHASING PLAN APPENDIX B: SAFETY DETAILS APPENDIX C: ADVISORY CIRCULAR 150/5370-2G, OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION APPENDIX D: FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION (BLANK) APPENDIX E: FAA CSPP REVIEW CHECKLIST 01271517 1 Airfield -Wide Joint Seal TOC - 1 \\Data 1 \Projects\2017\2715.17\02_DSGN\04_REPT\00_CLERI CAL\CSPP\1 _Hold Sig n\0-TOC.docx Parkhill Project Name: LBB Airfield -Wide Joint Seal and Hold Sign Relocation Sponsor's Agent: Mr. Steve Nicholson, CM, Deputy Director of Aviation Lubbock Preston Smith International Airport (LBB) Administration Office, 2nd Floor 5401 North Martin Luther King, Jr. Blvd, Unit 389 Lubbock Texas 79403 806.775.2036 Consultant/Engineer: Mr. Mark Haberer, P.E., CM, Project Manager Parkhill 4222 85th Street Lubbock Texas 79423 806.473.2200 Ms. Tessa Hazlett, P.E. Project Engineer Parkhill 3000 Internet Boulevard, Suite 500 Frisco Texas 75034 469.200.7377 Grant/Project No.: FAA AIP #3-48-0138-048-2022 Owner's Project No.: City of Lubbock ITB #22-16553-TF Engineer's Project No.: 01271517 1. COORDINATION A. PROJECT MEETINGS Predesign Conference, October 21, 2021. Items discussed included Project scope, phasing, design, schedule, survey, unique Project elements/areas of potential concern, and utilities. Attendees included Sponsor and Parkhill personnel. Prebid Conference will be held in accordance with FAA AC 150/5370-12B for Consulting Engineer and LBB to go over Project details and allow contractors to ask Project -specific questions. Prebid Conference will be led by Tulsa Airports Improvement Trust with assistance from Parkhill. Preconstruction Meeting will be held before issuance of Notice to Proceed (NTP) in accordance with FAA AC 150/5370-12B. At minimum, required attendees will be Airport Deputy Director of Aviation, Consulting Engineer, Resident Project Representative (RPR), Prime Contractor, and all subcontractors. Construction Progress Meetings will be held throughout Project duration, typically at monthly intervals. At minimum, required attendees will be Airport administrative staff, Consulting Engineer, RPR, Prime Contractor, and all subcontractors performing work during the current period. Construction phasing and safety will be a standing item at all construction progress meetings. Other ongoing agenda items will include: Project Schedule Safety/Security Project Coordination Construction Issues Submittals Review Request for Information (RFI) Review 01271517 1 Airfield -Wide Joint Seal - 1 - Parkhill Change Orders Review Environmental Issues Quality Assurance (Test Reports) Record Drawings Pay Application Review General Discussion Consulting Engineer will prepare and distribute meeting minutes for all meetings. B. SCOPE Project Scope includes spall repair as well as removal and replacement of joint seal material in concrete pavements (compression seal and self -leveling silicone). Project also involves relocation of hold position signs on RWY 17R-35L as well as removal and replacement of hold position markings. Any changes in Project Scope will require a revision to the CSPP, which must be approved by LBB and the FAA. C. FAA AIR TRAFFIC CONTROL TOWER (ATCT) COORDINATION Because LBB has an active air traffic control tower, Contractor shall coordinate all communication with LBB air traffic control. 2. PHASING Refer to Phasing Plans included in Appendix A for limits of each phase. A. BID PACKAGE (273 CALENDAR DAYS TOTAL) Phase 1 (30 calendar days): Spall repair and joint seal on TWY J (RWY 8-26 RSA to east of TWY K intersection) and TWY P. Phase 1A (4 calendar days): Spall repair and joint seal on TWYs J and P within RWY 8-26 RSA. Phase 1A can occur anytime within Phase 1 and requires RWY 8-26 to be closed. Coordination with Owner for RWY 8-26 closure is necessary. Nighttime work may be required. Phase 2 (21 calendar days): Spall repair and joint seal on TWY J (TWY K intersection to East Ramp intersection) and TWY K. Phase 2A (3 calendar days): Spall repair and joint seal on TWY K within RWY 8-26 RSA. Phase 2A can occur anytime with Phase 2 and requires RWY 8-26 to be closed. Coordination with Owner for RWY 8-26 closure is necessary. Nighttime work may be required. Phase 28 (10 calendar days): Spall repair and joint seal on TWY J (East Ramp to TWY G). Phase 3 (14 calendar days): Spall repair and joint seal on TWY J (TWY G intersection) and TWY G. Phase 3A (7 calendar days): Spall repair and joint seal on TWY G within RWY 8-26 RSA, TWY J (at TWY R intersection and TWY R). Phase 3A can occur anytime with Phase 3. Work within RSA requires RWY 8-26 to be closed. Coordination with Owner for RWY 8-26 closure is necessary. Nighttime work may be required. Phase 4 (4 calendar days): Spall repair and joint seal on TWY J (TWY R intersection to the TWY M intersection). 01271517 1 Airfield -Wide Joint Seal -2- Parkhill Phase 5 (25 calendar days): Spall repair and joint seal on TWY F (Terminal Apron intersection to RWY 17R-35L RSA), TWY M (south of the TWY J intersection to the south RWY 17R-35L RSA), and TWY Q. Relocation of RWY hold position signage and markings. Phase 5A (3 calendar days): Spall repair and joint seal on TWYs F, M, and Q within RWY 17R-35L RSA. Hold sign relocation. Phase 5A can occur anytime with Phase 5 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. Phase 6 (18 calendar days): Spall repair and joint seal on West Ramp. Relocation of RWY hold position signage and markings. Phase 6A (9 calendar days): Spall repair and joint seal on TWY F (west of RWY 17R-35L), TWY L (south of Lubbock Aero north access to TWY D), and West Ramp. Hold sign relocation. Phase 6A can occur anytime with Phase 6 work within RSA and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. Phase 6B (3 calendar days): Spall repair and joint seal on West Ramp. Phase B can occur anytime within Phase 6; however, Phase 613 work must not overlap with Phase 6A work to always allow access to south T-Hangars and GA area. Phase 7 (18 calendar days): Spall repair and joint seal on TWY L (south of T-hangar access to the south of Lubbock Aero north entrance) and TWY J (west of RWY 17R-35L RSA). Phase 7A (2 calendar days): Spall repair and joint seal on TWY J west of RWY 17R-35L within RSA. Phase 7A can occur anytime with Phase 7 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. Phase 8 (16 calendar days): Spall repair and joint seal on TWY L (south of TWY V to north of T-hangar intersection). Phase 8A (2 calendar days): Spall repair and joint seal on TWY L (T-hangar access intersection) and T-hangar entrance. Phase 8A can occur anytime with Phase 8. Phase 9 (17 calendar days): Spall repair and joint seal on TWY L (south of TWY S to south of TWY V) and TWY V (RWY 17R-35L RSA to Cargo Ramp). Phase 9A (2 calendar days): Spall repair and joint seal on TWY V within RWY 17R-35L RSA. Phase 9A can occur anytime with Phase 9 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 8-26 closure is necessary. Nighttime work may be required. Phase 10 (14 calendar days): Spall repair and joint seal on TWY S (RWY 17R-35L RSA to Cargo Ramp). Phase 10 work will occur adjacent an active Cargo Ramp. Departing aircraft during pushback on the north end of the Cargo Apron, may require aircraft tail to be out on TWY S prior to aircraft turning left to taxi to TWY V. Coordination with Engineer, Owner, and Cargo Operations is required to accommodate daily and nightly scheduled operations. Relocation of RWY hold position signage and markings. Phase 10A (2 calendar days): Hold sign relocation. Spall repair and joint seal on TWY S within RWY 17R-35L RSA and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Phase 10A can occur anytime with Phase 10. Nighttime work may be required. Phase 11 (21 calendar days): Spall repair and joint seal on Cargo Ramp. Phase 11 work will occur on an active Cargo Ramp. ALL CONTRACTOR EMPLOYEES ARE REQUIRED TO BE BADGED BY LBB SECURITY OFFICE FOR WORK WITHIN CARGO RAMP AREA. Aircraft must always be accommodated. Coordination with Engineer, Owner, and Cargo Operations is required to accommodate daily and nightly scheduled operations. Cargo apron must be continually cleared of foreign object debris. Phase 12 (20 calendar days): Spall repair and joint seal on TWY M (RWY 17R-35L RSA to north of TWY S) and TWY T. Relocation of RWY hold position signage and markings. - Phase 12A (3 calendar days): Spall repair and joint seal on TWYs M and T within RWY 17R-35L RSA. Hold sign relocation. Phase 12A can occur anytime with Phase 12 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. 01271517 1 Airfield -Wide Joint Seal -3- Parkhill Phase 13 (15 calendar days): Spall repair and joint seal on TWY M (north of TWY S to north of TWY N) and TWY S (west of RWY 17R-35L RSA). Phase 13A (2 calendar days): Spall repair and joint seal on TWY S within RWY 17R-35L RSA. Hold sign relocation. Phase 13A can occur anytime with Phase 13 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. Phase 14 (18 calendar days): Spall repair and joint seal on TWY M (TWY N intersection to north of TWY J) and TWY N (west of RWY 17R-35L RSA). Relocation of RWY hold position signage and markings. Phase 14A (2 calendar days): Hold sign relocation. Spall repair and joint seal on TWY N within RWY 17R-35L RSA. Phase 14A can occur anytime with Phase 14 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R- 35L closure is necessary. Nighttime work may be required. Phase 15 (12 calendar days): Spall repair and joint seal on TWY M (intersection of TWYs M and J) and TWY J (between TWY M and west of RWY 17R-35L RSA). Phase 15A (3 calendar days): Spall repair and joint seal on TWY J within the west RWY 17R-35L RSA. Phase 15A can occur anytime with Phase 15 and requires RWY 17R-35L to be closed. Coordination with Owner for RWY 17R-35L closure is necessary. Nighttime work may be required. Punch List (10 calendar days): Completion of remaining items found during construction walkthrough. Construction Phasing Drawings may be reviewed in Appendix A. B. PROJECT SCHEDULE Contractor must submit a Project Schedule and Phasing Plan (CSPP) at/before Preconstruction Meeting. Any changes made to Project Schedule or Phasing will require a revision to the CSPP, which must be approved by LBB and the FAA. 3. AREAS/OPERATIONS AFFECTED BY CONSTRUCTION Project will affect aircraft operations on entire airfield. Secure Identification Display Area (SIDA) badges will be required for work on taxiways and cargo aprons. Construction activity will be coordinated with LBB Operations, all airlines, LBB Aircraft Rescue and Firefighting (ARFF), fueling operations, and other critical operations. Section 2 "Phasing" describes work associated in each phase. Refer to Appendix B for Construction Phasing, Safety Plan and Details, and Security Notes. No anticipated disruption to essential utilities. Contractor will be required to locate all utilities before construction to mitigate the potential for changes. All communication and coordination will be through LBB Operations. ARFF will be notified by LBB Operations of construction activities and portions of pavement closed during construction. - Before starting each phase of construction, Contractor shall coordinate a route through the work zone for that phase with ARFF, LBB Operations, and Engineer. - Barricades on each end of the work zone shall be properly gapped to permit safe passage of ARFF truck. - A minimum 20-foot-wide access route through the work zone of each phase shall always be maintained free of equipment and materials. - Daily Contractor safety briefings shall address these requirements to ensure ongoing ARFF access and unimpeded response. - If an emergency requires ARFF on the airfield, Contractor shall immediately give way to emergency response vehicles. Ongoing coordination of construction phasing will be coordinated to keep ATC up to date on closures. 01271517 1 Airfield -Wide Joint Seal - 4 - Parkhill 4. NAVIGATION AID (NAVAID) PROTECTION A. NAVAIDS IN CLOSE PROXIMITY TO WORK AREA Contractor shall protect TWY edge lights and TWY signage along perimeter of TWYs within each phase of work. TWY edge lights should be covered within closed limits with a PVC sleeve to indicate closed pavement. 5. CONTRACTOR ACCESS A. GENERAL LBB to provide Airport visitor/contractor access procedures. B. AIRPORT OPERATIONS AREA (AOA) Airport Operations Area (AOA) is defined as any portion of Airport property normally secured against unauthorized entry. AOA includes all areas specifically reserved for operations of aircraft, aircraft support equipment, and personnel. Generally, AOA is defined by the Airport's outer security fencing and any building forming part of secured perimeter. When necessary to cross pavement surface on airfield, Contractor shall inspect all paved surfaces for Foreign Object Debris (FOD) daily and before reopening pavement surface to air traffic. Final inspection shall be by LBB. Contractor shall not leave opening in secure fence at any time. C. CONTRACTOR'S ENTRANCE GATE Adjacent to Contractor's entrance gate and outside AOA, Contractor shall provide a parking area for Contractor employees' personal automobiles. Engineer directs limits of parking/storage area. At Project completion, any damage done by Contractor to this area shall be repaired to Engineer satisfaction at no additional cost to Owner. Repairs shall include but not be limited to regrading, reseeding, or repaving damaged areas. D. CONTRACTOR'S PLANT SITE, STORAGE, AND OFFICE AREA Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor use as well as maintenance of areas and dust control for Project duration. Direct negotiation may be conducted with Airport Deputy Director of Aviation for areas desired. Areas used by Contractor may be subject to rental rates and fees as identified by Airport Deputy Director of Aviation. Areas occupied by Contractor and forces must be completely restored by Contractor, at Contractor expense, including but not limited to regrading disturbed areas, complete removal of debris or any other material brought onto site by Contractor, and complete replacement of topsoil, turf, asphalt pavement, concrete slabs, or drives, etc. that is worn, deteriorated, or damaged while Contractor and forces occupy the area. All restoration shall be to Airport Deputy Director of Aviation satisfaction. Before moving into unpaved area, Contractor shall clear and grub area, then remove and stockpile a 6-inch minimum of existing topsoil. After Project completion and clearing site of materials, equipment, and debris, Contractor shall replace, spread, and grade salvaged topsoil. Follow by seeding and fertilizing. Accomplish all restoration activities in accordance with applicable Technical Specifications. No direct payment will be made to Contractor for preparing or restoring plant site haul routes, storage, or office areas. 01271517 1 Airfield -Wide Joint Seal - 5 - Parkhill E. VEHICLE ESCORT All vehicles (such as supplier vehicles), responsible to Contractor, entering AOA, shall be escorted by an approved Contractor escort vehicle from point of AOA entry to construction site. Escort vehicle shall be clearly identified with standard FAA markings/flags and Contractor name. Escort vehicle will be responsible for leading supply, delivery, or other vehicles across active airfield. To facilitate safe movement of escort and escorted vehicles, escort vehicle driver shall be approved for, issued, and display a/an LBB security badge. Further, Escort vehicle driver shall be familiar with airport security and safety procedures. Escort vehicle shall be equipped with FAA radio as specified in Article 55 - Two -Way Radio Communications, and escort vehicle driver shall be familiar with FAA radio, its operation, and obey all instructions from Air Traffic Control Tower. F. TWO-WAY RADIO COMMUNICATIONS Contractor must equip vehicles used by Project superintendent and Project foremen on the Project with radio receiver/transmitters for maintaining direct communication with Airport personnel. Contractor will provide minimum two radios, as specified, consisting of: Two Icom America, Model IC-A6 (or latest equivalent model), with AC charger, DC charger, carrying case, flexible antenna, headset adapter cable, headset desk charger, multi -charger, and two 760 mAH heavy rechargeable battery packs. Communication will be required at a 121.9-MHz frequency for LBB ground control. Radio contact is required when construction operations are in the vicinity of, or when crossing any active RWY, TWY, or apron, or as directed by LBB. Contractor must provide enough radios to maintain communication in all areas of work. G. CONTRACTOR'S SAFETY PLAN (CSP) Contractor shall submit a Contractor's Safety Plan (CSP) as part of the submittal process before starting construction that must always be followed. LBB reserves the right to have Contractor amend CSP any time if concerns arise. 6. WILDLIFE MANAGEMENT A. TRASH Contractor must dispose all trash in a covered trash can or other method, not allowing trash to become a hazard or animal attractant. B. STANDING WATER Contractor shall minimize standing water. C. TALL GRASS AND SEEDS Contractor must maintain construction area grass to height required by LBB. D. POORLY MAINTAINED FENCING AND GATES Contractor shall maintain any fencing or gates in good condition, proper working order, and gap under fence or gate shall not exceed 3 inches. E. DISRUPTION OF EXISTING WILDLIFE HABITAT In event of wildlife habitat, Contractor will notify LBB and Engineer immediately. 01271517 1 Airfield -Wide Joint Seal - 6 - Parkhill 7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT Contractor shall train and emphasize to construction site employees the need for continuous Foreign Object Debris (FOD) checks on or near active airfield pavement. Contractor must conduct FOD checks before and after each construction shift at a minimum and monitor nearby active pavements throughout construction shift. 8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT Hazardous materials will be handled and stored per latest revision to FAA Advisory Circular 150/5370-2G - Operational Safety on Airports during Construction. Contractor must be prepared to immediately contain and clean spills resulting from fuel, oil, petroleum products, or hydraulic fluid leaks. Transportation and handling of other hazardous materials on the Airport requires additional special procedures as addressed in latest revisions to FAA Advisory Circular 150/5320- 15 - Management of Airport Industrial Waste. All spills must be immediately reported to LBB at 806.775.2044. 9. CONSTRUCTION ACTIVITY NOTIFICATIONS A. RESPONSIBLE REPRESENTATIVES / POINTS OF CONTACT Lubbock Preston Smith International Airport Name I Position Phone Steve Nicholson, CM I Airport Deputy Director of Aviation 806.775.2036 Parkhill, Engineer/Consultant Name Position Phone Mark Haberer, P.E., CM Project Manager 806.473.2200 Tessa Hazlett, PE Project Engineer 469.200.7377 TBD , Resident Engineer Name Position Phone TBD , Quality Assurance Testing Name Position Phone 01271517 1 Airfield -Wide Joint Seal - 7 - Parkhill *** Insert Contractor and subcontractor personnel information upon Project award.*** P_nnfrarfnr Name Position/Trade Phone Ri ihrnnfracfnr Name Position/Trade Phone Ri bconfracfnr Name Position/Trade Phone B. NOTICES TO AIRMEN (NOTAM) LBB is responsible for issuing any Notice to Airmen (NOTAM) required before Project begins, as Project progresses, and will cancel NOTAMs at completion of intermediate construction phases of Project, as required. Contractor shall closely coordinate anticipated and required NOTAMs with LBB and provide LBB at least 72 hours' notice of necessary NOTAMs. C. EMERGENCY NOTIFICATION PROCEDURES In case of emergency, Contractor shall immediately call 911 first then LBB at 806.775.2044. During Airport emergencies, ARFF vehicles always have the immediate right-of-way and may traverse any known roadways throughout airfield. Contractor, subcontractors, and suppliers shall immediately yield right-of-way to all Airport ARFF personnel and equipment. D. FAA NOTIFICATION Contractor will notify Consulting Engineer and LBB 72 hours in advance of any work around NAVAIDs or shutdowns affecting NAVAIDs owned by FAA. Contractor shall notify NAVAIDs owned by a separate party 72 hours in advance of any work around or shutdowns of NAVAIDs. 01271517 1 Airfield -Wide Joint Seal - 8 - Parkhill 10. INSPECTION REQUIREMENTS A. DAILY INSPECTIONS Contractor shall perform daily safety, security, and phasing inspections to ensure CSPP compliance. Document inspections in Contractor's Daily Logs/Quality Control Logs. Contractor is required to submit a Quality Control Plan (QCP) for Owner or designated representative review before any construction. QCP will address specific requirements for inspection of individual specification/pay items including test method, sampling point, testing frequency for each item, and proposed remediation action for each item if it does not meet Specification requirements. QCP will also provide direction on developing inspection reports and what to include. QCP will likely be developed in whole or in conjunction with selected Quality Control firm. QCP shall include and address Construction Management Plan (CMP) requirement. B. FINAL INSPECTIONS LBB will perform final safety inspection before opening any airfield pavement to aircraft. 11. UNDERGROUND UTILITIES Contractor shall locate, mark, and protect all utilities and infrastructure during construction. Location of utilities shall include notification of Texas 811 system and coordination with LBB. 12. PENALTIES Contractor pays all penalty fines associated with any safety violation. 13. SPECIAL CONDITIONS A. FAA FORM 7460-1 Consulting Engineer will prepare and submit FAA Form 7460-1 for Project scope and proposed Construction Safety and Phasing Plan (CSPP). Contractor shall submit Form 7460-1 on all equipment over 20 feet high. A blank Form 7460-1 - Notice of Proposed Construction or Alteration, is included in Appendix D. Contractor shall submit supplemental FAA Form 7460-1 to FAA at least 45 days prior to utilization of equipment more than 20 feet in height. B. ONSITE BURNING AND BLASTING Onsite burning and blasting are prohibited. C. GUN PROHIBITION ON AIRPORT PROPERTY No firearms or guns are allowed on LBB property. 14. RWY AND TWY VISUAL AIDS Airport marking, 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 to minimize damage to an aircraft in the event of inadvertent contact. Lighting, signs, and NAVAIDs located within object free area must be frangible. 01271517 1 Airfield -Wide Joint Seal - 9 - Parkhill 15. MARKING AND SIGNS A. ACCESS ROUTE Contractor required to mark access routes and haul routes with lathes and flag tape. B. APPROVED WORK AREAS Contractor must mark approved work areas with lathes and flag tape to ensure construction personnel and equipment remain in approved areas. 16. HAZARD MARKING AND LIGHTING A. EQUIPMENT Contractor vehicles shall be clearly identified with Contractor name, standard FAA marking, lighting, and/or flags. Rotating amber beacons are required for all nighttime work. Contractor shall submit 7460s on all equipment. Any request to use nighttime lighting will be provided in writing two weeks prior to requested start time, from Contractor to Engineer and LBB for approval. B. WORK AREAS Contractor shall provide temporary, low -profile barricades to delineate safe operating areas for aircrafts. Barricades shall have flashing red lights. Contractor must inspect lights each evening and immediately replace any lights not operating correctly. Contractor will be fined for non -working lights as indicated in Project Specifications. Line perimeter construction area with low -profile aviation barricades spaced at 5 feet. 17. WORK ZONE LIGHTING FOR NIGHT CONSTRUCTION If working at night, Contractor -provided lighting equipment must adequately illuminate work area. Present a Lighting Plan to LBB, Engineer, and FAA at least 14 days before commencing nighttime construction activities. Requirement for Lighting Plan are stated in Section 3.22 of FAA AC 150/5370-2G. 18. PROTECTION A. RWY SAFETY AREA (RSA) No construction or material stockpile shall occur within an active RSA. Contractor shall mark out RSA before construction. RSA is 500 feet wide and extends 1,000 feet beyond RWY end for RWYs 17R-35L and 8-26. RSA for RWY 17L-35R is 300 feet wide and extends 600 feet beyond RWY end. B. RWY OBJECT FREE AREA (ROFA) No material stockpile will occur within an active ROFA. ROFA is 800 feet wide and 1,000 feet beyond RWY end for RWY 17R-35L and RWY 8-26 RSA. ROFA is 800 feet wide and 600 feet beyond RWY end for RWY 35L-35R. 01271517 1 Airfield -Wide Joint Seal - 10 - Parkhill C. TWY SAFETY AREA (TSA) No construction or material stockpile shall occur within an active TSA. TSA for taxiways serving RWYs 17R-35L and 8-26 is 171 feet wide. TSA for taxiways serving RWY 17L-35R TSA is 49 feet. D. TWY OBJECT FREE AREA (TOFA) No material stockpile shall occur within an active TOFA. TOFA for taxiways serving RWYs 17R-35L and 8-26 TOFA is 259 feet wide. TOFA for taxiways serving RWY 17L-35R is 89 feet wide. E. OBSTACLE FREE ZONE (OFZ) No construction activity or material stockpile will penetrate OFZ. F. RWY APPROACH/DEPARTURE SURFACES No construction activities will penetrate approach/departure surfaces. G. OPEN TRENCHES Open trenches are not permitted within RSA of an open RWY or TSA of an open TWY. Contractor shall prominently mark any open trench or excavation at construction site with lighted barricades. H. SAFETY INFORMATION Refer to Appendix B - Safety Details. JET BLAST Contractor shall take precautions to minimize effects of jet blast, particularly near RWY threshold. ELECTRICAL LOCK OUT/TAG OUT REQUIREMENTS Contractor shall prepare lockout/tag out plan and communicate procedures to all staff. K. UNUSED RWY Where shown on Construction/Safety Plan, Contractor shall denote unusable RWY pavement using low -profile aviation barricades. Refer to Plans for details. 19. OTHER CONSTRUCTION LIMITATIONS A. PROHIBITIONS No use of tall equipment over 20 feet unless a 7460-1 determination letter is issued for such equipment. No use of open -flame welding or torches. No use of electrical blasting caps. No use of flare pots. 01271517 1 Airfield -Wide Joint Seal - 11 - Parkhill B. RESTRICTIONS Any construction suspension required during specific airport operations will be coordinated by Engineer, Owner, and Contractor during construction. Areas that cannot be worked on simultaneously, will be coordinated by Engineer, Owner, and Contractor during construction. Refer to Article 16 — Hazard Marking and Lighting, for night construction requirements. Seasonal construction restrictions will be coordinated by Engineer, Owner, and Contractor during construction. 01271517 1 Airfield -Wide Joint Seal - 12 - Parkhill APPENDIX A: CONSTRUCTION SAFETY AND PHASING PLAN Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Parkhill APPENDIX B: SAFETY DETAILS Page is too large to OCR. Parkhill APPENDIX C: ADVISORY CIRCULAR 150/5370-2G, OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION Parkhill All contractors and subcontractors responsible for implementation of this CSPP must review all relevant sections of the FAA AC 150/5370-2G, Operating Safety on Airports During Construction prior to commencement of construction. See here for link to the full Advisory Circular PDF: https://www.faa.gov/documentLibrary/media/Advisoty Circular/ 150-5370-2G.pdf Parkhill APPENDIX D: FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION (BLANK) NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION § 77.7 Form and time of notice. (3) 25 to 1 for a horizontal distance of (a) If you are required to file notice under §77.9, 5,000 ft. from the nearest point of the nearest you must submit to the FAA a completed FAA landing and takeoff area of each heliport Form 7460-1, Notice of Proposed Construction described in paragraph (d) of this section. or Alteration. FAA Form 7460-1 is available at (c) Any highway, railroad, or other traverse way FAA regional offices and on the Internet. (b) You must submit this form at least 45 days before the start date of the proposed construction or alteration or the date an application for a construction permit is filed, whichever is earliest. (c) If you propose construction or alteration that is also subject to the licensing requirements of the Federal Communications Commission (FCC), you must submit notice to the FAA on or before the date that the application is filed with the FCC. (d) If you propose construction or alteration to an existing structure that exceeds 2,000 ft. in height above ground level (AGL), the FAA presumes it to be a hazard to air navigation that results in an inefficient use of airspace. You must include details explaining both why the proposal would not constitute a hazard to air navigation and why it would not cause an inefficient use of airspace. (e) The 45-day advance notice requirement is waived if immediate construction or alteration is required because of an emergency involving essential public services, public health, or public safety. You may provide notice to the FAA by any available, expeditious means. You must file a completed FAA Form 7460-1 within 5 days of the initial notice to the FAA. Outside normal business hours, the nearest flight service station will accept emergency notices. § 77.9 Construction or alteration requiring notice. If requested by the FAA, or if you propose any of the following types of construction or alteration, you must file notice with the FAA of: (a) Any construction or alteration that is more than 200 ft. AGL at its site. (b) Any construction or alteration that exceeds an imaginary surface extending outward and upward at any of the following slopes: (1) 100 to 1 for a horizontal distance of 20,000 ft. from the nearest point of the nearest runway of each airport described in paragraph (d) of this section with its longest runway more than 3,200 ft. in actual length, excluding heliports. (2) 50 to 1 for a horizontal distance of 10,000 ft. from the nearest point of the nearest runway of each airport described in paragraph (d) of this section with its longest runway no more than 3,200 ft. in actual length, excluding heliports. Mail Processing Center Federal Aviation Administration Southwest Regional Office Obstruction Evaluation Group 10101 Hillwood Parkway Fort Worth, TX 76177 Fax: (817) 222-5920 for mobile objects, of a height which, rf adjusted upward 17 feet for an Interstate Highway that is part of the National System of Military and Interstate Highways where overcrossings are designed for a minimum of 17 feet vertical distance, 15 feet for any other public roadway, 10 feet or the height of the highest mobile object that would normally traverse the road, whichever is greater, for a private road, 23 feet for a railroad, and for a waterway or any other traverse way not previously mentioned, an amount equal to the height of the highest mobile object that would normally traverse it, would exceed a standard of paragraph (a) or (b) of this section. (d) Any construction or alteration on any of the following airports and heliports: (1) A public use airport listed in the Airport/Facility Directory, Alaska Supplement, or Pacific Chart Supplement of the U.S. Government Flight Information Publications; (2) A military airport under construction, or an airport under construction that will be available for public use; (3) An airport operated by a Federal agency or the DOD. (4) An airport or heliport with at least one FAA -approved instrument approach procedure. (e) You do not need to file notice for construction or alteration of: (1) Any object that will be shielded by existing structures of a permanent and substantial nature or by natural terrain or topographic features of equal or greater height, and will be located in the congested area of a city, town, or settlement where the shielded structure will not adversely affect safety in air navigation; (2) Any air navigation facility, airport visual approach or landing aid, aircraft arresting device, or meteorological device meeting FAA - approved siting criteria or an appropriate military service siting criteria on military airports, the location and height of which are fixed by its functional purpose; (3) Any construction or alteration for which notice is required by any other FAA regulation. (4) Any antenna structure of 20 feet or less in height, except one that would increase the height of another antenna structure. Website: https://oeaaa.faa.gov INSTRUCTIONS FOR COMPLETING FAA FORM 7460-1 PLEASE TYPE or PRINT ITEM #1. Please include the name, address and phone number of a personal contact point as well as the company name. ITEM #2. Please include the name, address and phone number of a personal contact point as well as the company name. ITEM #3. New Construction would be a structure that has not yet been built. Alteration is a change to an existing structure such as the addition of a side mounted antenna, a change to the marking and lighting, a change to power and/or frequency, or a change to the height. The nature of the alteration shall be included in ITEM #21 "Complete Description of Proposal". Existing would be a correction to the latitude and/or longitude, a correction to the height, or if filing on an existing structure which has never been studied by the FAA. The reason for the notice shall be included in ITEM #21 "Complete Description of Proposal". ITEM #4. If Permanent, so indicate. If Temporary, such as a crane or drilling derrick, enters the estimated length of time the temporary structure will be up. ITEM #5. Enter the date that construction is expected to start and the date that construction should be completed. ITEM #6. Please indicate the type of structure. DO NOT LEAVE BLANK. ITEM #7. In the event that obstruction marking and lighting is required, please indicate type desired. If no preference, check "other' and indicate "no preference" DO NOT LEAVE BLANK. NOTE: High Intensity lighting shall be used only for structures over 500' AGL. In the absence of high intensity lighting for structures over 500' AGL, marking is also required. ITEM #8. If this is an existing tower that has been registered with the FCC, enter the FCC Antenna Structure Registration number here. ITEM #9 and #10. Latitude and longitude must be geographic coordinates, accurate to within the nearest second or to the nearest hundredth of a second if known. Latitude and longitude derived solely from a hand-held G P S instrument is NOT acceptable. A hand-held GPS is only accurate to within 100 meters (328 feet) 95 percent of the time. This data, when plotted, should match the site depiction submitted under ITEM #20. ITEM #11. NAD 83 is preferred; however, latitude and longitude may be submitted in NAD 27. Also, in some geographic areas where NAD 27 and NAD 83 are not available other datum may be used. It is important to know which datum is used. DO NOT LEAVE BLANK. ITEM #12. Enter the name of the nearest city and state to the site. If the structure is or will be in a city, enter the name of that city and state. ITEM #13. Enter the full name of the nearest public -use (not private -use) airport or heliport or military airport or heliport to the site. ITEM #14. Enter the distance from the airport or heliport listed in #13 to the structure. ITEM #15. Enter the direction from the airport or heliport listed in #13 to the structure. ITEM #16. Enter the site elevation above mean sea level and expressed in whole feet rounded to the nearest foot (e.g. 17'3" rounds to 17', 17'6" rounds to 18'). This data should match the ground contour elevations for site depiction submitted under ITEM #20. ITEM #17. Enter the total structure height above ground level in whole feet rounded to the next highest foot (e.g. 17'3" rounds to 18'). The total structure height shall include anything mounted on top of the structure, such as antennas, obstruction lights, lightning rods, etc. ITEM #18. Enter the overall height above mean sea level and expressed in whole feet. This will be the total of ITEM #16 + ITEM #17. ITEM #19. If an FAA aeronautical study was previously conducted, enter the previous study number. ITEM #20. Enter the relationship of the structure to roads, airports, prominent terrain, existing structures, etc. Attach an 8-1/2" x 11" non -reduced copy of the appropriate 7.5 minute U.S. Geological Survey (USGS) Quadrangle Map MARKED WITH A PRECISE INDICATION OF THE SITE LOCATION. To obtain maps, contact USGS at 1-888-275-8747 or via internet at "http://store.usgs.gov". If available, attach a copy of a documented site survey with the surveyor's certification stating the amount of vertical and horizontal accuracy in feet. ITEM #21. • For transmitting stations, include maximum effective radiated power (ERP) and all frequencies. • For antennas, include the type of antenna and center of radiation (Attach the antenna pattern, if available). • For microwave, include azimuth relative to true north. • For overhead wires or transmission lines, include size and configuration of wires and their supporting structures (Attach depiction). • For each pole/support, include coordinates, site elevation, and structure height above ground level or water. • For buildings, include site orientation, coordinates of each corner, dimensions, and construction materials. • For alterations, explain the alteration thoroughly. • For existing structures, thoroughly explain the reason for notifying the FAA (e.g. corrections, no record or previous study, etc.). Filing this information with the FAA does not relieve the sponsor of this construction or alteration from complying with any other federal, state or local rules or regulations. If you are not sure what other rules or regulations apply to your proposal, contact local/state aviation's and zoning authorities. Paperwork Reduction Work Act Statement: A federal agency may not conductor sponsor, and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements oft he Paperwork Reduction Act unless that collection displays a currently valid OMB Control Number. The OMB control number forth is information collection is 2120-0001. Public reporting forth is collection of information is estimated to be approximately 19 minutes per response, including the time for reviewing instructions, searching existing data sources, gathering and maintainingthe data needed, completing and reviewingthe collection of information. All responses to this collection of information are mandatory for anyone proposing construction or alteration that meets the criteria contained in 14 CFR 77. This information is collected to evaluate the effect of proposed construction or alteration on air navigation and is not confidential. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden to: Information Collection Clearance Officer, Federal Aviation Administration, 10101 Hillwood Parkway, Fort Worth, TX 76177-1524. Form 7460-1 (04/20) Superseded Previous Edition Electronic Version (Adobe) NSN: 0052-00-012-0009 Privacy Act Statement (5 U.S.C. § 552a, as amended): AUTHORITY: The FAA is responsible for issuing a determination based on extensive analysis completed in accordance with 49 United States Code (USC) Sections 44718. Title 14 of the Code of Federal Regulations (14 CFR), part 77 authorizes FAA to collect this information. PURPOSE(S): FAA will use the information provided to administer the Aeronautical Study Process. ROUTINE USE(S): In accordance with DOT's system of records notice, DOT/ALL 16 Mailing Management System and DOT/FAA 826 Petitions for Exemption, Other than Medical Exemption -Public Dockets, the information provided may be disclosed to officials within the Federal government and the public in general. Please Type or Print on This Form Form Approved OMB No.2120-0001 Expiration Date: 04/30/2023 Failure To Provide All Requested Information May Delay Processing of Your Notice U.S. Department of Transportation Notice of Proposed Construction or Alteration Federal Aviation Administration FOR FAA USE ONLY Aeronautical Study Number 1. Sponsor (person, company, etc. proposing this action): Attn. of Name: 0 9. Latitude: o 10. Longitude: 11. Datum: ❑ NAD 83 ❑ NAD 27 ❑ Other 12. Nearest: City: State 13. Nearest Public -use (not private -use) or Military Airport or Heliport: Address: City: State: Zip: Telephone: Fax: 14. Distance from #13. to Structure: 15. Direction from #13. to Structure: 16. Site Elevation (AMSL): ft. 17. Total Structure Height (AGL): ft. 18. Overall Height (#16 + #17) (AMSL): ft. 19. Previous FAA Aeronautical Study Number (if applicable): -OE 2. Sponsor's Representative (if other than #1): Attn. of Name: Address: City: State: Zip: Telephone: Fax: 20. Description of Location: (Attach a USGS 7.5 minute Quadrangle Map with the precise site marked and any certified survey) 3. Notice of: ❑ New Construction ❑ Alteration ❑ Existing 4. Duration: ❑ Permanent ❑ Temporary ( months, days) 5. Work Schedule: Beginning End 6. Type: ❑ Antenna Tower ❑ Crane ❑ Building ❑ Power Line ❑ Landfill ❑ Water Tank ❑ Other 7. Marking/Painting and/or Lighting Preferred: ❑ Red Lights and Paint ❑ Dual - Red and Medium Intensity ❑ White -Medium Intensity ❑ Dual - Red and high Intensity ❑ White -High Intensity ❑ Other 8. FCC Antenna Structure Registration Number (if applicable): 21. Complete Description of Proposal: Frequency/Power (kW) Notice is required by 14 Code of Federal Regulations, part 77 pursuant to 49 U.S.C., Section 44718. Persons who knowingly and willingly violate the notice requirements of part 77 are subject to a civil penalty of $1,000 per day until the notice is received, pursuant to 49 U.S.C., Section 46301(a) hereby certify that all of the above statements made by me are true, complete, and correct to the best of my knowledge. In addition, I agree to mark and/or light the structure in accordance with established marking & lighting standards as necessary. Date Typed or Printed Name and Title of Person Filing Notice Signature FAA Form 7460-1 (04/20) Supersedes Previous Edition NSN: 0052-00-012-0009 Parkhill APPENDIX E: FAA CSPP REVIEW CHECKLIST ARP SOP No. 1.00 Effective Date: October 1, 2013 F.1. Checklist for FAA CSPP Review Airport Name: Lubbock Preston Smith International Airport LOCID: LBB Associate City: Lubbock Project No. F.I.I. AC 150/5370-2F This checklist identifies the main elements and sub -elements established under Section 2, Chapter 2 of Advisory Circular 150/5370-2F. Project Managers (PM) are encouraged to use this checklist as an aid when reviewing a Sponsor's CSPP for conformance to the safety standards. Because the PM's approval/disapproval letter represents the official FAA action, a completed checklist is not a required record the PM must sign or archive in the grant file. CSPP Element Addressed?Element 11 Yes No N/A Coordination (Section 205) — Contractor Progress Meetings ❑ I I — Addresses necessary actions when changes are to CSPP ❑ r u El — Provisions for FAA ATO Coordination ❑ ❑ ❑ Phasing (Section 206) — Phase Elements ❑ ❑ ❑ — Construction Safety Drawings ❑ ❑ Area and Operations Affected by Construction Activity (Section 207) — Identification of affected Areas I — Mitigation Affects F I Navigation Aid Protection (Section 208) — Operational NAVAID Critical areas F I Access (Section 209) tion of Stockpiles Construction Materialcle LContractor and Pedestrian Operations I I I e Management (Section 210) — Trash G G ❑ — Standing Water ❑ ❑ ❑ — Tall Grass ❑ ❑ ❑ — Fencing and Gates ❑ I ❑ ❑ — Disruption of Wildlife Habitat ❑ ❑ Foreign Object Debris (Section 211) — FOD Control Measures F F F Hazardous Material Management (Section 212) — Hazardous Material Controls E E E F-1 Effective Date: October 1, 2013 ARP SOP No. 1.00 CSPP Element Addressed?Element Yes No N/A Notification of Construction Activitim iipi es (Section 213) - List of Responsible Representatives ❑ ❑ Li - NOTAMs ❑ ❑ ❑ - Emergency Notification Procedures ❑ ❑ ❑ - Coordination with ARFF ❑ ❑ ❑ - Notification to the FAA (Part 77, NAVAIDs....) I F Inspection Requirements (Section 214) - Daily Inspections u u u - Final Inspections I I I Underground Utilities (Section 215) - Procedures for protecting existing underground utilities F F F Penalties (Section 216) - Penalty provisions for noncompliance with safety plan provisions r I r I Special Conditions (Section 217) - Unique conditions that may affect the operation of the airport 7-r I r I Runway and Taxiway Visual Aids (Section 218) - General - Convey Clear Meaning; Secured from movement; Frangible r LJ r LJ r LJ - Markings ❑ ❑ ❑ - Lighting and Visual NAVAIDs ❑ ❑ ❑ - Signage ❑ ❑ ❑ Access Routes - Marking and Signage (Section 219) - Haul Road Demarcation F- F ❑ Hazard Marking, Lighting and Signage (Section 220) - Areas Impacted by Construction Operations I - Equipment F— F Protection Runway and Taxiway Areas, Zones and Surfaces (Section 221) - Runway Safety Area (RSA) f C - Runway Object Free Area (ROFA) ❑ ❑ ❑ - Taxiway Safety Area (TSA) ❑ ❑ ❑ - Taxiway Object Free Area (TOFA) ❑ ❑ ❑ - Obstacle Free Zone (OFZ) ❑ ❑ ❑ - Approach and Departure Surfaces Other Limitations on Construction (Section 222) - Prohibitions ❑ ❑ ❑ ❑ ❑ ❑ - Restrictions ❑ ❑ ❑ F-2 APPENDIX B CONSTRUCTION MANAGEMENT PLAN (CMP) Parkhill i Lubbock Preston Smith INTERNATIONAL AIRPORT Construction Management Plan (CMP) Lubbock Preston Smith International Airport Airfield -Wide Joint Seal Lubbock, Texas City of Lubbock ITB No. 22-16553-TF FAA A.I.P. No. 3-48-0138-048-2022 April 12022 Parkhill Project #01271517 Parkhill Lubbock Preston Smith INTERNATIONAL AIRPORT Construction Management Plan (CMP) Lubbock Preston Smith International Airport Airfield -Wide Joint Seal Lubbock, Texas City of Lubbock ITB No. 22-16553-TF FAA A.I.P. No. 3-48-0138-048-2022 � kA & "OpOF *......................... d TESSA R.HAZLETT �......... ............... ...; �. . 105004 4/29/2022 April 12022 Parkhill Project #01271517 Parkhill TABLE OF CONTENTS A. INTRODUCTION............................................................................. 1 B. PERSONNEL AND RESPONSIBILITIES ............................................. 1 C. INSPECTION PROCEDURES AND FREQUENCIES ............................3 D. SUBMITTAL PROCESS....................................................................4 E. QUALITY CONTROL TESTING (BY CONTRACTOR) ...........................4 F. ACCEPTANCE TESTING (BY OWNER'S REPRESENTATIVE)..............5 G. PAY FACTORS............................................................................... 5 H. TEST RESULTS.............................................................................. 6 I.. FINAL TEST AND QUALITY CONTROL REPORT ................................ 6 APPENDICES APPENDIX A APPENDIX B APPENDIX C APPENDIX D APPENDIX E CONSULTING ENGINEERING STAFF RESUMES LABORATORY CERTIFICATION SUBMITTAL PROCESS SUMMARY QUALITY CONTROL TESTING (BY CONTRACTOR) ACCEPTANCE TESTING/QUALITY ASSURANCE (BY ENGINEER) 01271517 1 Airfield -Wide Joint Seal TOC - 1 \\Data 1 \Projects\2017\2715.17\02_DSGN\04_REPT\00_CLERICAL\CM P\0_Ho1dSign\1-toc.docx Parkhill A. INTRODUCTION The Project accomplished under this program consists of construction work for the Lubbock Preston Smith International Airport (LBB). Project scope includes concrete spall repair, removing and replacing failed joints sealant, concrete beveling, sealing joints in concrete pavement with preformed compression seal or self -leveling silicone as specified, and sealing joints between concrete pavement and asphalt shoulders. B. PERSONNEL AND RESPONSIBILITIES Sponsor's Agent Mr. Steve Nicholson, CM, Deputy Director Operations and Safety Lubbock Preston Smith International Airport (LBB) Administration Office, 2nd Floor Lubbock Texas 79403 806.775.2036 Consulting Engineer and Staff Mr. Mark Haberer, P.E., CM, Project Manager Parkhill 4222 85th Street Lubbock Texas 79423 806.473.2200 MHaberer(c�Parkhill.com Ms. Tessa Hazlett, P.E., Project Engineer Parkhill 3000 Internet Boulevard, Suite 500 Frisco Texas 75034 469.200.7377 THazlett(@Parkhill.com Ms. Lanell Pahe, Engineering Technologist Parkhill 333Rio Rancho Blvd NE Suite 400 Rio Rancho NM 87124 806.473.3664 Ipahe(@Parkhill.com Ms. Debbie German, Project Assistant Parkhill 4222 85th Street Lubbock Texas 79423 806.473.3615 dagerman _Parkhill.com 01271517 1 Airfield -Wide Joint Seal - 1 - Parkhill Project Engineer will oversee construction period services. Parkhill will also provide one, full-time Resident Project Representative (RPR) during Project construction. A second RPR will be provided if needed. RPR duties, responsibilities, and limitations of authority are described in the Professional Engineering Services Agreement. RPR will report directly to the Parkhill Project Manager. Parkhill will compile a copy of all test reports to be delivered to TxDOT Aviation. A description of key personnel and chain of communication follows: Contractor (Updated upon award) Firm: Address: Phone: Contact Name, Title: City State Zip: Email: Testing Lab(s) • Sponsor's Quality Assurance Testing Lab Mr. Cole Hutson, P.E. Atlas Technical Consultants, LLC 12804 County Road 2500 Lubbock Texas 79404 806.771.7283 01271517 1 Airfield -Wide Joint Seal - 2 - Parkhill Contractor's Quality Control Testing Lab (Updated upon award Address: Phone: Contact Name, Title: City State Zip: Email: As required, the Sponsor's Quality Assurance (QA) testing laboratory and Contractor's Quality Control (QC) testing laboratory must be certified according to ASTM D3666 and C1077. Laboratory certificates may be found in Appendix B. Sponsor's QA laboratory is responsible for reporting all construction period and material compliant test results to Contractor, Sponsor, Sponsor's Agent/FAA, and Engineer. Contractor's QC laboratory is responsible for testing and reporting quality control test reports and periodic inspections to ensure quality of material required by Project Technical Specifications. C. INSPECTION PROCEDURES AND FREQUENCIES 1. SURVEYING AND GRADE CONTROL. Engineer provides grade control as part of Construction Documents. Contractor is responsible for verifying control network at Project onset to confirm agreement. All construction staking is Contractor responsibility and Contractor is required to immediately report any deviations. As required by Technical Specifications, Contractor must employ a Texas -licensed RPLS to verify field condition of various construction items. Provide all survey notes and measure to Engineer for verification of compliance with Project design. Engineer may employ a Texas -licensed RPLS to perform periodic verification of Contractor work, where applicable. This will include isolated spot checks only. Any discrepancies found will result in an immediate coordination meeting between Engineer and Contractor. 2. BY CONTRACTOR. Contractor is required to execute daily inspections on work performed and to be performed. All inspection notes shall be captured in Contractor's daily log, submitted as required. Contractor must also perform certain QC testing, where applicable. Testing shall be performed by Contractor's lab and all test reports made available to Engineer daily. Frequencies are defined in Project Specifications and Article E — Quality Control Testing (by Contractor). Contractor will detail QC testing further in their QC Program required by FAA Item C-100 — Contractor Quality Control Program. 3. BY CONSULTING ENGINEER. Observation Procedures: RPR will be onsite full-time daily throughout Project duration. As per Agreement for Professional Services, RPR will check for "general conformance to plans and specifications." RPR will not "inspect" every detail of Contractor's Project nor direct Contractor operations. RPR will observe, document findings, and bring any concerns to PARKHILL project manager. RPR will also coordinate Owner's QA testing laboratory. Tests will be performed as required by Technical Specifications and as stated in Article F — Acceptance Testing (by Owner's Representative). RPR will also monitor daily activity to confirm Contractor performs required QC testing. Observation notes will be captured in Procore. Daily Reporting/Diary: RPR will maintain daily logs in Procore for activity, progress, concerns, communication, testing, and other activity related to construction. Submit logs to Sponsor and FAA as part of Project Final Report, if applicable. RPR will also collect photos for reference where appropriate. Include all photos in Procore and transmit as part of the Project Final Report. 01271517 1 Airfield -Wide Joint Seal - 3 - Parkhill Weekly Reporting: As required by FAA, PARKHILL will prepare and submit weekly Construction Progress Reports by email and upload into FAA submission entry with electronic copies to the Sponsor. D. SUBMITTAL PROCESS Contractor must prepare and submit a complete submittal list at Preconstruction Meeting to populate into Procore and maintain throughout Project duration. Engineer will also maintain a record of submittal status in Procore. All submittals shall address "Buy American" and FAA -approved source requirements by having Contractor submit a written certification statement indicating requirements are met. A preliminary list of submittals may be found in Appendix C. This list was prepared to assist Contractor and does not permit Contractor to omit a submittal if not included on list. All submittals will be routed through Procore for review and approval. E. QUALITY CONTROL TESTING (BY CONTRACTOR) Contractor must visually inspect all items used upon arrival and maintain control charts for applicable material production. Contractor shall perform and document all daily inspections and tests as determined in the Technical Specifications, FAA Item C-100 — Contractor Quality Control Program. Contractor shall make QC reports, test results, and inspection reports available to Engineer. Provide test results before start of the following day. Provide inspection reports on workday after day of record. All items of material and equipment are subject to Engineer surveillance. If Contractor determines to be noncompliant regarding any requirements of QC Program, Engineer may expect Contractor to: ■ replace ineffective or unqualified quality control personnel or subcontractors; or ■ stop operations until appropriate corrective action is taken. For a list of anticipated QC Tests, see Appendix D, Table 2 - Quality Control Testing (By Contractor). Test values are included in Project Specifications. Quality Control Testing Responsibility Contractor's Quality Control Contractor's Project + Contractor's Project Manager Superintendent Manager COmmunitation Contractor's Testing I aboratory Test Results unitation FAA project Manager 01271517 1 Airfield -Wide Joint Seal - 4 - Parkhill Summary of Action: If/when deficiencies arise during construction, instigate immediate communication as indicated. Action includes but not limited to: ■ Discussion of test results and potential implications. ■ Retest by Contractor to verify results. ■ If retest confirms deficiency, Contractor shall rework deficiency or potentially replace material depending on deficiency. • Reworked area or replaced material tested by Contractor's laboratory. • Contractor shall develop a plan for avoiding same deficiency on future segments of work. ■ Other specific courses of action defined in Contractor's QC Plan. F. ACCEPTANCE TESTING (BY OWNER'S REPRESENTATIVE) For Testing Methods, see Appendix E, Table 3 - Quality Assurance (by Engineer). Quality Assurance Testing Responsibility: Parkhill Project Parkhill Project Enginee Owner's Representative (RPR) Final Project Re ■ FAA Project Manager ■ Owners' Representative G. PAY FACTORS There are no Pay Factors Specifications. ommunication Contractor's Project -communication fA Manager Contractors Project Superintendent Parkhill Project T Contractor's Quality Assistant Control Manager Owner's Testing for for this Project. Basis of payment may be found in Technical 01271517 1 Airfield -Wide Joint Seal - 5 - Parkhill H. TEST RESULTS AND DOCUMENTATION Daily Quality Control (QC) Tests: Contractor must document all QC test results performed on Project. Submit test results to RPR for review the day after testing is performed. If results are deficient, RPR will initiate dialogue with Contractor's Superintendent. If results are favorable, RPR will forward results to Parkhill Project Assistant to be compiled for Project Final Report. Daily Quality Acceptance (QA) Tests: RPR will coordinate testing with Owner's Laboratory. RPR will also document all test results at point of testing, using this data to reconcile test reports received from Owner's Testing Laboratory. RPR will also note tests performed in Procore. Deficient test results will be immediately communicated to Contractor's Project Superintendent. Failing Tests: ■ QC Testing: Whether passing or failing, RPR will obtain a copy of all QC test results performed by Contractor. Deficient results will result in immediate communication between Contractor and Engineer and subsequent action determined. Corresponding retests will be taken and documented. • QA Testing: RPR will document all test results as point test is performed by Owner's Testing Laboratory. Deficient results will result in immediate communication between Contractor and Engineer and an action plan for remediation developed. Retest results will be documented and all charges for failing tests invoiced to Contractor. FINAL TEST AND QUALITY CONTROL REPORT As part of the Project Final Report, Engineer, Contractor, and Owner's Testing Laboratory will coordinate preparation of a Final Test and Quality Control Report. Report will summarize number of tests performed versus number of tests required for each specification item. Failed tests and subsequent retests will be included. Where necessary, document acceptance of specification deficiencies. 01271517 1 Airfield -Wide Joint Seal - 6 - Parkhill APPENDIX A: CONSULTING ENGINEER STAFF RESUMES Parkhill EDUCATION Texas Tech University Master of Business Admin.,1999 Texas Tech University Bachelor of Science Civil Engineering,1997 AAAE Loretta Scott Academy Certified Member, 2014 REGISTRATION Licensed Professional Engineer Texas, 94867 Licensed Professional Engineer New Mexico, 19706 Licensed Professional Engineer Kansas, 22310 Licensed Professional Engineer Oklahoma, 25664 YEARS OF EXPERIENCE 21 Mark Haberer, PE, CM Director of Aviation I Principal Mark Haberer, PE, CM, is a Principal, the Director of Aviation, and a member of the Parkhill Board of Directors. When he graduated from Texas Tech University with a bachelor's degree in Civil Engineering in 1997 and a master's in Business Administration in 1999, he had one goal in mind — make a positive impact on the world through impactful projects. Today, Mark is doing that. Licensed in multiple states, he has expertise that involves project management, design, and construction administration for various airport projects. Mark's experience includes management and design of projects totaling near $200M. His passion and focus is on providing relevant solutions and superior service to every client, helping to carry out the Parkhill vision of enriching lives and inspiring people through the built environment. As a Certified Member of AAAE Loretta Scott Academy, Mark has an understanding of the various aspects of airport management and is well positioned to help advise clients during all phases of airport projects. A member of Texas Society of Professional Engineers (TSPE) - South Plains Chapter, he was named Young Engineer of the Year in 2009 and Engineer of the Year in 2019. He was a finalist for Lubbock's 20 Under 40 for 2010, a member of Leadership Lubbock 2011-2012, a Corporate Member on the Board of Directors - American Association of Airport Executives (AAAE) - South Central Chapter 2014-2016, 2017 South Central AAAE Service Award Winner, and one of CE Magazine's 2013 Rising Stars of Civil Engineering. NOTABLE PROJECTS I Abilene Regional Airport Land Planning I Albuquerque Sunport Boarding Bridge Study I Amarillo East Airport District Plan I El Paso International Airport FBO Ramp Addition and Taxiway U & V Realignment I El Paso International Airport Reconstruction of Runway 4-22 CM Services I Lubbock Preston Smith International Airport Airfield -Wide Joint Seal I LEDA Business Park Development I Levelland Rail Park Development I Lubbock Preston Smith International Airport Runway 17R-35L Reconstruction I Lubbock Preston Smith International Airport Runway 8/26 Extension I Lubbock Preston Smith International Airport Runway Terminal Apron Rehabilitation I Midland Air & Space Port Master Plan I Tulsa International Airport Perimeter Road Rehabilitation Parkhill EDUCATION University of Texas at Arlington Master of Engineering Infrastructure Engineering and Management, 2010 University of Dayton Bachelor of Civil Engineering, 2004 REGISTRATION Licensed Professional Engineer Texas,105004 Licensed Professional Engineer Oklahoma, 32307 YEARS OF EXPERIENCE 16 Tessa Hazlett, PE Civil Project Manager Tessa Hazlett, PE, is a Civil Project Manager with Parkhill's Aviation Sector. She is a US Army veteran with a proven ability to develop and implement strategies for project and construction management. Tessa is an expert problem solver and is skilled in translating strategy and vision into action for clients. Her attention to detail and proven record for driving growth and creating shareholder value has been cultivated through extensive experience in project management, planning, operating excellence, and cultivating relationships and revenue streams for clients. Tessa's diverse background in water resources, planning, and construction execution experience. Tessa's project portfolio includes $1.8M in surface water control designs, $115M in oil and gas production/separation facilities, site development and equipment foundations, and $65M in pipeline construction projects. Tessa's aviation experience includes varying projects from runway, taxiway, and apron reconstruction projects at Midland International Air and Space Port and Lubbock Preston Smith International Airport. Most recently, Tessa served as the Project Manager for the $4.9M Cleburne Regional Airport's Runway 15/33, Taxiway A and D Reconstruction project. NOTABLE PROJECTS I Aviation Pursuing/Pending I LBB Taxiways M and J Rehabilitation I LEDA Lubbock Business Park South Half Infrastructure Improvements I Lubbock Preston Smith International Airport Terminal Apron Rehabilitation I MAF Airfield Pavement Marking I MAF Airfield Wildlife Fence Improvements I MAF Airport Wildlife Improvements - South Drainage Channel I MAF Prepare FBO RFP and Evaluate Proposals Tulsa Airport - Airport Pavement Management I Tulsa Airport - Perimeter Road Rehabilitation I TxDOT Cleburne Taxiway D Relocation, Runway 15/33 and Taxiway A Rehabilitation I TxDOT Gaines County Airport Wildlife Fence I TxDOT Moore County Airfield Rehab I TxDOT Odessa Ector County Airport Improvements Parkhill EDUCATION New Mexico State University Bachelor of Science Civil Engineering Technology, 2016 YEARS OF EXPERIENCE 7 Lanell Pahe Engineering Technician Lanell Pahe is a member of Parkhill's Aviation Sector. Her design experience includes pavement design, FAAR field pavement evaluation, airfield site layout, marking and electrical layouts, pavement rehabilitation, drainage, site grading, Stormwater Pollution Prevention Plan (SWPPP), and Construction Safety and Phasing Plan Layout. Lanell has worked on multiple TxDOT Aviation Projects and Part 139 airports. She uses Civil 3D 2019, Aeroturn and G.I.S. for design and project cost estimating. NOTABLE PROJECTS I Aerocare-Plainview I Artesia Municipal Airport Runway 12-30 Phase II Reconstruction I Artesia Municipal Airport Runway 3-21 Rehabilitation I CES - Albuquerque ABO Jet Bridge Assessment I El Paso International Airport FBO Ramp Addition and Taxiway U & V Realignment I El Paso International Airport Taxiway A Realignment and Taxiways D & F Reconstruction I LBB Airfield -Wide Joint Seal I LBB Airfield Asphalt - Package 3 1 LBB CIP Update -Airfield Asphalt Repair Package 3 1 LBB Runway 17R-35L Ph II Construction I LBB Taxiways M and J Rehabilitation I Lubbock Preston Smith International Airport Runway 17R-35L Design I Lubbock Preston Smith International Airport Terminal Apron Rehabilitation I Lubbock Runway 17R-35L Construction I MAF Airfield Lighting Rehabilitation I MAF Concrete Terminal Apron Rehabilitation I MAF NW Basin Wildlife Improvements I MAF RIM (Runway 10 End) I Midland International Air and Space Port Airfield Storm Drainage Study and Upgrades I Moore County Airport Hangar I Municipal Airport Runway 12-30 Reconstruction Preliminary Design, Final Design & Bid Phase Services I Plainview -Hale County Business Park I Rockwall Airport SWPPP I TxDOT Cleburne Taxiway D Relocation, Runway 15/33 and Taxiway A Rehabilitation I TxDOT Floydada Municipal Airport I TxDOT Graham Municipal Airport I TxDOT Hale County Airport 2013 CSJ No 1305PLNVW I TxDOT Hemphill County Airport 2013 1 TxDOT Hereford Airport 2014 1 TxDOT Midland Airpark Hangars I TxDOT Moore County Airfield Rehab I TxDOT Muleshoe Municipal Airport Pavement Reconstruction I TxDOT Perry Lefors Field (Pampa) Elec Improvements I TxDOT Perryton Airport 2010 1 TxDOT Post -Garza County Airport Improvements I TxDOT Stanton Airport Pavement Rehab Lighting Parkhill YEARS OF EXPERIENCE I$] Blake Snellgrove Engineering Student NOTABLE PROJECTS I LEDA-LBBK Bus Park N. Nutmeg and Hunter I LEDA-Lbbk Bus Park South Half Ivory Ave I MAF PFC Application and Amendments 2019 I MAF New Terminal Vehicle Parking Lots I MAF RIM (Runway 10 End) I MAF Terminal Vehicle Parking Rehabilitation and Parking Equipment Replacement I MAF Construct Taxiway and Apron at CAF I Lubbock Preston Smith International Airport Terminal Apron Rehabilitation I LBB Airfield -Wide Joint Seal I MAF Terminal Building Outbound Baggage Conveyance System Replacement I MAF DBE Program Management I TxDOT Perry Lefors Field (Pampa) Elec Improvements I MAF Access Control System and Cable Upgrade I TxDOT Moore County Airfield Rehab Parkhill EDUCATION University of Phoenix Bachelor of Science Human Services / Management, 2012 YEARS OF EXPERIENCE 6 Debbie German Project Assistant Debbie German is the Aviation Project Assistant (PASS) and has been with Parkhill since March 2015. She began with Parkhill in the Civil Clerical department, where she completed and reviewed FAA, TxDOT, and EJCDC specifications, reports, and more. She continues to work with those entities as well as assist in creating Parkhill's Civil Master Specifications to improve the firm's design communication and clarity. As a PASS, she provides project management support to the Aviation Sector with project documentation, internal and external communication, and project tracking. Debbie has a thorough understanding of TxDOT's eGrants, assisting clients in securing TxDOT funding for their projects, and Procore, Parkhill's go -to software for communicating Civil project information among the client, design team, and other stakeholders. In each capacity, Debbie serves the firm and its clients, recognizing the needs of the client, project managers, and contractors and working to liaise among each working part of the project successfully. She is also a dedicated member of the firm, having served on various internal committees to ensure Parkhill upholds its core values and motto of Building Community. NOTABLE PROJECTS I LBB Airfield -Wide Joint Seal I LBB Taxiways M and J Rehabilitation I LBB Terminal Apron Rehabilitation I MAF Airfield Lighting Rehabilitation I MAF Airfield Pavement Marking I MAF Airfield Wildlife Fence Improvements I MAF Rehabilitate Concrete Apron I MAF Rehabilitate NW Taxilane I Plainview -Hale County Crack Seal Project I Tulsa Airport Pavement Management I Tulsa Airport Perimeter Road Rehabilitation I TxDOT Cameron AP Pavement Rehab, Lighting, and PAPI I TxDOT Cleburne Taxiway D Relocation, Runway 15/33 and Taxiway A Rehabilitation I TxDOT Culberson County Airport Airfield Rehabilitation I TxDOT Floydada Municipal Airport Hangar Access Taxiway Reconstruction I TxDOT Odessa Ector County Airport Improvements I TxDOT Pecos Municipal Airport Taxiway and Apron Pavement Rehabilitation I TxDOT Post -Garza County Airport Improvements I TxDOT Seymour Municipal Airport Runway 17-35 Improvements I TxDOT Winkler County Airport Pavement Improvements I Winkler County Airport Hangars Parkhill APPENDIX B: LABORATORY CERTIFICATION AA5H ❑ ILIKEiy:azillffowiiwl! C E FAT I F I C AT E OF AMERICAN A550CIATION nF STATE HIGHWAY AND TRANSPpI?TAT1ON1 OFFICIALS Acc EDITATION AASH 0 Atlas Technical Consultants LLC in Lubbock, Texas, USA has demonstrated proficiency for the testing of construction materials and has conformed to the requirements established in AASHTO R 18 and the AASHTO Accreditation policies established by the AASHTO Committee on Materials and Pavements. The scope of accreditation can be viewed on the Directory of AASHTO Accredited Laboratories (aashtoresource.org). J� Tymon, AASHTO Executive Director Moe Jamshidi, AASHTO COMP Chair This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory SCOPE OF AAS HTO ACCREDITATION FOR: Atlas Technical Consultants LLC AASH O in Lubbock, Texas, USA A C C R E D I T E D Quality Management System Standard: Accredited Since: R18 Establishing and Implementing a Quality System for Construction Materials Testing Laboratories C1077 (Aggregate) Laboratories Testing Concrete and Concrete Aggregates C1077 (Concrete) Laboratories Testing Concrete and Concrete Aggregates D3666 (Aggregate) Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials D3666 (Asphalt Mixture) Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials D3740 (Soil) Minimum Requirements for Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction E329 (Aggregate) Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction E329 (Asphalt Mixture) Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction E329 (Soil) Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction Page 1 of 5 This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory 12/07/2010 04/30/2015 04/30/2015 04/25/2019 01 /10/2011 05/21 /2019 04/25/2019 10/12/2016 05/21 /2019 SCOPE OF AAS HTO ACCREDITATION FOR: Atlas Technical Consultants LLC AA S H O in Lubbock, Texas, USA A D D RED IT E D Asphalt Mixture Standard: Accredited Since: R47 Reducing Samples of Hot -Mix Asphalt to Testing Size 04/25/2019 T329 Moisture Content of Hot -Mix Asphalt (HMA) by Oven Method 04/25/2019 D2041 Maximum Specific Gravity of Hot Mix Asphalt Paving Mixtures 04/25/2019 D2726 Bulk Specific Gravitv of Compacted Hot Mix Asphalt Usinq Saturated Surface -Dry Specimens 04/25/2019 D3203 Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures D5444 Mechanical Analysis of Extracted Aggregate D6307 Determining the Asphalt Content of Hot Mix Asphalt (HMA) by the Ignition Method D6925 Preparing and Determining the Density of Hot Mix Asphalt (HMA) Specimens by Means of the Superpave Gyratory Compactor Tex-206-F Compacting Specimens Using the Texas Gyratory Compactor (TGC) Page 2 of 5 ""M/25/2019 04/25/2019 12/07/2010 04/25/2019 04/25/2019 This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory SCOPE OF AAS HTO ACCREDITATION FOR: Atlas Technical Consultants LLC AA S H O in Lubbock, Texas, USA A D D RED IT E D Soil Standard: Accredited Since: D421 Dry Preparation of Disturbed Soil and Soil Aggregate Samples for Tes 04/25/2019 D698 The Moisture -Density Relations of Soils Using a 5.5 lb [2.5 kg] Rammer and a 12 in. [305 mm] Drop 12/07/2010 D1140 Amount of Material in Soils Finer than the No. 200 (75-pm) Sieve * 04/25/2019 D1557 Moisture -Density Relations of Soils Using a 10 lb [4.54 kg] Rammer and an 18 in. [457 mm] D D2216 Laboratory Determination of Moisture Content of Soils D2487 Classification of Soils for Engineering Purposes (Unified Soil Classification System) D4318 Determining the Liquid Limit of Soils (Atterberg Limits D4318 Plastic Limit of Soils (Atterberg Limits) D6938 In -Place Density and Moisture Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) Page 3 of 5 04/25/2019 ormM25/2019 04/25/2019 12/07/2010 12/07/2010 04/25/2019 This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory SCOPE OF AAS HTO ACCREDITATION FOR: Atlas Technical Consultants LLC AA S H O in Lubbock, Texas, USA A D D RED IT E D Aggregate Standard: Accredited Since: `C40 Organic Impurities in Fine Aggregates for Concretemft��04/30/2015 C117 Materials Finer Than 75-pm (No. 200) Sieve in Mineral Aggregates by Washing 04/30/2015 �C127 Specific Gravity and Absorption of Coarse Aggregate r 04/30/2015 C128 Specific Gravity (Relative Density) and Absorption of Fine Aggregate 04/30/2015 �6136 Sieve Analysis of Fine and Coarse Aggregates 04/30/2015 C566 Total Moisture Content of Aggregate by Drying C702 Reducing Samples of Aggregate to Testing Size - Page 4 of 5 This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory 04/30/2015 04/30/2015 SCOPE OF AAS HTO ACCREDITATION FOR: Atlas Technical Consultants LLC AA S H O in Lubbock, Texas, USA A D D RED IT E D Concrete Standard: Accredited Since: Making and Curing Concrete Test Specimens in the Field 04/30/2015 C39 Compressive Strength of Cylindrical Concrete Specimens 04/30/2015 Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) 04/30/2015 C138 Density (Unit Weight), Yield, and Air Content of Concrete 04/30/2015 1 Slump of Hydraulic Cement Con C172 Sampling Freshly Mixed Concrete C231 Air Content of Freshly Mixed Concrete by the Pressure Method C511 Moist Cabinets, Moist Rooms, and Water Storage Tanks Used in the testing of Hydraulic Cements and Concretes C1064 Temperature of Freshly Mixed Portland Cement Concret C1231 (7000 psi and below) Use of Unbonded Caps in Determination of Compressive Strength of Hardened Concrete Cylinders Page 5 of 5 �4/30/2015 This certificate was generated on 01/14/2022 at 10:23 AM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory 04/30/2015 04/30/2015 04/30/2015 04/30/2015 04/30/2015 Parkhill APPENDIX C: SUBMITTAL PROCESS SUMMARY Submitted Sampling Minimum Test ation Spec Section By Material Test Standard Test Required Locations Frequency Requirements Notes uality Control 7'ollution 1/Project Contractor to submit CQCP for (CQCP) review and approval. Air and Water Contractor to prepare ,rosion, and C 1 /Project SWPPP (if required) and Siltation Control C-102 NOI, submit copies to Engineer/Owner. Contractor to post the following C-105 Mobilization C Posted Notices 1 /Project documents: Equal Employment C-105-3 Opportunity (EEO) Poster, Davis Bacon Wage Poster. 101-2 C List of Equipment Nor- P-101 Surface 101-3.2 C Crack Sealant ASTM D 6690 Verify Meets Specs MFG 1 / Source Material See P-604 or P-605 Preparation/Removal of Existing Concrete repair products Pavements 101-3.4 C Spall Repair Material Verify Meets Specs MFG 1 / Source Material outlined in 101-3.4 product spec sheet. 101-3.8.3 C Joint Sealant ASTM D6690 Verify Meets Specs 1 / Source Material See item P-605-2.1 153-2.1.a C Cement ASTM C 150 or ASTM C 595 Standard Spec for Source 1 / Project Type II Portland Cement 153-2.1.1b C Fly Ash ASTM C 618 Fly Ash Standard Spec Source 1 / Project Class C or F 153-2.1.c C Fine Aggregate (sand) ASTM C 33 Standard Spec for Source 1 /Project Sieve Table Concrete Aggregates P-153 Controlled Low -Strength Material (CLSM) 153-2.1.d C Water ASTM 1602 Potable 153-3.1 C CLSM Proportions Mix Design Written Approval of RPR Lab 1 / Project 153-3.1.a C CLSM ASTM D 4832 28-Day Compressive Lab 1 / Project Must achieve a 28-day Include results of Strength for CLSM compressive strength of 100 to g 200 psi. consistency test. 153-3.1.1b C CLSM ASTM D6303 Consistency Per Specs Lab 1 /Project 604-2.1 C Joint Sealant ASTM D2628 Manufacturer's Certificate 1/Source Material P-604 Compression Joint Seals of Analysis for Concrete Pavements 604-2.2 C Lubricant/Adhesive ASTM D2835 1/Source Material 605-2.1.a C Joint Sealant ASTM D6690 Hot -Applied Joint and Source 1/Source Material Crack Sealants Cold -Applied, Single P-605 Joint Sealants for 605-2.1.b C Joint Sealant ASTM D5893 Component Silicone Joint Source 1/ Source Material Pavements Sealant 605-2.2 C Backer Rod/Bond Gasket and Sealing Source 1/Source Material Previously ASTM C509 Breaking Take ASTM 5249/ASTM D789 Material 605.3.2 C List of Equipment 1 / Project 610-2.1 C Materials Shipped to Source 1/Source Material Project P-610 Concrete for 610-2.1a C Aggregate ASTM C1260 Reactivity Certified Test Source 1 / Source Material Tested within 6 months. Miscellaneous Structures Reports 610-2.2 C Course Aggregate ASTM C33 Gradation per Source 1/Source Material S ecification 610-2.3 C Fine Aggregate ASTM C33 Gradation per Source 1/Source Material Specification Additionally must submit paint Materials Shipped to Manufacturer's Certified manufacturer's surface 620-2.1 C Project Test Reports preparation; to be submitted and approved by RPR P-620 Runway And Taxiway 620-2.2.a C Paint Fed STD No. 595 Paint Spec. Source 1 / Source Material Marking 620-2.3 C Reflective Media FED SPECTT-B-1325D Reflective Media Source 1/ Source Material See table "Minimum Retro- 6 readings over a 6 SF 620-3.8 C Reflective Media ASTM E1710 Retro-reflectance source area Reflectance Values" in spec section 108-2.1 C Materials Submit for approval prior to ordering. 108-2.1 C Equipment Submit for approval prior to ordering. Qualification of proposed cable splicer 108-2.5 C for each cable type to include resume Submit for approval. and sample splice. At all connections 108-2.11 C Existing Circuits Existing Circuit's Insulation to an existing Contractor submit all test results in the Operation and RPR to observe QC [es[. Resistance circuit before and Maintenance Manual. after connection. Installation of cable L-108 Underground Power Cable C Installation of Cable In Contractor's recommended pulling tensions should recorded Submit to RPR prior to for Airports 108-3.2 Duct Banks or Conduit tension values. and reviewed after installation for review. installation. Contractor may submit a plan to RPR for heated storage of the Temperatures below manufacturer's cable and maintenance of an 108-3.2 C Installed Cable minimum cable installation acceptable cable when temperature. temperatures are below manufacturer's minimum cable installation temperature. Contractor to provide two 108-3.10 C Installed Cable Insulation resistance copies of tabulated results of all RPR to observe QC test. tests performed. Submit for approval prior to 108-2.1 C Materials ordering. Submitted Sampling Minimum Test & Specification Spec Section By Material Test Standard Test Required Locations Frequency Requirements Notes Submit for approval prior to 110-2.1 C Equipment ordering. L-110 Airport Underground Electrical Duct Banks and 110-3.1 C Materials Submit sample pf proposed Conduits warning tape for RPR approval. Submit locking collars and 110-3.3 C Materials spacers for RPR review. 125-2.1 C Materials Submit for approval prior to ordering. L-125 Installation of Airport Lighting Systems 125-2.1 C Equipment Submit for approval prior to ordering. Low profile barricades, other traffic control devices. Material for concrete pavement spalls repair. Other Submittals Material for concrete pavement cracks repair. Parkhill APPENDIX D: QUALITY CONTROL TESTING (BY CONTRACTOR) y Contracto SpecNlcetlon Spec Section Test By Material Test Procedure Test Required Sampling Lootions MFrequ nTo" Requlremerlts Notes Contractor Quality Control C-100 Contractor Quality Control Program (CQCP) C Program Meets not SpecI rations. C-102 Temporary Air and Water Pollution, Soil C C...-r maintain Erosion, and Siltation Control SWPPp. P-101 Surface Preparation/Removal of Existing Pavements C None None 153-0.3 C CLSM Consirtency During Production Per Batch Conforms to mix design P-153 Controlled Low- Monitor Strength Material (CLSM) Place when Air or Ground ambient 153-4.1.c C CLSM Temperature Site t nnp> land rising. emperatures. 15eesection CLSM temp W'F. 4.2.a. Ambient and Temperature shall be at 60,,4.1 C Pavement Daily leart 35-F and rising at Temperature a of installation Demonrtr n 604— c loin[Seal and Lubricant/Adhesive Con[rol5[rip Control Si rip le'h at least 200 feet. tim ofinstallation antl requires RPR approval. P-604 Compression Joint Seals for Con— 604a.4a c loin[Seal and Joints to be sealed within 3calentlar d-of sawing Pavements Lubricant/Adhesive point eaI cavity. Conn., -to inspect seal a m of once per 604-06a C Joint Seal and 400 feet of seal for Lubricant/Adhesive cempliance tothe shrinkageorcompression requirements. 605-3.3 C Joint Sealant Weather Limitations >50 il,r—I Demonrtration of cleaning 605-3.3 C Joint Sealant Inspection method does not damage Joints In presence of RPR. P-605 Joint Sealants for CDntracor to insp-Joint Concrete Pavements sealant for proper rate of cand -,bonding, 605-3I C Joint Sealant Inspection cohednne separatlon withinthe sealant, eMon tollquld, [rapped air and voids. Temperature shall be at Ambient l..40°F for mixing antl P-610Concretefor 610-3.3 C Concrete Temperature at least 50-F antl not Miscellaneous Structures higher than 100-F during place 610-3.1 C Concrete AST. C343 Slump Test Contractor to monitor P-620 Runway And Taaiway Ambient and Per manufacturer's Marking 620-2.1 C Pavement Temperature Daily mendatlon. L-108 Underground Power Cable for Almorts 108-2.5 C Sample Splice 1000-vdc after submerged underwater. Submit for approval. L-110 Airport Underground El"trlwl D-Banks and C None Conduits L-1251nrtalla[ion of Airport C N Lighting Systems one Item MC -Miscellaneous Construction None Other Submittals None Parkhill APPENDIX E: ACCEPTANCE TESTING/QUALITY ASSURANCE (BY ENGINEER) Table 3: QUALITY ASSURANCE (by Engineer) Test Sampling Minimum Test Specification Spec Section Material Test Procedure Test Required Requirements Notes By Locations Frequency C-100 Contractor Quality Control E None None Program (CQCP) C-102 Temporary Air and Water Pollution, Soil Erosion, and E None None Siltation Control P-101 Surface Preparation/Removal E None None of Existing Pavements Consistency test. Verify material conforms with Since takes 28- mix design. Compressive days for strength, Testing of CLSM 1 / day of CLSM strength at 28 day 153-3.1.a E CLSM ASTM D4832 Test Cylinders Source / Plant placement between 100 to 200 psi. primary concern No significant gain is proportions afterwards. 3" diameter meetlMF. x 6" tube Achieve proper solid 153-3.1.b E CLSM Cylinders Consistency Source / Plant 1 / day of CLSM suspension and Plowable placement characteristics P-153 Controlled Low - Strength Material Place when Air or (CLSM) Ground temp >357 Monitor ambient E CLSM Temperature Site Engineer discretion temperatures. 153-4.1.c and rising. CLSM temp See section 4.2.a >40°F. During Write applicable 153-4.1.b Production information on E CLSM from Trucks Every Truck Collect batch tickets batch tickets. either at plant Number tickets. or on site Scan tickets. Cleaned joints shall be approved by the RPR P-604 Compression Joint Seals for 604-4.4b E Joint Seal and prior to installation of Lubricant/Adhesive the lubricant/adhesive Concrete Pavements and compression joint seal. RPR to inspect joints for P-605 Joint Sealants required width, depth, for Concrete 605-3.4 E Joints alignment and Pavements preparation prior to sealing. P-610 Concrete for RPR to inspect and Miscellaneous 610-3.4 E Forms approve forms. Structures P-610 Concrete for 610-4.1 E Concrete ASTM C231 /ASTM C35 Specified Strength Daily Production Miscellaneous Structures 610-4.1 E Concrete ASTM C231 Air Content Daily Production Manufacturer's P-620 Runway And Materials Shipped to Reviewed and approved Taxiway Marking 620-2.1 E Project Certified Test by RPR. Reports RPR to approval 108-2.1 E materials and equipment. Review of splicer L-108 Underground 108-2.5 E qualifications. Power Cable for Airports 1000-vdc after 108-2.5 E Sample Splice submerged under water. Installation of Cable Review of installation 108-3.2 E in Duct Banks or Conduit tension. L-110 Airport RPR to approval Underground Electrical Duct Banks and 110-2.1 E materials and Conduits equipment. Table 3: QUALITY ASSURANCE (by Engineer) Test Sampling Minimum Test Specification Spec Section Material Test Procedure Test Required Requirements Notes By Locations Frequency L-125 Installation of RPR to approval Airport Lighting 125-2.1 E materials and Systems equipment. Item MC - Miscellaneous E None Construction other Submittals E None Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR.