Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 5998 - Contract - Williams & Peters Construction Company Inc.- Taxiway Improvements - 09_10_1998
Resolution No. 5998 Item No. 31 September 10, 1998 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a contract with Williams & Peters Construction Company, Inc. of Lubbock, TX to install and furnish all materials and services as bid for the Taxiway Shoulders Improvements. Said Contract is attached hereto and incorporated in this Resolution as if fully set forth herein and shall be included in the minutes of the Council. Passed by the City Council this loth day of September , 1998. FV-j 4 .1t_.1, a5l AT ST: &W Ka arnell, City Secretary APPROVED AS TO CONTENT: vf�'Iv- �� Victor KilmaK, Purchasing Manager APPROVED AS TO FORM: William de Haas Competition and Contracts Manager Wd:dldWilliams & Peters.res.doc September 1, 1998 CITY OF LUBBOCK SPECIFICATIONS FOR TAXfWAY SHOULDERS IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT BID #98182 ♦ Y o ..� (910"/� CITY OF LUBBOCK Lubbock, Texas r '` �✓' ED k /� P.O. Box 2000 Lubbock. Texas 79457 1806) 775-2167 • Fax (806) 776-2164 1 MAILED TO VENDOR: CLOSE DATE: BID #981112, Addendum N2 Office of Purchasing ADDENDUM #2 BID #98182 Taxiway Shoulders Improvements at Lubbock Intemationat Airport August 24, 1998 August 26, 1998 @ 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 ITS documents Is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bid #98182 is hereby amended as indicated in the attached documentation. All requests for additional information or clarification must be submitted In writing and directed to: Questions may be faxed to or Email to: Helen Bums, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 HBumsAmail.d.lubbock,tx.us THAN YOU, Helen Bums Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR Bit) R 811398182ed2.doe August 24, 1998 City of Lubbock, Texas LUBBOCK INTERNATIONAL AIRPORT SPECIFICATIONS AND CONTRACT DOCUMENTS FOR TAXIWAY SHOULDERS IMPROVEMENTS AIP Project No. 3-48-0138-20-98 City of Lubbock Bid #98182 August 1998 ADDENDUM NO.2 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the above referenced original Bidding Documents dated August 1998, as noted below: This Addendum consists of one (1) page. CHANGES TO SPECIFICATIONS 1. ADDENDUM NO. 1,-EXHIBrr A" PROPOSAL, Page C-14. Delete Proposal Item #46 "Item L-125, Furnish and Install New FAA Cable in Underground Duct or Conduit, including splices and connections, per linear foot." install the existing FAA cable in a new 4-inch split duct within the limits of the new paved shoulders. Payment will be trade under Proposal Item #31 -Item L-125, 1-way, 4-inch Underground Electrical Split Duct Conduit." In Proposal Item #31, increase the estimated quantity from 1,400 linear feet tp 2,000 linear feet. CHANGES TO PLANS 1. Page 14 of 37, TAXIWAY C PLAN VIEW and ADDENDUM NO. 1 CHANGES TO PLANS Item #3. Revise the notes requiring relocation of the existing FAA cable C to read, -Furnish and Install New 4-inch Split Duct Over Existing FAA Cable"._ Ue ixisting FAA cable will not be relocated or replaced under this project. OF r—"4 11 ,,...... , .� Respectfully submitted, f PARKHILL, SMITH & COOPER, INC. NCE J. VALDEZ 65356 c� ;i` b&W ,�' ifsTlE � ` By. Lawrence ! (Larry) dez, P.E. OhAL��i Receipt of this addendum shall be acknowledged by the Bidder, below and on the addendum, or a copy theregf, shall be attached to the bid Proposal subne&ed. ACKNOWLEDGED: By: This entire 2701-98 Page 1 of 1 ADDENDUM NO. 2 P.O. Box 2000 E I Lubbock, Texas 79457 (806) 775-2167 • Fax (806) 775-2164 BID #98182, Addendum 91 Office of Purchasing ADDENDUM 0 BID #98182 Taxiway Shoulders Improvements at Lubbock International Airport MAILED TO VENDOR: August 20,1998 CLOSE DATE: August 26, 1998 @ 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. 1. Bid #98182 is hereby amended as indicated In the attached documentation. All requests for additional information or clarification must be submitted in writing and directed to: Helen Bums, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: HBums@mail.ci.lubbock,tx.us THANK YOU, Helen Bums Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID r* BID98182ad1.doc F August 20, 1998 City of Lubbock, Texas LUBBOCK INTERNATIONAL AIRPORT SPECIFICATIONS AND CONTRACT DOCUMENTS FOR TAXIWAY SHOULDERS IMPROVEMENTS AIP Project No. 3-48-0138-20-98 City of Lubbock Bid #98182 August 1998 ADDENDUM NO. 1 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the above referenced original Bidding Documents dated August 1998, as noted below: This Addendum consists of three 3 page(s), plus two (2) attachments CHANGES TO SPECIFICATIONS 1. GENERAL INSTRUCTIONS TO BIDDERS, Page 1, Paragraph 5 Time and Order for Completion. In the first subparagraph, revise the total number of construction days from 226 consecutive calendar days to 227 (two hundred, twenty-seven) consecutive calendar days. 2. BID SUBMITTAL, Page 1. Revise the title of this page from "BID SUBMITTAL - LUMP SUM BID CONTRACT" to "BID SUBMITTAL - UNIT PRICE BID CONTRACT". Revise all subsequent references to "unit price bid contract". In the second subparagraph, revise the construction duration from 226 consecutive calendar days to_227 (two hundred twenty-seven) consecutive calendar days. 3. "EXHIBIT A" PROPOSAL, Pages C-1 through C-19. Replace the Proposal included in the bid package with the attached revised Proposal. Revisions have been made to the quantities of Proposal Items #23, #24, #30 and #38. Proposal Item #31 is revised to indicate 4-inch split duct. Proposal Items #35 and #47 are deleted. 4. Modifications to ITEM P-152 EXCAVATION AND EMBANKMENT, Page 152-a. In Modification Item #4, delete the paragraph to be added, and insert the following new paragraph: "Excess excavation material shall become the Contractor's property and shall be removed from the project and properly disposed of off Airport property. The Owner reserves the right to retain possession of all or part of the excess excavation material. Material retained by the Owner will be stockpiled on Airport property at a location as directed by the Owner. Material retained shall be loosely deposited, and no compaction effort shall be required. Waste concrete, asphalt or other unsuitable construction debris shall be removed from the project site and 2701-98 Page 1 of 3 ADDENDUM 1 F i- properly disposed of off Airport property. No borrow shall be obtained from Airport property. Borrow material and disposal of waste material shall be the Contractor's responsibility, at the Contractor's expense." 5. Modifications to ITEM P-209 CRUSHED AGGREGATE BASE COURSE, Page 209-a. Add the following new modification item: "Paragraph 209-3.3 PLACING. - Delete the first subparagraph and insert the following: The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader, such as a motor grader, or other approved methods." 6. TxDOT ITEM 345 ASPHALT STABILIZED BASE (PLANT MIX), Page 345-5. In paragraph 345.3.(1) Mixture Design, delete the third and fourth sentences. The material mix design shall be prepared by the Contractor's material testing laboratory, and submitted to the Engineer for review. The mix design for the asphalt stabilized base material must be approved by the Engineer prior to beginning placement. 7. TxDOT ITEM 345 ASPHALT STABILIZED BASE (PLANT MIX), Page 345-6. In paragraph 345.3.(2) Grades, revise this paragraph to indicate that the aggregate gradation shall conform to TABLE 2 MASTER GRADING. Grade 1. 8. TxDOT ITEM 345 ASPHALT STABILIZED BASE (PLANT MDQ, Pages 345-27. Delete paragraph 345.3 (6)(b) Ordinary Compaction Control. The requirements of paragraph 345.3 (6)(a) In -Place Compaction Control shall apply to this project. 9. Modifications to ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT, Page l l0-c. In modification #8, revise the last payment item to indicate: 1-way, 4-inch b underground electrical split duct. 10. Modifications to ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS, Page 125-a. In modification #5, delete references to a second, Owner -supplied temporary displaced threshold lighting set. The Owner will not supply any equipment for the temporary displaced threshold lighting. Also delete references to temporary displaced threshold lighting on Runway 17R-35L. No temporary displaced threshold will be established on Runway 17R-35L. It is anticipated that only one (1) temporary displaced threshold will be established on Runway 8. 11. Modifications to ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS, Page 125-d. In modification # 16, delete these and further references to removing and salvaging existing lights. It is anticipated that no existing lights will be removed. 12. Modifications to ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS, Pages 125-f and 125-g. In modification #19, delete the third payment description for removing and salvaging l existing base -mounted taxiway lights, and delete the last payment description for installing and removing temporary displaced threshold lighting provided by the Owner. Also in modification #19, add the following payment description: 9� "Item L-125, Furnish and Install New FAA Cable in Underground Duct or Conduit, including !" splices and connections, per linear foot." f, 2701-98 Page 2 of 3 ADDENDUM 1 13. SPECIAL CONDITIONS, Page SC-4, Paragraph SC-3 Time and Order of Completion. Under Construction Phase 3, add the following new paragraph: - - - "The construction of the new airfield perimeter roadway immediately east of the East Apron requires the relocation of an existing fire hydrant. The Contractor shall coordinate the relocation of this fire hydrant with the City of Lubbock Water Utilities Department. All costs and expenses related to the relocation of the fire hydrant shall be considered a subsidiary obligation of the Contractor, and no separate or direct payment will be allowed for the relocation of the fire hydrant. Payment shall be included in other bid items provided in the Bid Proposal." .. 14. SPECIAL CONDITIONS, Page SC -7, Paragraph SC-3 Time and Order of Completion. Delete this E entire page from the bid documents and insert the attached Page SC-7. t CHANGES TO PLANS 1. Page 1 of 37, SUMMARY OF QUANTITIES & SHEET INDEX. Revise the estimated quantities and items as reflected in the revised Bid Proposal, attached. 2. Page 12 of 37, TAXIWAY] -PLAN VIEW- STA. 54+00 TO 69+00. Delete the note requiring the Contractor to "Install New Pavement Sensor Cable As Shown". Revise the associated note to read, "Extend Exist. 4" Duct As Shown (Use Split Duct)". The Contractor will install 4-inch split duct over the existing pavement sensor cable in this location. No new pavement sensor cable will be required. 3. Page 14 of 37, TAXIWAY C PLAN VIEW. Revise the FAA cable note adjacent to Taxiway C to read, "Furnish and Install New FAA Cable in New 44nch Duct. Locate New Duct Approximately 10-Feet West of the New Paved Shoulder." rP�..OF TF ,ttt «:i.LHJi•HU•MN•..NM *. LAWRENCE J. VALDEZ � &_ 65358 A't,s Respectfully submitted, PARKHILL, SMITH & COOPER, INC. By: Lawrence J. (Larry) Valdez, P.E. 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: 2701-98 Page 3 of 3 ADDENDUM 1 7. "EXHIBIT A" t PROPOSAL City of Lubbock, Texas Lubbock International Airport TAXIWAY SHOULDER IMPROVEMENTS , 1998 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE ,BID I. I Item P-140, Mobilization, per lump sum: L.S. Dollars and Cents ($ ) $ s The total amount for Item I consist of: MATERIALS: $ LABOR: $ 2. 167,375 Item P-152, Excavation, Grading and Subgrade S.Y. Preparation for New Pavements, per square yard: Dollars and Cents ($ ) $ The total amount for Item 2 consist of: MATERIALS: $ LABOR: $ I 3. 162,125 Item P-152, Excavation, Grading and TopsoiIing S.Y. in Unpaved Areas, per square yard: ` Dollars j •. and Cents ($ ) $ The total amount for Item 3 consist of - MATERIALS: $ LABOR:$ u , 2701=98 C - 1 ADDENDUM NO. 1 Item Quantity No. & Unit Description of item and Unit Price Total Amount 4. 157,300 Item P-155, Lime Treated Subgrade, excluding S.Y. lime, per square yard: Dollars and Cents ($ 1 $ The total amount for Item 4 consist of: MATERIALS: $ LABOR: $ 5. 2,655 Item P-155, Lime Used in Lime Treated Ton Subgrade, per ton: Dollars and Cents ($ ) $ The total amount for Item 5 consist of: MATERIALS: $ LABOR: $ 6. 500 Item P-156, Temporary Silt Fence, per linear L.F. foot: Dollars and Cents ($ ) $ The total amount for Item 6 consist of: MATERIALS: $ LABOR: $ 7. 157,300 Item P-209, Crushed Aggregate Base Course, 6- S.Y. inch thickness, per square yard: Dollars and Cents ($ ) $ The total amount for Item 7 consist of: MATERIALS: $ LABOR:$ 2701-98 C - 2 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount r" 8. 10,075 Item P-209, Crushed Aggregate Base Course, 8- S.Y. inch thickness, per square yard: Dollars and Cents ($ ) $ E The total amount for Item 8 consist of: MATERIALS: $ LABOR: $ 4 9. 40,150 Item P-602, Bituminous Prime Coat, per gallon: Gal. Dollars and Cents ($ } $ The total amount for Item 9 consist of: MATERIALS: $ LABOR: $ 10. 16,060 Item P-603, Bituminous Tack Coat, per gallon: Gal. Dollars and Cents ($ ) $ The total amount for Item 10 consist of: MATERIALS: $ LABOR: $ I I . 19,160 Item P-401, Bituminous Surface Course, per ton: Ton Dollars «� and Cents ($ } The total amount for Item I I consist of: �--► MATERIALS: $ LABOR: $ I 2701-98 C - 3 ADDENDUM NO. 1 r rItem Quantity No. & Unit Description of Item and Unit Price Total Amount 12. 55,300 Item P-605, Saw Cut and Seal Joints Between E L.F. New Bituminous Pavements and Existing Portland Cement Concrete Pavements, including r sealant materials, per linear foot: Dollars Cents 1 and ($ $ !" The total amount for Item 12 consist of: MATERIALS: $ LABOR: $ 13. 75,300 Item P-620, Runway and Taxiway Painting, S.F. including temporary and permanent marking, per square foot: Dollars P and Cents ($ ) $ The total amount for Item 13 consist of: MATERIALS: $ J" LABOR:$ 14. 3,000 Item P-620, Remove Temporary Runway and S.F. Taxiway Marking, per square foot: C" Dollars and Cents ($ } $ The total amount for Item 14 consist of: MATERIALS: $ LABOR: $ r� 2701-98 C - 4 ADDENDUM NO. 1 F. I Item Quantity ` No. & Unit Description of Item and Unit Price Total Amount r ° 15. 140 Item D-701, 18-inch Reinforced Concrete Pipe, r L.F. Class III, complete in place per linear foot: Dollars and Cents ($ ) $ The total amount for Item 15 consist of: MATERIALS: $ LABOR: $ 16. 140 Item D-701, 30-inch Reinforced Concrete Pipe, �• L.F. complete in place per linear foot: Dollars and Cents ($ ) $ The total amount for Item 16 consist of: MATERIALS: $ LABOR: $ 17. 5 Item D-752, Reinforce Concrete Headwall for EA 18-inch RCP culvert, complete, per each: Dollars and Cents ($ ) $ The total amount for Item 17 consist of: MATERIALS: $ LABOR: $ 18. 1 Item D-752, Drainage Inlet For Single Barrel EA 18-inch RCP, complete, per each: Dollars f and Cents ($ ) $ The total amount for Item 18consist of MATERIALS: $ LABOR: $ 2701-98 C - 5 ADDENDUM NO. 1 Item Quantity ' No. & Unit Description of Item and Unit Price Total Amount ' 19. 6 Item D-752, Reinforced Concrete Headwall for l EA 30-inch, complete, per each: r" l: Dollars and Cents ($ ) $ CThe total amount for Item 19 consist of: MATERIALS: $ LABOR: $ 20. 1 Item F-162, 25' x 6' x I'Cantilevered Slide EA Gate, complete per each: r• Dollars and Cents ($ } $ The total amount for Item 20 consist of: MATERIALS: $ LABOR: $ r.. 21. 500 Item F-162, Chain Link Fencing, per linear f LF foot: �,.., Dollars and Cents ($ } $ The total amount for Item 21 consist of: MATERIALS: $ LABOR: $ 22. 33 Item T 901, Soil Preparation, Seeding and Acre Fertilizing, per acre: r Dollars and Cents ($ ) $ The total amount for Item 22 consist of MATERIALS: $ 4 LABOR: $ 2701-98 C 6 ADDENDUM - NO. I d. r Item Quantity No. & Unit Description of Item and Unit Price Total Amount 23. 20,000 Item L-108, Underground Electrical Cable, l/c L.F. #8 AWG, 5KV, installed in duct or conduit, per linear foot: Dollars and Cents ($ 1 $ The total amount for Item 23 consist of: MATERIALS: $ LABOR: $ pq 24. 10,000 Item L-108, Counterpoise Wire, #8 AWG, L.F. including grounding rods, as specified, installed in trench, per I inear foot: Dollars and Cents ($ ) $ The total amount for Item 24 consist of: MATERIALS: $ LABOR: $ 25. 75 Item L-110, 10-inch Steel Casing installed in L.F. bore under existing taxiway, complete, per linear foot: Dollars and Cents ($ ) $ The total amount for Item 25 consist of - MATERIALS: $ LABOR: $ 26. 75 Item L-110, 3-way, 4-inch Underground L.F. Electrical Duct, installed in new 10-inch casing, complete, per linear foot: Dollars and Cents ($ ) $ ►-y The total amount for Item 26 consist of - MATERIALS: $ LABOR: $ 2701-98 C - 7 ADDENDUM NO. 1 a Item Quantity No. & Unit Description of Item and Unit Price Total Amount 27. 925 Item L-110, 2-way, 4-inch Underground L.F. Electrical Duct, concrete encased, including trenching and backfilling and connection to existing duct (if needed) , per linear foot: Dollars and Cents ($ $ rThe total amount for Item 27 consist of: e ; MATERIALS: $ LABOR: $ r 28. 165 Item L-110, 4-way, 4-inch Underground t L.F. Electrical Duct, concrete encased, including trenching and backfilling and connection to existing duct (if needed), per linear foot: Dollars and Cents ($ ) t" The total amount for Item 28 consist of: P MATERIALS: $ LABOR: $ r 29. 425 Item L-110, 6-way, flinch Underground L.F. Electrical Duct, concrete encased, including trenching and backfilling and connection to existing duct (if needed), per linear foot: Dollars • and Cents ($ 1 $ The total amount for Item 29 consist of: MATERIALS: $ LABOR: $ F2701-98 C - 8 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 30. 10,000 Item L-110, 1-way, 2-inch Underground L.F. Electrical Conduit, including trenching and backfilling, per linear foot: Dollars and Cents ($ ) $ The total amount for Item 30 consist of MATERIALS: $ LABOR:$ 31. 1,400 Item L-110, I -way, 4-inch Underground L.F. Electrical Split Duct Conduit, including trenching and backfilling, per linear foot: Dollars and Cents ($ ) $ The total amount for Item 31 consist of MATERIALS: $ LABOR:$ 32. 75 Item L- 118, Retroreflective Taxiway Each Centerline and Edge Markers, FAA L-853, Type I (Flush mounted) Style I (snow - plowable), blue, per each: Dollars and Cents ($ ) $ The total amount for Item 32 consist of MATERIALS: $ LABOR: $ Fi 2701-98 C - 9 ADDENDUM NO. 1 dl { POO Item Quantity No. & Unit Description of item and Unit Price Total Amount 33. 80 Item L-125, Remove, Modify and Reinstall i Each Existing Base -Mounted Taxiway Lights, including drilling drain hole, and installing gravel drain bed, complete, per each: Dollars and Cents ($ ) $ The total amount for Item 33 consist of: MATERIALS: $ LABOR:$ 34. 20 Item L-125, Install Taxiway Light Base Each Extensions complete, per each: Dollars and Cents ($ 1 $ The total amount for Item 34 consist of. MATERIALS: $ r LABOR:$ i 35. 41 Item L-125, Remove and Salvage Existing Each Lighted Taxiway Guidance Signs, including sign fixture and isolation transformer, complete, per each: Dollars and Cents ($ ) $ The total amount for Item 35 consist of: MATERIALS: $ LABOR:$ F270IM C - 10 ADDENDUM NO. I r Item Quantity No. & Unit Description of Item and Unit Price Total Amount 36. 3 Item L-125, Remove and Salvage Existing i Each Unlighted Taxiway Guidance Signs, including removing sign fixture and concrete slabs, complete, per each: Dollars [ and Cents ($ ) $ The total amount for Item 36 consist of. MATERIALS: $ LABOR: $ 37. 21 Item L-125, Medium Intensity Taxiway Edge t Each Light, FAA L-861T Quartz, base -mounted, omnidirectional blue lens, complete, per each: d Dollars and Cents ($ ) $ t The total amount for Item 37 consist of: MATERIALS: $ LABOR: $ 38. 32 Item L-125, New 1-Panel Internally Lighted Each Taxiway Guidance Sign Fixture on Existing Base, including new isolation transformer, complete, per each: Dollars f and Cents ($ ) $ The total amount for Item 38 consist of. MATERIALS: $ LABOR: $ F2701-98 C - 11 ADDENDUM NO. 1 r r Item Quantity ° No. & Unit Description of Item and Unit Price Total Amount r" 39. 2 Item L-125, New 2-Panel Internally Lighted Each Taxiway Guidance Sign Fixture on Existing Base, including new isolation transformer, complete, per each: Dollars and Cents ($ ) $ The total amount for Item 39 consist of: MATERIALS: $ LABOR: $ 40. 8 Item L-125, New 3-Panel Internally Lighted Each Taxiway Guidance Sign Fixture on Existing `r Base, including new isolation transformer, complete, per each: Dollars and Cents ($ ) $ The total amount for Item 40 consist of: MATERIALS: $ LABOR:$ 41. 2 Item L-125, New 4-Panel Internally Lighted Each Taxiway Guidance Sign Fixture of Existing Base, including new isolation transformer, complete, per each: Dollars and Cents ($ ) $ The total amount for Item 41 consist of: MATERIALS: $ LABOR: $ 7 2701.98 C - 12 ADDENDUM NO. 1 0 PM Item Quantity No. & Unit Description of Item and Unit Price Total Amount 42. 2 Item L-125, New 2-Panel Unlighted Taxiway Each Guidance Sign, including new base mounting and concrete slab, complete, per each: Dollars and Cents ($ ) $ The total amount for Item 42 consist of: MATERIALS: $ LABOR: $ 43. 2 Item L-125, Replacement Taxiway Guidance Each Sign Face Panels, complete, per each: Dollars and Cents($ ) $ The total amount for Item 43 consist of. MATERIALS: $ LABOR: $ 44. 2 Item L-125, 2' x 2' Reinforced Concrete Each Electrical Manhole, per each: Dollars and Cents($ ) $ The total amount for Item 44 consist of: MATERIALS: $ LABOR: $ 2701-9$ C - 13 ADDENDUM NO. 1 ', 1 i rItem Quantity No. & Unit Description of Item and Unit Price Total Amount 45. 1 Item L-125, Furnish, Install and Remove k Each Temporary Displaced Threshold Lighting, including threshold lights, REIL lights and temporary wiring and connections, complete, per each complete installation: Dollars and Cents($ 1 S The total amount for Item 45 consist of: MATERIALS: $ r LABOR: $ 46. 600 Item L-125, Furnish and Install New FAA L.F. Cable in Underground Duct or Conduit, including splices and connections, per linear foot: Dollars and Cents($ 1 S The total amount for Item 46 consist of: MATERIALS: $ LABOR: $ 47. 16 Item MC, Type 1 sign (STOP sign), complete, Each per each: Dollars k and Cents($ ) $ 7 The total amount for Item 47 consist of: MATERIALS: $ LABOR:$ r r 2701-98 C - 14 ADDENDUM NO. 1 Item Quantity t No. & Unit Description of Item and Unit Price Total Amount 48. 10 Item MC, Type 2 sign (CAUTION sign), Each complete, per each: Dollars and Cents($ ) $ The total amount for Item 48 consist of MATERIALS: $ LABOR: $ 49. 9 Item MC, Type 3 sign (SERVICE VEHICLES Each ONLY sign), complete, per each: Dollars and Cents($ ) $ The total amount for Item 49 consist of- MATERIALS: S LABOR: $ ,.., 50. 4 Item MC, Type 4 sign (ILS sign), complete, Each per each: r i Dollars and Cents($ ) $ The total amount for Item 50 consist of: MATERIALS: $ LABOR: S 51. 2 Item MC, Remove and Relocate existing traffic Each control sign, complete, per each:: t Dollars r- d and Cents($ ) $ i The total amount for Item 51 consist of: �• MATERIALS: $ LABOR: $ 2701=98 C-15 ADDENDUM NO. 1 F r Item Quantity No. & Unit Description of Item and Unit Price Total Amount ^ TOTAL BASE BID 7 (Items 1 through 51, Inclusive) $ ADDITIVE ALTERNATE - SUBSTITUTE BASE COURSE A-1 .157,300 DEDUCT Item P-209, Crushed Aggregate Base S.Y. Course, 6-inch thickness per square yard (DEDUCT SAME AMOUNT AS ENTERED IN ITEM #7 OF BASE BID PROPOSAL): Dollars and Cents ($ 1 $ The total amount for Item A-1 consists of: MATERIALS: $ LABOR:$ A-2 52,575 ADD TxDOT Item 345 6-inch, Asphalt Stabilized Ton Base Course, complete, per ton: Dollars and Cents ($ ) $ The total amount for Item B-2 consists of MATERIALS: $ LABOR: $ 2701-98 TOTAL ADDITIVE ALTERNATE (Items A-1 through A-2, inclusive) $ C - 16 ADDENDUM NO. 1 r F BID SUMMARY BASE BID (Items 1 through 51, inclusive) ADDITIVE ALTERNATE (Items A-1 through A-2, inclusive) TOTAL BID: BASE BID + ADDITIVE ALTERNATIVE 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 the above bid, and that the prices bid herein are based on the minimum wage rates included in the specifications. The Bidder hereby agrees to commence work under this contract within 10 days of a date to be specified in written "Notice to Proceed" and to complete the work if awarded within the time frames specified in Paragraph SP-3 of the Special Provisions. Bidder further agrees to pay as liquidated damages, the sums stated in Paragraph SP-3 of the Special Provisions for each consecutive calendar day thereafter as provided in the General Conditions. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 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 thirty (30) calendar days after the scheduled closing time for receiving bids. Bidder acknowledges receipt of the following addendum: Enclosed with this Proposal is a Cashier's or Certified Check for Dollars ($ ) or, a Proposal Bond in the sum of Dollars ($ ), which it is r agreed shall be collected and retained by the Owner as liquidated damages in the event the Proposal is C accepted by the Owner within sixty (60) days after the date advertised for the reception of bids and the undersigned fails to execute the contract or required bonds with the Owner, under the conditions r- hereof, within ten (10) days after the date said proposal is accepted; otherwise, said check or bond shall be returned to the undersigned upon demand. 7 2701-98 C - 17 ADDENDUM NO.1 r (Seal if Bidder is Corporation) ATTEST: Secretary LT *-A Contractor NOTE: Do not detach this Proposal from this binding but submit intact. Fill in all blank spaces in this and accompanying forms and include proper bid security. 2701-98 C - 18 ADDENDUM NO. 1 1. i pm r Y OF LUBBOCK INVITATION TO BID FOR TITLE: TAXIWAY SHOULDERS IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT ADDRESS: LUBBOCK, TEXAS BID NUMBER: 98182 PROJECT NUMBER: 4615.8107 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 7 INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS co cc LU 0 0 en pl.: L--O t--- VL-1 it L. NOTICE TO BIDDERS r BID #98182 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 *" o'clock p.m. on the 26th day of August. 1998, 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 following described project: "TAXIWAY SHOULDERS IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. -loft It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for s the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 10th day of September. 1998, at the Municipal Building, 1625 ;- 13th Street, 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 r 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds r $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of D or suverior. The items of work included in this project consist of a BASE BID and an ADDITIVE ALTERNATE. The BASE BID consists of the construction of new bituminous taxiway shoulder paving, perimeter roadway paving, taxiway and roadway marking, seeding and fertilizing unpaved shoulders, miscellaneous lighting and signage improvements, and related item of work. The ADDITIVE ALTERNATE consists of revising the new shoulder pavement section to provide at TxDOT Item 345 Asphalt Stabilized Base Course in lieu of the FAA Item P-209 Crushed Aggregate Base Course specified in the Base Bid. All lump sum and unit prices must be stated in both script and figures. The Owner reserves the right to reject any I or all bids and to waive formalities. In case of ambiguity or lack of clearness in stating the prices in the bids, the Owner reserves the right to consider the most advantageous construction thereof, or to reject the bid. Unreasonable (or r "unbalanced" unit prices will authorize the Owner to reject the bid. This project is an AIP project. The proposed contract is under and subject to Executive Order 11246 or September 24, 1965, as amended, and to the equal opportunity clause contained in these specifications. The Bidder's �••. (Proposer's) attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment r Opportunity construction Contract Specifications" set forth in the specifications. The Bidder must supply all the information required by the proposal form. r.. 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 of such a Certification where the subcontract exceeds $10,000. Samples of the Certification and the Notice to Subcontractors appear in the specifications. In all areas of employment, women and men will be afforded equal opportunity for employment. The employment of women shall not diminish the standards or requirements for the employment of minorities. Minimum wages and labor rates for the construction of the proposed work have been established by the Secretary of Labor. A schedule of labor classifications and wage rates to be paid are included in the specifications and will be made a part of this contract. The bid form shall contain a statement that the prices bid are based on such wage rates. This project is subject to Equal Opportunity, Affirmative Action, Minority Business Enterprise Contract Provisions, and other requirements stated in the Instructions to Bidders and other sections of the project specifications and contract documents. lic . It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. :I A11 bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract ten (10) percent of the dollar value of the prime contract to 'i small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged include Women, Blacks, ,. Hispanics, native Americans, Asian -Pacific American and Asian -Indian Americans. The apparent successful bidder 1 (proposer) will be required to submit information concerning the DBE's that will participate in this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. The proposed contract is subject to the Buy American provision under Section 9129 of the Aviation Safety and Capacity Expansion act of 1990. Details of such requirement are contained in the Specifications. The owner reserves the right to reject any or all bids, if it is deemed to be in the best interest of the public. 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 bid 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 bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself 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. There will be a pre -bid conference on 19th day of August, at 10:00 o'clock a.m., in the Blue Room - Lubbock International Airport, Lubbock, Texas 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 Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein conceming the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 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. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775- 2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KILMAN PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806) 775-2167/Fax (806) 775-2164, 2 1. ADVERTISEMENT FOR BIDS 4 Sealed proposals addressed to the Honorable Mayor and City Council of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas 79401 until 2:00 p.m. local time. August 26. 1998 for furnishing all necessary materials, machinery, equipment, superintendence, and labor for constructing certain improvements at Lubbock Intemational Airport, Lubbock, Texas. These improvements are contained in the plans and specifications entitled, "City of Lubbock, ` Texas, Lubbock International Airport, Taxiway Shoulders Improvements," dated August 1998. Immediately following the closing time for receipt of bids, proposals will be publicly opened and read aloud. Any bid received after closing time will be retumed unopened. The items of work included in this project consist of a BASE BID and an ADDITIVE ALTERNATE. The BASE BID consists of the construction of new bituminous taxiway shoulder paving, perimeter roadway paving, taxiway and roadway marking, seeding and fertilizing unpaved shoulders, miscellaneous lighting and signage improvements, and related item of work. The ADDITIVE ALTERNATE consists of revising the new shoulder pavement section to provide a TxDOT Item 345 Asphalt Stabilized Base Course in lieu of the FAA Item P-209 Crushed Aggregate Base Course specified in the Base Bid. f^ A bid proposal guaranty is to accompany the bid, thereby guaranteeing the good faith of the bidder and that the bidder will enter into the written contract. The guaranty is to amount to five percent (5%) of the total bid and must be in the form of cash or certified check, issued by a bank satisfactory to the City of Lubbock, or a bid bond. If in the form of cash or certified check, it is hereby expressly understood and agreed the City of Lubbock is given the right to retain such as liquidated damages if such bidder withdraws its bid anytime after such bid is opened and before official rejection of such bid, or, if successful in securing the award thereof, such bidder fails to enter into the contract and furnish satisfactory performance bond and payment bond. If a bid bond is submitted, it shall be executed on forms contained in these contract documents by a corporate surety authorized to do business in the State of Texas, acceptable to the City of Lubbock and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United �., States of America. Proposals submitted without bid guaranty in the form of cash, certified check or bid bond for 5% of the maximum bid will not be considered. The successful Bidder will be required to fumish a Performance Bond and a Payment Bond each in t•' the amount of the contract, written by a responsible Surety Company authorized to do business in the State of Q Texas, and satisfactory to the Owner, as required by Article 5160, VA.T.C.S., as amended by H.B. 344, passed by the 56th Legislature, Regular Session, 1959. All lump sum and unit prices must be stated in both script and figures. The Owner reserves the right to reject any or all bids and to waive formalities. In case of ambiguity or lack of clearness in stating the prices in the bids, the Owner reserves the right to consider the most advantageous construction thereof, or to reject E the bid. Unreasonable (or "unbalanced") unit prices will authorize the Owner to reject the bid. Bidders are expected to inspect the site of the work and to inform themselves regarding all local conditions. This project is an AIP Project. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, as amended, and to the equal opportunity clause contained in these specifications. The Bidder's (Proposer's) attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity construction Contract Specifications" set forth in the specifications. The Bidder must supply all the information required by the proposal form. 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 of such a Certification where #� the subcontract exceeds $10,000. Samples of the Certification and the Notice to Subcontractors appear in the a 2701-98 A -1 l specifications. In all areas of employment women and men will be afforded equal opportunity for employment. The employment of women shall not diminish the standards or requirements for the employment of minorities. Minimum wages and labor rates for the construction of the proposed work have been established by the Secretary of Labor. A schedule of labor classifications and wage rates to be paid are included in the specifications and will be made a part of the contract. The bid form shall contain a statement that the prices bid are based on such wage rates. This project is subject to Equal Opportunity, Affirmative Action, Minority Business Enterprise Contract Provisions, and other requirements stated in the Instructions to Bidders and other sections of the project specifications and contract documents. E2!Lqy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. All bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract ten (10) percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged include Women, Blacks, Hispanics, native Americans, Asian -Pack American and Asian -Indian Americans. The apparent successful bidder (proposer) will be required to submit information concerning the DBE's that will participate in this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. The proposed contract is subject to the Buy American provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirement are contained in the Specifications. The Owner reserves the right to reject any or all bids, if it is deemed to be in the best interest of the public. Information for bidders, proposal forms, specifications and plans are on file in the office of the Director of Aviation and Purchasing Manager, Lubbock, Texas, and at the office of Parkhill, Smith & Cooper, Inc., Consulting Engineers, 4010 Avenue R, Lubbock, Texas 79412, 806-747-0161. Copies of the Plans and Specifications may be secured from Parkhill, Smith & Cooper, Inc., Consulting Engineers, 4010 Avenue R, Lubbock, Texas 79412, upon deposit of SEVENTY-FIVE DOLLARS ($75.00) as guarantee of the safe return of the plans and specifications. The full amount of the deposit will be returned to the Bidder upon return of the documents to the Engineer in good condition within ten (10) days after the date for receiving bids. A pre -bid conference concerning this project will be held at 10:00 a.m., August 19, 1998 at the Lubbock International Airport Blue Room. 2701-98 A - 2 r r4 GENERAL INSTRUCTIONS TO BIDDERS r �, 1 { t a GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the TAXIWAY SHOULDERS IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT. 2. CONTRACT DOCUMENTS Ail work covered by this contract shall be done in accordance with contract documents described in the General Conditions. Al 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. f 3. PLANS FOR USE BY BIDDERS 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 of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: HELEN BURNS BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 775-2164 r P 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 226 (TWO HUNDRED '" TWENTY-SIX - see Special Conditions, Paragraph SC-3, Time and Order of Completion) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 insure completion of the project within the time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the Ar" contract documents. 1 I i . 7. AFFIDAVITS OF BILLS PAID 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. 8. MATERIALS AND WORKMANSHIP 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. 9. GUARANTEES 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). 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 the year 2000 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. 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. 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. 10. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his 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. 11. PROTECTION OF THE WORK 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: (a) 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. (b) A sworn statement of the current financial condition of the bidder. r- (c) Equipment schedule. 12. TEXAS STATE SALES TAX 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. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials r to be incorporated into the work without paying the tax at the time of purchase. 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 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. fob 14. BARRICADES AND SAFETY MEASURES 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. 15. EXPLOSIVES 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. 1 Explosive materials shall not be stored or kept at the construction site by the Contractor. I 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. 16. CONTRACTOR'S REPRESENTATIVE 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. 17. 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) 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 coverage's shall be submitted prior to contract execution. The Insurance certificates furnished shall name the City as an additional Insured, or In the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage Insurance documents including workers compensation coverage for each subcontractor. 18. LABOR AND WORKING HOURS 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 which 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 Article 5159a, Vernon's Annotated Civil Statutes 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 these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (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. Before construction work requiring an inspector is to be performed on weekends 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 weekends or holidays will be made by the Owner's Representative. 4 POO '. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, I regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer i dangerous to property or life. 19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 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 engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, swom, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. 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, ten dollars 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. i 20. PROVISIONS CONCERNING ESCALATION CLAUSES 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. 21. PREPARATION FOR BID The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and 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 price written in words and the price written in figures, the price written in words shall govern. 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. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 22. BOUND COPY OF CONTRACT DOCUMENTS i Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: i l (a) Notice to Bidders. (b) General Instructions to Bidders. 5 (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. 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. 23. QUALIFICATIONS OF BIDDERS 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 in regard to 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 fumish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid 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: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The'quality of performance of previous contracts or services. 6 ADDITIONAL INSTRUCTIONS TO BIDDERS I13-1. BID FORMS Bid shall be submitted on the Proposal form in the bound specifications. The complete bound documents shall be submitted and plans shall be returned as specified herein. j In addition to the completed Proposal, bid forms shall include Bid Security, Financial Statement, and other specified documents. Failure to submit a complete bid as specified will be considered as sufficient cause for rejection of the bid. 1 IB-2. EXPERIENCE RECORD, EQUIPMENT SCHEDULE AND FINANCIAL STATEMENT The Experience Record and Equipment Schedule included herein, shall be filled in, showing completed jobs, of a similar nature to the one covered by the Proposal, and the work in progress with contract and bond amounts and percent complete. d L A sworn statement of the current financial condition of the Bidder shall also be enclosed with the Proposal, in order to provide the Owner with information relative to the responsibility of bidders and their ability to finance and construct the work. This statement shall be enclosed with the ` Proposal in a separate envelope and will be returned to the Bidder upon return of his bid security. I13-3. BID SECURITY Each proposal must be accompanied by a Bid Bond, Certified Check, or cash in the amount of not less than five percent of the maximum bid submitted, payable without recourse to the City of Lubbock, Texas. If a Bid Bond is submitted as bid security, it shall be executed by an approved surety company authorized to do business in the State of Texas, and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States of America. Such bid security shall be so conditioned that if the Bidder is awarded the Contract and is unable or fails to furnish performance and payment bonds and execute the Contract within ten days after date of award, the security shall revert to the Owner as compensation for damages which the Owner suffers because of such failure by the Bidder. ,— IB-4. PERFORMANCE AND PAYMENT BONDS With the execution and delivery of the contract documents, the Contractor shall furnish, on the forms provided herein, bonds, as required by the General Conditions, in the sum of 100 % of the total contract price, executed by an approved surety company authorized to do business in the State of Texas, and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States of America. I13-5. INTERPRETATION OF BIDS No bid will be considered which fails to supply all information indicated, or which has any limitation or provisions placed upon it by the Bidder. In case of a difference between the written words and the figures in the Proposal, the amount stated in written words will be considered as the bid price, without recourse on the part of the Contractor. In case of ambiguity or lack of clearness in the i i, 2701-98 7 r E 1; Proposal, the Owner will adopt the most advantageous construction thereof or reject the bid. The Owner reserves the right to accept or reject any or all bids, if it is deemed to be in the best interest of the public. Further, the Owner reserves the right to reject any bids because of irregularity or to waive such irregularity if such action is in the public interest. IB-6. DISPOSITION OF BIDS The Owner expects to make award of the contract as soon as possible after the opening of bids, but specifically reserves the right to hold all Proposals for a period not to exceed sixty (60) days, before making an award. No Proposal, having been. opened, may be withdrawn prior to expiration of this sixty day period. Bid security of all but the successful Bidder will be returned upon making an award. IB-7. EXAMINATION OF SITE, PLAN AND SPECIFICATIONS Prior to submission of a Proposal, each Bidder shall have made a thorough examination of the site of work and of the plans and specifications, and shall become informed as to the location and nature of the proposed construction, labor conditions and all other matters that may affect the cost and time of completion of the work upon which he bids. Bidders shall make such investigations of the nature of the project as they deem necessary and shall assume all responsibility for fully informing themselves of the ,character of materials which will be encountered. The submission of a Proposal shall be prima facie evidence that the Bidder has made such an examination. Contact Mark Earle, Director of Aviation (806-775-3126), to schedule a site examination visit. I13-8. INTERPRETATION OF SPECIFICATIONS PRIOR TO BIDDING Any questions arising during the advertising period as to the meaning or intent of the specifications will be answered by an addendum which will be sent to all who have placed a deposit and have been furnished plans and contract documents. The receipt of each addendum shall be acknowledged by the Bidder in the space provided and each addendum shall be enclosed with the Proposal when it is submitted. All addenda shall become a part of these contract documents. I13-9. PRE -BID CONFERENCE A pre -bid conference is scheduled as noted in the Notice to Bidders. At this time, all interested bidders will be requested to appear and present any questions they may have pertaining to this project. All bidders are urged to attend the pre -bid conference if scheduled because they will be charged with notice of the matters discussed therein. IB-10. BASIS OF AWARD Award will be made for. this contract on the basis of the low responsive, responsible bid, including the total Base Bid, with or without the Additive Alternate, based on the availability of funds and to the Owner's best interest. 2701-98 8 8 i IB-11. AVAILABILITY OF PLANS A. For Bidders d It is intended that all parties with an interest in the type of work included in the project covered by these documents be given a reasonable opportunity to examine the documents and prepare a bid or subbid. Documents may be examined without charge as noted in the Notice to Bidders. Drawings for general distribution are full-size (24" x 36") drawings. Complete sets of documents may be obtained from the Engineer upon request, accompanied by a deposit of $75.00. Upon return of the documents to the Engineer in good condition within 10 days after the date for receiving bids, the full amount of the deposit will be returned. B. For the Contractor The Contractor will be furnished five (5) sets of full-size drawings and five (5) sets of specifications for his use during construction. This shall include all plans and specifications furnished to material suppliers and subcontractors but does not include the executed contract copies. Plans and specifications for use during construction will be furnished directly only to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors, or others, as required for proper execution of the work. Should additional sets of documents be desired, they may be purchased, by the Contractor only, at the following prices, exclusive of postage or freight charges: Full-size Drawings $35.00 per set e Single Sheets of Drawings $ 3.00 per sheet Specifications $50.00 per set IB-12. SPECIAL PROVISIONS Attention of Bidders is directed to SPECIAL PROVISIONS included in these documents for requirements concerning scope of work, labor, wage schedule, insurance and similar subjects. IB-13. PLANT LOCATION AND STORAGE AREA Contractors bidding on the work included in this contract who desire to locate a material storage area or other similar facility on the airport property may secure such site, buildings or areas by direct negotiation with the Director of Aviation. IB-14. DISQUALIFICATION OF BIDDERS Any one or more of the following causes may be considered as sufficient for the disqualification of bidder and the rejection of his bid or bids: More than one Proposal for the same work from an individual firm, partnership, or corporation under the same or different name. Evidence of collusion among bidders. Participants in such collusion may not receive recognition as Bidders for any future work. 2701-98 9 Unbalanced Proposals in which the prices for some items are out of proportion to the prices for other items. Failure to submit a unit price for each item of work for which a bid price is required by the Proposal: Lack of competency as revealed by the financial statement submitted Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. Uncompleted work which, in the judgment of the Owner, might hinder or prevent the prompt completion of additional work if awarded. For being in arrears on existing contracts, in litigation with the Owner, or having defaulted on a previous contract. IB-15. MATERIAL GUARANTY Before any contract is awarded, the Bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. IB-16. EXECUTIVE ORDER -EQUAL OPPORTUNITY CLAUSES A. Required Notices for Contracts Over $10,000. The regulations and orders of the Secretary of Labor, OFCC, AND FAR 152.61 require the following notices: 1. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause, and 2. The Bidder (Proposer) must supply all the information required by the bid or proposal form. 3. 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 for such a Certification where the subcontract exceeds $10,000. Samples of the Certification and Notice to Subcontractors appear in the specifications. 4. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. 5. Notice of requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended). 2701-98 10 P 11 1 a. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract 7 Specifications" set forth herein. i b. The goals and timetables for minority and female participation, expressed " in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Goals for female participation in each trade 6.9 % Goals for minority participation in each trade f 19.6% These goals are applicable to all the contractor's construction work I(whether or not it is Federal or federally assisted) performed in the a covered area. The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, r shall be a violation of the contract, the executive order, and the I regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 2701-98 c. The contractor shall provide written notification to the Director, OFCCEP, 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; employee identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. d. As used in this notice and in the contract resulting from this solicitation, the "covered area" is City of Lubbock, Lubbock County, Texas. B. Contracts in Excess of 50,000. For bids relating to contracts of $50,000 or more, a contractor having 50 or more employees, and his subcontractors having 11 50 or more employees, and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract. C. Additional Notices for $1 Million Contracts. For each contract which results in a bid of $1 million or more: 1. Preward Equal Opportunity Compliance Reviews. Where the bid of the apparent low responsible bidder is in the amount of $1 million or more, the bidder and his known all -tier subcontractors which will be awarded subcontracts of $1 million or more will be subject to full, on -site, preaward equal opportunity compliance reviews before the award of the contract for the purpose of determining whether the bidder and his subcontractors are able to comply with the provisions of the equal opportunity clause. 2. Compliance Reports. Within 30 days after award of this contract, the contractor shall file a compliance report (Standard Form 100) if: a. The contractor has not submitted a complete compliance report within 12 months preceding the date of award; and b. The contractor is within the definition of "employer" in Paragraphs 2e(3) of the instructions included in Standard Form 100. The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. IB-17. CONTRACTOR'S CERTIFICATION OF AFFIRMATIVE ACTION The Contractor assures that it will undertake an affirmative action program as required by 14 CFR Part 152, Subpart E, to insure that no person shall on the grounds of race, creed, color, national origin, or sex be excluded from participating in any employment activities covered in 14 CFR part 152, Subpart E. The Contractor assures that no person shall be excluded on these grounds from participating in or receiving the services or benefits of any program or activity covered by this subpart. The Contractor assures that it will require that its covered suborganizations provide assurances to the Contractor that they similarly will undertake affirmative action programs and that they will require assurances from their suborganizations, as required by 14 CFR Part 152, Subpart E, to the same effect. IB-18. DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS PART A Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate 2701-98 12 s in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. DBE Oblization. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -assisted contracts. Compliance. All bidders, potential contractors, or subcontractors for this DOT assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation, as set forth above shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the Owner. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offer further subcontracting opportunities. *�PART B I It is further understood and a reed: The award selection procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45(i) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals. Notification is hereby given that DBE contract goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disadvantaged individuals is ten percent (10%) of the dollar value of this contract. After opening of bids, the apparent successful bidder will be required to submit the names and addresses of DBE firms that will participate in the contract along with a description of the work and dollar amount for each firm. If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must clearly demonstrate, to the satisfaction of the airport sponsor, that a good faith effort has in fact been made and that meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered nonresponsive. Arrangements between bidder/proposer and a DBE in which the DBE promises not to provide sub -contracting quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith effort to replace a DBE sub -contractor that is unable to perform successfully with another DBE sub -contractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE sub -contract goals and other DBE affirmative action efforts. 2701-98 13 FAA MANDATORY CONTRACT PROVISIONS rk WAGL LABOR, EEO, SAFETY AND GENERAL REQUIREMENTS SECTION A (Federal Aviation Adasitistratiosr (FAA) ReVdr+asb) A Airport aid Airway Imprvrmeat Provram ProjecL The work In this contract is included in Airport Improvement Project No. 3-48-0138-.20-98 which is being undertaken and accomplished by the City of Lubbock (Sponsor) to accordance with the terms and conditions of a grant agreement between the Sponsor and the United States, under the Airport and Airway improvement Act of 1982 (P.L. 97-248) as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987 (P.L.100-223) and Part iS2 of the Federal Aviation Regulations (14 CFR Part 1S2), pursuant to which the United States has agreed to pay a certain percentage of the costs under those Acts. The United States is not a parry to this contract and no reference In tbls contract to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. A 2 Consent to Aasigpa =L The contractor shall obtain the prior written consent of the Sponsor to any proposed assignment of any Interest in or part of this contract. A-3 Convict Labor. No convict labor may be employed under this contract. A4 Veterans Pmrcrenaa 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 515(c)(1) and (2) of the Act. However, Ills preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. PM A-S Withholding: Sponsor from Contractor. Whether or not payments or advances to the City of Lubbock (Sponsor) are withheld or suspended by the FAA, the Sponsor may withhold or cause to be withheld from the contractor PM so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work, the full amount of wages required by this contract. A-6 Nonpayment of Wages. If the contractor or subcontractor falls to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the Qy of Lubbock (Sponsor) may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. (2192) 7 FAA - 1 2 A 7 FAA Wpoction and review The contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. A-8 The contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A- 4, A-5, A-6, and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts wbich they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. AA Conrad twoduatioa. Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result in the suspension or termination or this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. (49 CFR Part 18). A-10 Inspection of Records. The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any books, documents, paper, and records of the contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are dosed. (49 CFR Part 18). A-11 Rights to Inventions. All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor. (49 CFR Part 18). A-12 Gmeral Civil Rights Pro"ons. The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor from the bid solicitation period through the completion of the contract. (Section 520, Airport and Airway Improvement Act of 1982). (2192) FAA — 2 r r r .• SEMON B DAMS -BACON ACT RF.QUQt1rbKI1IS (29 CVR PART S) M himboasa 'Wags,. (a) 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 beneSts (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of paragraph (B-1)(d) or 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 %age determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part SS(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 (B-1)(b) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. rs (b) (1) The contracting officer shall require that any class of laborers or mechanics 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 r performed by a classification In the wage determinations; and (if) The classification Is utilized in the area by the construction r.�. Industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the Laborers and mechanics to be employed In the classification (if known), or their representatives, and the contracting offices 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, D.C. 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 r (2192) FAA — 3 2 that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 121S-0140). (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, Including the views of all Interested partks 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 oMcer within the 30-day period that additional time is necessary. (Approved by the Office of Mmutmsent and Budget under OMB Control Number 121S-0140). (4) 7be wage rate (Including fringe benefits where appropriate) determined pursuant to subparagraphs (11-1)(b)(2) or (3) 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. (c) Whenever the minimum wage rate prescribed In the contract for a class of Laborers or mechanics includes a fringe benefit which Is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part or the wages or any laborer or mechanic the amount of any costs reasonably anticipated In providing bona fide fringe benefits under a plan or program, Provided, TUt the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 121S-0140). B-2 'W1d&oidiag_ The Federal Aviation Administration or the Sponsor shall upon Its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to David -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 11t-3 PayrWh and basic eooe�ds. (a) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described In 1(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 Iabor has found under 29 CFR SS(a)(1)(iv) that the swages of any laborer or (2192) FAA — 4 r 3 r+ 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, the contractor sluill maintain records which show that the commitment to provide such benefits is enforceable, that the ptaii or program Is finandaliy responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which 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 r., 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 appliicable programs. (29 CFR 5S(a)(3)(I) (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 121S-0017). (b) (1) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all 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 paragraph S.S(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH-347 Is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-00S-00014.1), U.S. Government Printing OtSce, r, Washington, D.C20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 121S-0149). (2) Each payroll submitted shall be accompanied by a 'Statement of Compliance; signed by the t� contractor or subcontractor or his or her agent who pays or supervises the payment of the persons i employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the taformation required to be maintained under paragraph B-3 (a) above and that such information is correct and complete; (ii) That 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 r� wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (ill) That 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. (3) 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 B-3 (b)(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (c) The contractor or subcontractor shall make the records required under paragraph B-3 (a) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Of Federal Aviation Administration or the Department of Labor, and shall permit such representatives to Interview employees during working hours on the job. If the contractor or subcontractor falls to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further (2192) f•• FAA — 5 4 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 S.12. B-4 Appratices a*d Trainees. (a) 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 Ilde apprenticeship program registered with the U5. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprentkeship Agency recognized by the Bureau, or if a person Is employed in his or her first 94 days of probationary employment as an apprentice In such an apprenticeship program, who is not individually registered In the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site In any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who Is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project In a locality other than that In which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate. specified In the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (b) Trainees. Except as provided In 29 CFR S.16, trainers 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 wags 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 which provides for less than full hinge benefits for apprentices. Any employee listed on the payroll at a trainee rate who Is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (2192) FAA - 6 r" PM 5 (c) 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. BS Casapiiisaae Witlr Copefasd Act Rc . lrrr�eats. r The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. Ba Subcostraets. The contractor or subcontractor shall .Insert in any subcontracts the clauses contained In 29 CFR Part 53(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 t " 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 55. B-7 Compiiawoe With Davis-6aem and Related Act Ro4thysMo ats. All rulings and interpretations of the Davis -Bacon and Related Acts contained In 29 CFR Parts 1, 3, and S are herein incorporated by reference in this contract. B8 Dispctes Caacmving Libor Sbmdard9. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth In 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of Its subcontractors) and the contracting agency, the US. Department of Labor, or the employees or their representatives. B-9 CertMoL ion of Eligibility. (a) By entering into this contract, the contractor certifies that neither It (nor he or she) nor any person or Erm who has an interest in the contractor's Mm Is a person or W= ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (b) 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 S.12(a)(1). P, (c) The penalty for making false statements Is prescribed In the US. Criminal Code,19 US.C.1001. r B-10 Co stract Termination: Debars caL A breach of the contract clauses In paragraph 11-1 through BA of this section and paragraphs C-1 through C- S of Section C may be grounds for termination of the contract, and for the debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (2192) FAA — 7 SEC.'I'ION C CONTRACT WORIBOURS AND SAFETY STANDARDS ACT REQUI EMEMIS (29 CFR PART S) C-1 O"wthme ReQdacmcats. 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 sach 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. C-2 violation; Liability for Unpaid Wages LLWddated Dasrages,. In the event of any violation of the clause set forth In paragraph C-1 above, the contractor or 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 C-1 above, 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 C-1 above. C,3 W-rdki aiding for Unpaid Wages and Ilgaidated Damages. 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 any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided In the clause set forth in paragraph C-2 above. C-4 Sabcootssctocs. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs C-1 through C4 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 C-1 through Gel. C-5 worms Ca.dmona. No contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under -construction safety and health standards (29 CFR Part 1926) Issued by the Department of Labor. (2192) FAA — 8 r• r+� SF.MON D EQUAL EMMDYMEMT OPPOR'IUNtIY (41 CFR PART G)-L4(b)} During the performance of this contract, the contractor agrees as follows: r 13-1 The contractor will not discriminate agalast any employee or appliisat for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall Iadude, but not be limited to the following: Employment,upgm&ti ,demotion,ortmnsferrecrultmeaitorrecndtmentadvertising; layoff or termination; rates of'pay or other forms of compensation; and selection for twining, Including apprenticeship. TLe 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. r^ D 2 The contractor will, In all solicitations or advertisements for employers placed by or on behalf of the contractor, state that all qualified applicants will recelve considerations for employment ,... without regard to race, color, religion, sex, or national origin. D-3 Ile contractor will send to each labor union or representative of workers with which he has a collective bargalaing agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. r` D4 'Ile contractor will comply with all provisions of Executive Order I U46 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. �.. DS The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of Investigation to ascertain compliance with such rules, regulations, and orders. r, (2192) D6 In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended In whole or In part and the contractor may be declared Ineligible for further Government contracts or federally assisted construction contracts In accordance with procedure 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. FAA — 9 r^ D-7 The contractor will include the portion of the sentence immediately preceding paragraph D- 1 and the provisions of paragraphs D-i through D-7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 244 or Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved In, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter Into such Litigation to protect the Interests of the United States. (2/92) FAA — 10 r SECTION E CLEAN AIR AND WATER POLivnm CONImm nQUI mmEN Ts &I Any other provision herein to the contrary notwithstanding, the contractor in carrying out work under this contract, shall at all times comply with all applicable state and federal air and water quality r„ standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state, or federal agency having within Its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the contractor shall comply with directives given by the Project Engineer its Impkmentatfon of the ktter .- and intent of FAA Advisory Circular 150/5370-10, Item P-156, Temponty Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from Department of Transportation, Distribution Unit, TAD4843, Washington, D.C. 20590. r' E-2 Contractors and subcontractors agree: a. That any facllity to be used in the performance of the contrail or subcontract or to benefit from the contract is not listed on the Environmental Protection Aieacy (EPA) Ust of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 r� US.C.1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to Inspection, monitoring, entry, reports, and Information, as well as all other requirements specified in Section 114 and Section 308 of the Acts,respectively, and all other regulations and guidelines issued thereunder FM r (2192) a That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To Include or cause to be Included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. FAA — 11 SEMON F STANDARD FEDERAL. EQUAL EMHDYMENT OPPOit'iUNM CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 6043) 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, Mice of Federal Contract Compliance Programs (OFCCP), US. 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, US. 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 (i) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically Include In each subcontract In excess of Sio,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 6045) In a Hometown Plan approved by the US. 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 rtqulred 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 filth performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's [allure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall Implement the specific affirmative action standards provided In paragraphs 7a through 7p of these specifications. The goats set forth In the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which It has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals (1192) FAA — 12 2 mej established for the geographical area where the work Is being performed. Goals am 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 oRkers. The contractor Is expected to make substantially uniform progress In meeting Its goals In each craft during the period specified. S. Neither the provisions of any collective bargaining agreement nor the faifure by a union with whom the r„- contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order IIM or the regulations promulgated pursuant thereto. r- 6. In order for the nonworking training hours of apprentices and trainees to be coasted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training !" programs approved by the US. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation or the contractor's compliance with these specifications shall be based upon Its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall Implement aRrmative action steps at least as extensive as the following. r a. Ensure and maintain a working environment free of harassment, intimidLrtion, and coercion at all sites, and In all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such Individual was sent to the union hiring ball for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, r... this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide Immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. (1192) r.• FAA — 13 L Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting Its EEO obligations; by including it In any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year and by posting the company 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 specEfcations 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 a superintendents, general foremen, etc, prior to the initiation of construction work at any job site. A written record shall be made and maintained Identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it In any advertising in the news media, specifically Including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. 1. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used In the selection process. J. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and In other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an Inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated 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. (1192) FAA — 14 4 p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. tl. Contractors are encouraged to participate. In voluntary associations which assist in fulfilling one or more F" of their affirmative action obligations (7a throu gh ugh p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor ls. a member and participant, may be asserted as fulfilling any one or move of Its obligations under 7a through p of these specifications �,.. provided that the contractor actively participates In the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women In the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female worfdorce participation, makes a good faith effort to meet Its individual goals and timetables, and can provide access to documentation which !" demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, Is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, if the particular group Is employed In a substantially disparate manner (for example, even though the contractor has achieved Its goals for women generally,) the contractor may be In violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government r contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the f" 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 falls to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, In fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed In paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the Implementing regulations, or these specifications, the Director shall proceed In accordance with 41 CFR 604.8. 14. The contractor shall designate a responsible oflicial 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 (eg., 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. 1S. Nothing herein provided shall be construed as a limitation upon the application of other laws which r" 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 19117 and the Community Development Block Grant Program). (1192) -FAA — 1S Fall SECTION G CONTRACTUAL REQUERFIMEtM PURSUANT TO CIVIL RIGMIS ACT OF 1964, THE VI (49 CF1t PART 21) During the performance of this contract, the contractor, for itself, Its assignees and successors in Interest (bereinafter referred to as the 'contractor) agrees as follows: i. Compliance with Regulations. The contractor shall comply with the Regulations relative to . nondiscrimination In federally assisted programs of the Department of TIramportation (hereinafter, •D(T`) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hertinaft r referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by It during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, inducting procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly In the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth In Appendix 8 of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed undera subcontract, Including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all Information and reports required by the Regulations or directives issued pursuant thereto and shall 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 (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any Information required of a contractor Is in the exclusive possession of another who fails or refuses to furnish this Information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. S. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as It or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor compiles, and/or b. Cancellation, termination, or suspension of the contract, In whole or in part 6. Incorporation or Provisions. The contractor shall Include the provisions of paragraphs 1 through S In every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives Issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA 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, (2192) FAA — 16 r4 litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and. In addition, the contractor may request the United States to enter into such litigation to protect the Interests of the United States. (2192) FAA — 17 SECTION H TERhUNA13ON OF CONTRACT (49 CFR PART M 1. The Sponsor may, by written notice, terminate this contract In whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon recelpt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated In performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination Is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract obligations, It Is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided In paragraph 2 of this clause. S. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. (2192) FAA — 18 ,SFkM- ON I BUY AMERICAN - SIE M AND MANUFACIURED PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Sardy mad Capa&y Expansion Act of 1990) (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those 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. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost or Components. 'Ibis means the cost for production of the components, exclusive of final assembly labor costs. (2192) FAA — 19 DISADVANTAGED BUSQdFM EMERPRISE CONTRACT PROVISIONS (49 CFR PART 23) PART A Poll It is the policy of the Department of Transportation (DOT) that diasdvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate In the performance of contracts financed In whole or In part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. DBE Obli2adon. The contractor agrees to ensure that disadvantaged business enterprises as defined In.49 CFR Part 23 have the —Imuopportunity to participate in the performance of contracts and subcontracts financed In whole or is m part with Federal funds provided ander this agreement. In this regard all contractors shall take all necessary and reasonable steps In accordance with 49 CFR Part 23 to ensam that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex In the award and performance of DOT. assisted contracts. Compliance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby notified that failure to carry out the DOT policy and the DEE obligation, as set forth above, shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the owner. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offers further subcontracting opportunities. PART B It Is further understood and armed: The award procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45(1) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Entrprise (DBE) goals. Notification is hereby given that DBE goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disavantaged individuals is ten percent of the dollar value of this contract. After opening bids, the apparent successful bidder will be required to submit the names and addresses of the DBE Arms that will participate in the contract along with a description of the work to be performed by each named firm and the dollar value for each contract (subcontract). if the responses do not dearly show DBE participation will meet the goals above, the apparent successful bidder must must provide documentation dearly demonstrating, to the satisfaction of the airport sponsor, that it made good faith efforts In attempting to do so and that meeting said goals is not reasonably possible. A bid that falls to meet these requirements will be considered nonresponsive. Agreements between bidder/proposer and a DBE in which the DBE promises not to provide sub -contracting quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith effort to replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor. The bidder shall establish and maintain records and submit regular reports, as required, which will Identify and assess progress In achieving DBE subcontract goals and other DBE affirmative action efforts. (2192) FAA — 20 P" r■ P" r, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended) The Offerors or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Spedfications" set forth herein. The goals and timetables for minority and female participation, expressed In percentage terms for the contractor's mate work force in each trade on all construction work in the coveted area, are as follows: Goals for minority participation in each trade 19.6% Goals for fimrale participation In each trade 6.9% Brace goals are applicable to all the contractor's construction work (whether or not It Is Federal or federally assisted) performed in the covered area. If the contractor performs construction, wolic fa a geographical area located outside of the covered area, It dmR apply the goals established for such geographical area where the work Is actually performed. With regard to this second area, the contractor also it subject to the goals for both its federally involved and nonfederally involved construction. The contractor's con4il'iance with the executive order and the regulations In 41 CFR Part 6M shall be based on Its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth In 41 CFR Part 604.3(a), and its efforts to meet the goals established for the geographical area where the contractresulting from this solicitation Is to be performed. Ike hours of minority and female employment and training must be substantially uniform throughout the length of the contrail, and fa each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. Ike transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting; the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 604. Compliance with the goals will be measured against the total work hours perfornx%L The contractor shall provide written notification to the Director, OFCCP, within 10 woricing days of award r- of any construction subcontract in excess of $10,000 at any tier for construction vmrk under the contract r CM*Mg from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor, employee identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. rr i As used In this notice and in the contract resulting from this solicitation, the "covered area" is Lubbock, Texas. r (2192) FAA — 21 City of Lubbock Disadvantaged Business Enterprise Policy rft CITY OF LUBBOCK DISADVANTAGED BUSINESS ENTERPRISE POLICY I. POLICY STATEMENT It is the policy of the City of Lubbock, Texas to involve Disadvantaged Business Enterprises to the fullest extent feasible in all phases of its procurement practices, and to provide them equal opportunities to compete for contracts for construction, provision of professional services, purchases of equipment and supplies, and provision of other services required by the City. As a part of the effort to attain these'policy objectives, it is the intent of the City of Lubbock to develop and implement a Disadvantaged Business Enterprise Program to ensure that the members of the disadvantaged business community will have equal opportunities to be utilized in all aspects of the City's procurement programs. For the purpose of this policy, a Disadvantaged Business Enterprise is defined as a small business concern: a) which is at least 51% owned 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, and b) whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. Such persons would include any person i who is a citizen or lawful resident.of the United States and who is a member of one of the following groups: (A) Women; (B) Black Americans, which includes persons having origins in any of the Black racial groups of Africa; (C) Hispanic Americans, which includes persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; (D) Native Americans, which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; (E) Asian -Pacific Americans, 4hich includes persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific, and the Northern Marianas; and ' (F) Asian -Indian Americans, which includes persons whose origins are from India, Pakistan, Bangladesh, and Sri Lanka; (G) Members of other groups, or other individuals found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)); (H) Persons not members of the preceding groups who have been found to be individually, socially, and economically disadvantaged by the City on a case -by - case basis. To the extent legally practicable, the City.of Lubbock will insure that all contractors providing services, materials or supplies to the City provide employment opportunities to socially and economically disadvantaged groups and individuals equal to those provided all other groups or individuals. Such contractors will also be required to take positive steps toward the utilization of disadvantaged business enterprises, to the maximum -2- r extent compatible with prompt and satisfactory completion of the projects for which they contract. The City will provide assistance, when requested, to Disadvantaged Business Enterprises in providing instructions on the preparation of bid specifications, compliance with procurement policy, and fulfillment of general bid requirements. In addition, the City will provide information on job performance requirements, procurement opportunities and prerequisites for bidding on contracts. The City of Lubbock will encourage joint ventures among Disadvantaged Business Enterprises and between non -disadvantaged and disadvantaged firms bidding for City contracts. The City of Lubbock will seek and will use its best efforts to insure that Disadvantaged Business Enterprises are informed of current and future procurement activities through newsletters, including disadvantaged newspapers, local disadvantaged chambers of commerce, and other disadvantaged organizations as well as through direct contact with disadvantaged entrepreneurs. As evidence of its intent to vigorously pursue the object of this Disadvantaged BusinessEnterprise Program, the City Manager has designated the Business Liaison Officer as the Disadvantaged Business Enterprise Liaison Officer for the Department of Transportation related projects, who will be assisted by the City of Lubbock's Human Relations Department, Transit Department, and Department of r -3- Aviation, in developing, administering, and implementing the City's Disadvantaged Business Enterprise Program. - APPROVED AS AMENDED this day of 1988 by: APPROVED_AS TO FORM: CITY OF LUBBOCK, TEXAS- e r B. C. MCMINN, MAYOR ah,)A:,�,- Date -4- M+ ., II.. LIAISON OFFICER The City of Lubbock has designated the Business Liaison Officer to serve as the City's Liaison Officer for the Disadvantaged r-� Business. Enterprise Program (hereinafter DBEP). Disadvantaged Business Enterprise is hereinafter DBE. The Liaison Officer r reports directly to the City of Lubbock's City Manager. The duties of the Liaison Officer shall include the following: A. Development, managing, implementing, and evaluating the DBEP. B. The review of all contract language and supporting data i 1 j submitted in all phases of project administration to assure compliance with the DBEP requirements and applicable federal, state, and local laws. PM C. The monitoring, via periodic reviews, of the contractor's compliance with the City's DBEP as a mechanism for evaluation and planning. D. Maintenance,and updating of a registry of socially and economically disadvantaged -owned businesses, as certified by SBA or other appropriate agency, with specific information r on expertise, work performance, and other information including verification of ownership. E. The design and conduct of "in-house" DBE Seminars as well as the provision of technical assistance to interested bidders. F. Analysis of available planning tools to project priority areas of DBE efforts. -5- G. Providing assistance to City departments in resolving specific problems related to implementation of the DBEP and achievement of stated goals. H. Publication of business opportunities to DBE's and assistance to such businesses in obtaining contracts and sub -contracts. I. Attendance of pre -bid and pre -construction conferences to explain DBE requirements. J. Participation on bid and proposal review panels. 1 K. The maintenance of DBE contract records, and regular reporting to the City Manager and to the Mayor. L. The coordination of the DBEP with the procurement and legal departments, and other appropriate local agencies. M. Submit all reports as required by DOT and other Federal Regulations. SUPPORTIVE STAFF The DBE Liaison Officer shall have adequate staff to perform the duties. The Coordinators of the Transportation, Aviation, and other appropriate departments or their designated representative will serve as the DBE Coordinator for their respective departments. The Departmental Coordinator will be at a minimum, responsible for: A. Notifying the DBE Liaison Officer of all grants being applied for through the U.S. Department of Transportation (hereinafter DOT), B. Notifying the Liaison Officer of approved grant awards, ►n% C. Evaluating approved grants for potential DBE participation, and D. Involving the DBE 'Liaison Officer in the entire bid process for DOT -assisted projects, which includes, but is not limited to: 1. Notification in advance by appropriate department of consultant and/or construction contracts. 2. Providing the;Officer the opportunity to review bid proposals and;requests for proposals (RFP) prior to their formal advertisements to insure that the City's DBE requirements have been met. 3. Notifying the Officer of the time and place for all pre -bid conferences if any, so that the DBE requirements.can be.explained and questions answered. 4. Making sure that the Liaison Officer has an opportunity to evaluate all bids received in an effort to assure the validity of the degree of DBE participation claimed. This will include verification of the information included in Schedule A. E. Reporting to the Liaison Officer on no less than a quarterly basis on the various departments efforts at achieving the DBE goals. OVA -7- III. PROCEDURE TO INSURE EQUITABLE OPPORTUNITY TO COMPETE FOR CONTRACTS AND SUB -CONTRACTS The City of Lubbock will develop and use affirmative action techniques to facilitate DBE participation in contracting - activities. These techniques shall include, but are not limited to: - A. Arranging solicitations, time for the presentation of bids, quantities, specifications, and delivery schedules so as to facilitate the participation of DBE's; B. Providing assistance to DBE's in overcoming barriers such as the inability to obtain bonding, financing, or technical assistance by working with outside agencies to provide these resources; C. Carrying out information and communications programs on contracting procedures and specific contracting opportunities in a timely manner; D. Holding pre -bid conferences to explain the projects and encourage prime contractors to use DBE's as subcontractors; and E. Including the City's goal requirement for DBE participation in the bid solicitations for DOT -assisted projects. IV. DBE DIRECTORY Such directory or source list shall specify.which firms listed have been determined by DOT and The Small Business Administration (hereinafter SBA) to be eligible DBE's in accordance with procedures set forth in the regulations. M1c t J V. DBE ELIGIBILITY AND JOINT VENTURES INVOLVING DBE's To insure that the DEEP only benefits firms owned and controlled by socially and economically disadvantaged individuals, the Small Business Administration shall certify the eligibility of DBE's and joint ventures involving DBE's that are named by competitors by completing Schedule A and/or B. (For exceptions, see Attachment 2, Part G.) The City shall require prime contractors to make good faith pop efforts to replace a DBE contractortthat is unable to perform .,. successfully with another DBE. The City shall reserve the right to approve all substitutions of subcontractors before bid opening ^` and during contract performance, in order to insure that the substitute firms are eligible DBE's. VI. PERCENTAGE GOALS A. Overall Goals The overall goal for the City of Lubbock's DBEP is ten percent (10%) of the contract amount for socially and economically disadvantaged -owned businesses. In no case shall this goal constitute a fixed quota. The following factors were considered in arriving at these: goals: 1. The number and types of contracts to be! awarded by the City during its fiscal year; r 2. The number and types of DBE's that have been identified by the City and SBA; 3. The number and types of DBE's likely to be available to compete for contracts during the funding period; and 7. -9- 4. The past efforts of the City to contract with DBE's. The overall goals shall be reviewed on an annual basis. The review process shall analyze projected versus actual DBE participation during the previous fiscal year. Whatever revisions are considered necessary, shall be made and submitted to DOT for approval. B. Contract Goals Contract goals will be set on specific projects which the bidder/proposer must meet or exceed, or demonstrate that it r would not meet despite its best efforts. The goals will be set based on the known availability of qualified DBEs. C. Publication of Goals At the time the City submits its overall goals to the Department of Transportation for approval, it shall publish a notice announcing these goals, informing the public that the goals and a description of how they were selected are available for inspection during normal business hours at the City.Manager's Office for 30 days following the date of notice, and informing the public that the Department and the City will accept comments on the goals for 45 days from the date of the notice. The notice shall include addresses to which comments may be sent, and shall be published in general circulation media and available disadvantaged -focus media and trade association publications, and shall state that the comments are for informational purposes only. -10- FM D. Geographic Area The City of Lubbock and contractors shall at a minimum, seek DBE's in same geographic area in which contractors or subcontractors are sought for a given solicitation. If the goals cannot be met by using DBE's from this geographic area, the City and contractors shall expand its search to a reasonably wider area. VII. PROCEDURES TO REQUIRE THAT DBE'S BE IDENTIFIED BY NAME BY COMPETITORS FOR CONTRACTS In solicitations for DOT -assisted contracts that provide opportunities for DBE participation, the City shall indicate its goals for the use of firms owned and controlled by socially and economically disadvantaged individuals. A. All bidders/proposers will be required to submit a written assurance of meeting the goals in their bids of proposals by completing Attachment 1. B. Within a reasonable period of time after the opening of bids, and before the award of the contract, the City shall require all bidders wishing to remain in competition for the contract to submit Schedule C which provider: 1. The names and addresses of DBE subcontractors; 2. A description of the work each is to perform; and 3. The dollar value of each proposed DBE subcontract. C. The time allowed for submission of Schedule C will be set for individual contracts and may vary, depending on PM circumstances. r -11- D. Agreements between a bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. VIII. SELECTION CRITERIA TO INSURE THAT PRIME CONTRACTS ARE AWARDED TO COMPETITORS THAT MEET DBE GOALS To insure that prime contracts are awarded .to competitors who meet DBE goals, the selection criteria which is outlined in Attachment 2 will be followed. IX. COMPLIANCE OF SUBRECIPIENTS. CONTRAaTORS AND SUBCONTRACTORS TO THE DBE REQUIREMENTS The City of Lubbock does not have any subrecipients at this time. Should the situation change in the future, all subrecipients must 1 comply with the DBE requirements outlined in this program. X. MAINTENANCE OF RECORDS AND REPORTS A. In order to monitor the progress of its DBE program, the City shall maintain a recordkeeping system which will identify and assess DBE contract awards, prime contractors' progress in achieving DBE subcontract goals and other DBE affirmative action efforts. B. Specifically, the City shall maintain records showing: 1. Procedures which have been adopted to comply with the requirements of this program. 2. Awards to DBE's. These awards shall be measured against projected DBE awards and/or DBE goals. To assist in this effort, the City shall obtain regular reports from prime contractors on their progress in meeting contractual DBE obligations. -12- w. 3. Specific efforts to identify and award contracts to Oft DBE's. C. Records shall be available, upon request, to an authorized officer or employee of the government. D. The City shall submit reports conforming in frequency and format to existing contract reporting requirements of the applicable Department element. Where no such contract reporting requirements exist, DBE reports shall be submitted quarterly. These reports shall include as a minimum: (See Schedule D) r• 1. The number of contracts awarded to DBEs; 2. A description of the general categories of contracts awarded to DBE's; 3. The dollar value of contracts awarded to DBE's; 4. The percentage of the dollar value of all contracts r awarded during this period which were awarded to DBEs; and 5. An indication•of whether the extent of which the r percentage met or exceeded the goal specified in the application. E. The records and reports shall provide information relating to firms owned and controlled by the several. disadvantaged groups separately from each other. If the records and reports include any SBA contractors that are not members of socially and economically disadvantaged groups, information .• concerning these contractors shall also be recorded and reported separately. -13- XI. INFORMATION TO BE INCLUDED IN CONTRACT DOCUMENT 1. Policy. It is the policy of the Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to compete for and participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 will be included in all contract documents. 2. DBE Obligation. The City of Lubbock or its contractor 1 agrees to insure that disadvantaged business enterprises, as defined in 49 CFR Part 23, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. The City and its contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. 3. The City shall advise each subrecipient, contractor, or subcontractor that failure to carry out the requirements set forth in this program shall constitute - a breach of contract and, after the notification of the Department, may result in termination of the agreement or contract by the City or such remedy as the City deems appropriate. -14- 4. In addition, the following items will be provided to prospective bidders in the specification documents; (a) DBE goals; (Attachment 1) (b) DBE selection criteria; (Attachment 2) (c) Certification Schedules A and B; (d) DBE definitions; (Attachment 1) (e) Methods of counting DBE participation; and (Attachment 3) (f) Form for reporting names and addresses of DBE subcontractors, work to be performed, and dollar value of each proposed DBE contract. (Schedule C) OW I XII. DBE REQUIREMENTS FOR TRANSIT VEHICLE MANUFACTURERS Transit vehicle manufacturers who bid on UMTA-assisted transit vehicle procurement contracts shall have an UMTA approved DBE .- program. Bid invitation issued for UMTA-assisted transit vehicles shall include the provisions listed below: A. Policy. It is the policy of the Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maicimum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. ON - Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. B. DBE Obligation. The contractor agrees to insure that disadvantaged business enterprises as defined in 49"CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts. The contractor -15- shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. C. Contractor Obligation. Contractors and subcontractors failing to carryout the above requirements are to be advised that failure to meet provisions in Schedules A and B above, shall constitute a breach of contract. XIII. POLICY CONCERNING LEASES ` The following action will be taken concerning leases; A. The City of Lubbock shall not exclude DBE's from participation in business opportunities by entering into _ long-term exclusive agreements with non-DBE's for the operation of major transportation related activities or major activities for the provision of goods and services to the facility or to the public on the facility. XIV. DBE SET ASIDES The City of Lubbock will limit the use of set asides to include subcontractors as they are utilized by the prime or general contractor. The City of Lubbock is prohibited by the Texas Competitive Bidding Statute, Article 236a, Tex.Rev.Civ.Stat.Ann. (Vernon's Supp. 1980) to bid total contract amounts only to DBEs. Based on these rulings, the City of Lubbock cannot take the whole contract and allow only DBEs to bid on it, but the City can specify in the contract with the prime contractor that a certain percentage of the contract money will be spent by the prime contractor with DBE subcontractors. -16- No Text AT.rAC ,OqT 1- Page 2 of 3 A "Disadvantaged Business" means a small business concern which is owned and controlled by one or more socially and economically disadvantaged individuals. Owned and controlled means a business: (a) Which is at least 51 percent owned by one or more socially and economically disadvantaged individuals or, in the case of a publicly owned business, at least 51 percent of the stock which is owned by one or more socially and economically disadvantaged individuals; and (b) Whose management and daily business operations are controlled by one or more such individuals. In order to receive favorable consideration on this project, bidders are expected to provide assurances, in writing, that at least 10% of the contract amount will go to disadvantaged business enterprises. This can be done by completing the bottom portion of this attachment and supplying whatever other supplemental information necessary. In any event, the lowest bidder, meeting the DBE requirements will receive the most favorable consideration. THE UNDERSIGNED BIDDER HEREBY ASSURES THAT HIS/HER FIRM IS IN COMPLIANCE WITH THE CITY OF LUBBOCK'S DBEP AND HAS A GOAL OF % OF THE DOLLAR VALUE OF THIS PROJECT FOR DISADVANTAGED INDIVIDUAL -OWNED BUSINESSES. NAME OF COMPANY SIGNATURE DATE TITLE -18- ATTACHMEi r 1 Page 3 of 3 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS A. Other Attachments 1. The selection criteria to insure that prime contractors are awarded to the bidder/proposer that meet DBE goals is outlined in Attachment 2. 2. The method for counting DBE participation toward meeting DBE goals is discussed in Attachment 3. 3. The eligibility standards for determining whether firms are owned and controlled by socially and economically disadvantaged individuals are outlined in Attachment 4. POW 4. The process for appealing denials of certification as a DBE is outlined in Attachment 5. B. In order to comply with the City of Lubbock's DBE requirements, it may be necessary to complete all of the following forms: 1. Schedule A - Certification of DBE Eligibility. This form must be completed and placed on file with the City for each DBE listed in Schedule C. If the prime contractor is a socially and economically disadvantaged individual, Schedule A must accompany the bid submission. For information related to Third Party Certification, see Attachment 2, page 2, part G.) 2. Schedule B - Joint Venture Eligibility. This form must be completed and placed on file with the City for all joint ventures between disadvantaged and non -disadvantaged firms on DOT -assisted projects. 3. Schedule C - Schedule of DBE Participation. You must indicate the DBE firms you propose to use, the type of work to be performed and the dollar value of the contract. C. Agreements between a bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. -19- ATTACHMENT 2� Page 1 of 4 SELECTION CRITERIA TO INSURE THAT PRIME CONTRACTORS ARE AWARDED TO COMPETITORS THAT MEET DBE GOALS A. If any competitor offering a reasonable price meets the DBE contract goal, the City of Lubbock shall presume that all competitors that failed to meet the goal have failed to exert sufficient reasonable efforts and consequently are ineligible to be awarded the contract. B. To implement this presumption, the City shall determine whether the competitor offering the lowest price of firms meeting the DBE contract goal has offered a reasonable price for the contract: 1. If it is determined that this competitor has offered a reasonable price, the City shall award the contract to the firm; 2. If the City determines that this competitor's price is not reasonable, it shall consider the next price offered by the competitor with the highest percentage of DBE participation of those firms that failed to meet the goal. If the City determines that this price is reasonable,•it shall award the contract to this competitor; 3. If it is determined that this price is not reasonable, the City shall consider the other competitors that failed to meet the goal in order of their percentage of DBE participation until it selects one with a reasonable price; and 4. If it is determined that no competitor with DBE participation has offered a reasonable price, the City may award the contract to any competitor that demonstrates that it has made sufficient reasonable efforts to meet the DBE contract goal., C. To decide whether a price offered by a competitor is reasonable, the City of Lubbock shall use the same criteria that it would use to determine whether, if the competitor had made the only offer to perform the contract, the City would award the contract. -20- r" ATMCH�g7VT' 2 Page 2 of 4 D. To demonstrate sufficient reasonable efforts to meet the DBE contract goal, a contractor shall document the steps it has taken to obtain DBE participation, including, but not limited to, the following: 1. Attendance at a pre -bid conference, if any, scheduled by the City to inform DBE's of subcontracting opportunities under a given solicitation; 2. Advertisement in general circulation media, trade association publications, and disadvantaged -focus media for at least 20 days before bids or proposals are due. If 20 days are not available, publication for a shorter reasonable time is acceptable; 3. Written notification to DBE's that their interest in the contract is solicited; 4. Efforts made to select portions of the work proposed to be performed by DBE's in order to increase the: likelihood of achieving the stated goal; 5. Efforts to negotiate with DBE's for specific sub -bids including at minimum: (a) The names, addresses, and telephone numbers of DBE's that were contacted; (b) A description of the information provided to DBE's regarding the plans and specifications for portions of the work to be performed; and r. (c) A statement of why additional agreements with DBE's were not reached. 6. Concerning each DBE the competitor contacted but rejected as unqualified, the reasons for the competitor's conclusion; 7. Effort made to assist the DBE's contacted that needed r- assistance in obtaining bonding or insurance required by the 1 competitor or City. E. Competitors that fail to meet DBE goals and fail to demonstrate sufficient reasonable efforts shall not be eligible to be awarded the contract. r F. To insure that all, obligations under contracts awarded to DBE's are met, the City shall review the contractor's DBE involvement efforts during the performance of the contract. The contractor r shall bring to the attention of the City of Lubbock any situation in which regularly scheduled progress payments are not made to DBE subcontractors. pa -21- ATTACHtiEN"T Page 3 of 4 G. Under the following circumstances, a business seeking to participate as a DBE in the City of Lubbock's procurements and contracts need not submit the Disadvantaged Business Certification Affidavit(s). 1. If the potential DBE contractor has been determined by the Small Business Administration to be owned and controlled by a socially and economically disadvantaged individual under Section 8(a) of the Small Business Act, as amended. 2. If the potential DBE contractor states in writing that it has submitted the same information to or has-been certified by a DOT element, or another Federal agency that uses essentially the same definition and ownership and control criteria as the City. The potential DBE contractor shall obtain the information and certification (if any) from the other agency and submit it to the City or cause the other agency to submit it. The Citypof Lubbock may rely upon such a certification. However, the City reserves the right to make its own determination based on the information it has obtained from the other agency. _ 3. If the potential DBE contractor is certified by another organization or agency with which the City has a'formal joint certification agreement, it is understood that the City will only enter into such agreements with agencies that use essentially the same definition and ownership and control criteria as the City and DOT. -22- ATTACHMENT 2 Page 4 of 4 CHART 1 • Selection Process For DBE Contracts .. Did any Bid Meet DBE Goal at Reasonable Price Yes Reasonably Priced Not Reasonably BUT Priced AWARD to Lowest Failed to Meet DBE Goal Responsive Bidder in This Group , REJECT Bids DBE Participation No DBE Below Goal Participation r- AWARD to that Bid which Bidder Can No Bidder Can has Highest DBE Prove Reasonable Prove Reasonable Participation AND is Efforts AND is Efforts -AND is Reasonably Priced Reasonably Priced Reasonably Priced ,. AWARD to Lowest REJECT Bids Responsive Bidder one In This Group r r -23- ATrAC:H 4EN1' J Page 1 of 2 COUNTING DBE PARTICIPATION TOWARD MEETING DBE GOALS DBE participation shall be counted toward meeting DBE goals as follows: A. once a firm is determined to be an eligible DBE, the total dollar value of the contract awarded to the DBE's is counted toward the applicable DBE goals. B. The total dollar value of a contract to a DBE owned and controlled by both disadvantaged males and non -disadvantaged females is counted toward the goals for socially and economically disadvantaged individuals, respectively, in proportion to the percentage of ownership and control of each group in the business. Toe total dollar value of a contract with a DBE owned and controlled by disadvantaged women is counted toward either the disadvantaged goal or the goal for women, but not to both. The City or the contractor employing the firm may choose the goal to which the contract value is applied. C. The City or contractor may count toward its DBE goals a portion of the total dollar value of a contract with a joint venture eligible under the standards equal to the percentage of the ownership and controls of the DBE partner in the joint venture. D. The City or contractor may count toward its DBE goals only expenditures to DBE's that perform a commercially useful function in the work of a contract. A DBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a DBE is performing a commercially useful function, the City or contractor shall evaluate the amount of work subcontracted, industry practices, and other relevant factors. E. Consistent with normal industry practices, a DBE may enter into subcontracts. If a DBE contractor subcontracts a significantly greater portion of the work of the contract than would be -expected on -the basis of normal industry practices, the DBE shall be presumed not to be performing a commercially useful function. The DBE may present evidence to rebut this presumption to the City. The City's decision on the rebuttal of this presumption is subject to review by the Department of Transportation. -24- ATTRCHP= 3 Page 2 of 2 F. The City or contractor'ma�r'cdunt toward its DBE goals expenditures for materials and supplies obtained from DBE suppliers and manufacturers, provided that: the DBE's assume the actual and contractual responsibility for the provision of the materials and supplies. (1) The City or contractor may count its entire expenditure to a DBE manufacturer (i.e. a supplier that produces goods from raw materials or substantially alters them before resale). (2) The City may count 20 percent of its expenditures to DBE suppliers that are not manufacturers, provided that the DBE supplier performs a commercially useful function in the supply process. I I ft 0 -25- ATTACME NT 4 _ Page 1 of 3 ELIGIBILITY STANDARDS A. The following standards shall be used by the City in determining whether a firm is owned and controlled by one or more socially and economically disadvantaged individuals and shall therefore be eligible to be.certified as an DBE. Businesses aggrieved by the determination may appeal in accordance with procedures set forth in Attachment 1. (1) Bona fide disadvantaged group membership shall be established on the basis of the individual's claim that he or she is a member of a disadvantaged group and is so regarded by that particular disadvantaged community. However, the City is not required to accept this claim if it determines the claim to be invalid. (2) An eligible DBE under this part shall be an independent business. (a) The ownership and control by 'socially and economically disadvantaged individuals shall be real, substantial, and continuing and shall go beyond the pro forma ownership of the firm as reflected in its ownership documents. (b) The disadvantaged owners shall enjoy the customary incidents of ownership and shall share in the risks and profits commensurate with their ownership interests, as demonstrated by an examination of the substance rather than form of arrangements. (c) Recognition of the business as a separate entity for tax or corporate purposes is not necessarily sufficient for recognition as a DBE. (d) In determining whether a potential DBE is an independent -business, the City shall consider all relevant factors, including the date the business was established, the adequacy of its resources for the work of the contract, and the degree to which financial, equipment leasing, and other relationships with non - minority firms vary from industry practice. (3) The disadvantaged owners shall also possess the power to direct or cause the direction of the management and policies of the firm and to make the day-to-day as well as major decisions on matters of management, policy, and operations. The firm shall not be subject to any formal or informal restrictions which limit the customary discretion of the disadvantaged owners. There shall be no restrictions through, for example, bylaw provisions, partnership agreements, or charter requirements for cumulative voting -26- r ATTACHMEW EW 4 Page 2 of 3 .., rights or otherwise that prevent the disadvantaged owners, without the cooperation or vote of any owner who is not disadvantaged, from making a business decision of the firm. (4) If the owners of the firm who are not disadvantaged are disproportionately responsible for the operation of the firm, then the firm is not controlled by disadvantaged persons and shall not be considered a DBE within the meaning of this program. Where the actual management of the firm is contracted out to individuals other than the owner, those persons who have the ultimate power to hire and fire the managers can, for .the purposes of this part, be considered as controlling the business. (5) All securities which constitute ownership and/or control of a corporation for purposes of establishing it as a DBE under this part shall be held directly by disadvantaged individuals. No securities held in trust, or by any guardian for a minor, shall be considered as held by .- disadvantaged individuals in determining the ownership or control of a corporation.. (6) The contributions of capital or expertise by the disadvantaged owners to acquire their interests in the firm shall be real and substantial. Examples of insufficient contributions include a promise to contribute capital, a note payable to the firm or its owners who are not socially and economically disadvantaged, or the mere ,.. participation as an employee, rather than as a manager. B. In addition to the above standards, the City shall give special consideration to the following circumstances in determining "! eligibility under this program: (1) Newly formed firms and firms whose ownership and/or control has changed since the date of the advertisement of the contract are closely scrutinized to determine the reasons for the timing of the formation or change in the firm. r- (2) A previous and/or continuing employer -employee relationship between or among present owners is carefully reviewed to insure that the employee -owner has management responsibilities and capabilities discussed in this section. (3) Any relationship between a DBE and a business which is not a !� DBE which has an interest in the DBE is carefully reviewed to determine if the interest of the non -DBE conflicts with the ownership and control requirements of this program. r -27- ATTACHMN''T 4 - Page 3 of 3 C. A joint venture is eligible under this part if the DBE partner of the joint venture meets the standards for an eligible DBE set forth above and the DBE partner is responsible for a clearly defined portion of the work to be performed and shares in the ownership, control, management responsibilities, risks, and profits of the joint venture. D. A business wishing to be certified as a DBE or joint venture DBE by the SBA shall cooperate with the City by supplying additional information which may requested in order to make a determination. E. once certified, a DBE shall update its submission annually by submitting a new Attachment C, or certifying that the Attachment C on file is still accurate. If at any time there is a change in ownership or control of the firm, the DBE shall submit a new Attachment C. F. Except as provided in Attachment l,'the denial of a certification by the Department of Transportation or City shall be final, for that contract and other contracts being let by the City at the time of the denial of certification. DBE's and joint ventures denied certification may correct deficiencies in their ownership and control and apply for certification only for future contracts. G. The City shall safeguard from disclosure to unauthorized persons information that reasonably may be regarded as confidential business information, consistent with Federal, State and local law. -28- n ATTACf r= S Page 1 of 1 APPEALS OF DENIAL OF CERTIFICATION AS A DBE .+ A. Filing ` Any firm which believes that it has been wrongly denied certification as a DBE or joint venture by the Department of Transportation or the City may file an appeal in writing, signed and dated with the Department of Transportation. The appeal shall be filed no later than 180 days after the date.. of denial of certification. The Secretary of Transportation may extend the time for filing or waive the time limit in the interest of justice, specifying in writing the reasons .. for so doing. Third parties who have reason to believe that another firm has been wrongly denied or granted certification as a DBE or joint venture may advise the .� Secretary. This information is not considered as appeal pursuant to this 'section. i B. Decision to Investigate r The Secretary insures that a prompt investigation is made pursuant to prescribed DOT Title VI investigation �.. procedures. C. Status of Certification During the Investigation The Secretary may at his/her discretion, deny the DBE or joint venture in question eligibility to participate as a DBE in DOT -assisted contracts let during the pendency of the ►. investigation, after providing the DBE or joint venture in question an opportunity to show cause by written statement to the Secretary why this should not occur. D. Cooperation in Investigation All parties shall cooperate fully with the investigation. Failure or refusal to furnish requested information or other failure to cooperate is a violation of. this part. r- E. Determinations The Secretary makes one of the following determinations and informs the DBE or joint venture in writing of the reasons for the determination: (1) The DBE or joint venture is certified; or (2) The DBE or joint venture is not eligible to be certified and is denied eligibility to participate as a �- DBE in any direct or DOT -assisted contract until a new application for certification is approved by the City. M*M SCHEDULE A - Page 1 of 5 CITY OF LUBBOCK DISADVANTAGED BUSINESS ENTERPRISE CERTIFICATION FORM 1. Name of 2. Address 3. Phone Number 4. Legal Structure: Sole -Proprietorship Joint Venture Partnership Corporation Other, Specify Q 5. Nature of Busines 12u cr G n4 rr) r+r. - S U Ppt c P. 6. Numbers of Years in Business 7. Ownership: Identify those who own 5% or more. Columns a and f need to be filled out only if the firm is less than 100 percent disadvantaged. (a) (b) (c) (d) (e) (f) Name Race Sex Years of Ownership Voting Ownership Percentage Percentage Rig 1,C) ..W L,7 -30- ',.,. SCHEDULE A Page 2 of S r� With firms less than 106 percent disadvantaged -owned, list the contributions of money, equipment, real estate, or expertise of each of the owners: Name Money Equipment Real Estate Expertise r S. CONTROL OF FIRM: Identify by name, race, sex, and title in the firm those individuals (including owners and non -owners) who are responsible for day-to-day management and policy decision -making, including, but not limited to, those prime responsibility for: Oft Name Race Sex Title Financial IEnn Pum Decisions Management Decisions, �— such as estimating, .first marketing/sales, hiring/firing of I YY �_ ev- r� , - management personnel, and purchases of rf major items/supplies. r Supervision of Fieldb"t ,c�• ivp� Lk( Ic-, Operations E _ _ ft� Owl 9. For each of those listed in question 8, provide a brief summary of the person's experience and number of years with the firm, ,. indicating the erson's qualifications for the responsibilities even h' m/her . p► i d I.� h� b w'.h 00 cn or ��� �. has I� 1'hf CA_rN-►PC-^y °`'r-) a hG 5__��, cad. r yc v L brvnc-5 on �xper inner 1 � �t65ct. he � L n--ts c_-,ot, 'CA-C O fir_(- 10. Describe or attach a copy of any stock options or other ownership options that are outstanding, and any agreements between owners or between owners and third parties which restrict ownership or control of disadvantaged owners. -31- CP` MM rr r T rage .S of 5 11. Identify any owner (see item 7) or management official (see item 8) of the named firm who is or has been an employee of another firm that had an ownership interest in or a present business relationship with the named firm. Present business relationships include shared space, equipment, financing, or employees as well as both firms having some of the same owners. - 12. What are the gross receipts of the firm for each of the last two - years? Year ending -i�7 $ o 'j k�5L} 60D _ b Year ending Q 7 $ vq. b al D DO. 6b 13. Name of bonding company, if any: Bonding Limit 14. Are you authorized to do business in the state as well as locally? Yes �- No Licenses Held: 15. Indicate if this firm or other firms with any of the same officers have previously received or been denied certification or participation as a DBE and describe the circumstances. Certifying Authority. Date of Certification.(( r Denial) -32- SCHEDULE A Page 4 of 5 r AFFIDAVIT CERTIFICATION OF ELIGIBILITY "The undersigned swears that the foregoing statements are true and correct and include all material information necessary to identify and explain the operations of t L%CtLfly!a (Name of Firm) as well as the ownership thereof. Further, the undersigned agrees to providethrough the prime contractor or, if no prime, directly to the grantee current, complete and accurate information regarding actual work performed on the project, the payment therefor and any prpposed changes, if any, of the foregoing arrangements and to permit the audit and examination of books, records and files of the named firm.- Any material r misrepresentation will be grounds for terminating any contract.whigh may be awarded and',for initiating action under Federal or State` 1:aws� . concerning false statements." ,.. NOTE: If, after filing Schedule A and before the work pf'this firm is completed on the contract covered by this regulation, there is any significant change in the information submitted, you must inform the*City of Lubbock of the change through the prime contras r,-"fi no prime contractor, inform the City directly. i nature - - E Name f Title r I � id� Da e OWN -33- SCHEDULE A - Page 5 of 5 Corporate Seal (where appropriate) Date 72F-M-5 State of County of On this 2,3d day of _5�� �� , 19qg, before me appeared J—Erl l� FL q YT to me personally known, who being duly sworn, did execute the foregoing affidavit, and did state that he/she was properly authorized by F1,6 V7 / Ra6 IN6� ( Name of Firm) to execute the affidavit and did so as his/her free act and deed. mv Not ry Public /e -22-1S Commission Expires -34- r" SCHEDULE B Page 1 of 6 o. ow CITY OF LUBBOCK DISADVANTAGED BUSINESS ENTERPRISE JOINT VENTURE ELIGIBILITY (This form need not be filled in if all joint venture firms' owners, qualify as disadvantaged.) 1. Name of Joint Venture 2. Address 3. Phone Number 1 4. Identify the firms which comprise the joint venture. (The DBE partner must complete Schedule A.) (a) Describe the role of the DBE firm in the joint venture. (b) Describe very briefly the experience and business qualifications of each non -DBE joint venture. 5. Nature of the joint venture's business 6. Provide a copy of the joint venture agreement. -35- SCHEDULE B - Page 2 of 6 7. What is the claimed percentage of DBE ownership? 8. Ownership of joint venture: (This need not be filled in if - described in the joint venture agreement, provided by question 6.) (a) Profit and loss sharing. r (b) Capital contributions, including equipment. (c) Other applicable ownership interests. - 9. Control of and participation in this contract. Identify byname, race, sex, and "firm" those individt}als (and their titles). who are responsible for day-to-day management and policy decisionmaking, including, but not limited to, those with prime responsibility for: (a) Financial decisions - (b) Management decisions, such as: (1) Estimating V (2) Marketing and sales (3) Hiring/Firing of management personnel (4) Purchasing of major items/supplies (5) Supervision of field operations -36- SCHEDULE B Page 3 of 6 Note: If, after filing this Schedule B and before the completion of the joint venture's work on the contract covered by this regulation, there is any significant change in the information submitted, the joint venture must inform the City, either directly or through the prime contractor if the joint venture is a subcontractor. -37- SCHEDULE B - Page 4 of 6 AFFIDAVIT, JOINT VENTURE "The undersigned swears that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete and accurate information regarding actual joint venture work and the payment therefor and any proposed changes in any of the joint venture arrangements and to permit the audit and examination of the books, records and files of the joint venture, or those of each joint venturer relevant to the joint venture, by authorized representatives of the City or the Federal funding agency. Any material misre- presentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm Signature Name Title Date Name of Firm Signature Name Title Date -38- SCHEDULE B Page 5 of 6 Date State of County of On this day of. , 19__, before me appeared , to me personally known, who being duly sworn, did execute the foregoing affidavit, and did state that he/she was properly authorized by (Firm) to execute the affidavit and did so as his/her free act and deed. (Seal) Notary Public Commission Expires -39- SCHEDULE B - Page 6 of 6 Date State of County of On this day of 19 , before me appeared to me personally known, - who, being duly sworn, did execute the foregoing affidavit, and did state that he/she was properly authorized by to execute the affidavit and did so as his/her free act and deed. (Seal) Notary Public - Commission Expires -40- Date Department Schedule D Contracts Awarded During Period Prepared By DBE PARTICIPATION QUARTERLY REPORT j General Description of Contract I Ext. Total Dollar Value of Contract Dollar Amount Awarded to DBE Does this Exceed Contract Goals IS F PS C OSY. (�- Total Contract Amount $4.` ��3o.oa Date of Report 60115 9{ Name of Prime Contractor Department Project No. Location ry NAME OF DISADVANTAGED ADDRESS TYPE OF WORK (ELECTRICAL, PAVING PROJECTED COMMENCE- AGREED CONTRACTOR ETC.) AND CONTRACT ITEMS OR MENT & COMPLETION PRICE PARTS THEREOF TO BE PERFORMED DATE FOR WORK it The undersigned will enter into a formal agreement with Disadvantaged Contractors for work listed in thi! schedule upon execution of contract with the City of Lubbock. NOTE: 1. Any business. listed above must have Schedule A on file with the City. 2. Schedule C is due no later than working days after bid opening, rO Title w Tal F 7 BID SUBMITTAL LUMP SUM BID CONTRACT . I __. DATE: PROJECT NUMBER: #88182 - TAXIWAY SHOULDERS IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT Bid of W u LLl A ms f Praps CDAj5712UCT-1n&) �. _ ) C . _(hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: t The Bidder, in compliance with your invitation forbids for the construction of a TRX 1 WA N Skox pr-eS ! TMP2olli�m�xrt-5 AT Lf, 69,Xe XNie'RNArli)0 t- 9111?PQR7- ii .. having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time �— set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required P under the contract documents. MATERIALS: (g i SERVICES: TOTAL BID: ($ } I (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specked in a written "Notice to Proceed" of the Owner and to fully complete the project within 226 (TWO HUNDRED TWENTY-SIX- see Special Conditions, Paragraph SC-3, Time and Order of Completion) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS - see Special Conditions, Paragraph SC-3, Time and Order of Completion) per each consecutive calendar day per phase in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. r■ Ij Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. F F FThe Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid Is a Cashier's Check or Certified Check for Mjq Dollars ($ AllAr .-) or a Bid Bond In the sum of FI VE Pe- R CST Dollars �^ ($ S°/o J, 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 falls to execute the necessary contract documents, " Insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be retumed to the r 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. Authorized Signature (Printed or Typed Name) lw U.4 A M S t PFTF--eS coNsT�ttrTio�l Company "F 6 . 1?�-oX Address t-uf--3 a0 r_� LuSGDtK City, 72- County -7242y- State Telephone: Zip Code 14-S - Fax: 10(Q_ - 17 !t=7- 23 S S (Seal if Bidder is a Corporation) I ATTEST. E 4 Se ry E 4 Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date g 20-9 9 Addenda No. Z Date S{. 2�}-cig Addenda No. Date Addenda No. Date F Fidelity and Guaranty Insurance Underwriters, Inc. Baltimore, Maryland v A Stock Company Bid Bond Bond Number ........................ Know All Men By These Presents: That .Williams.and Peters Construction Company, Inc. .......................................... I..... of P. 0. Box 3907, Lubbock, Texas 79452 ...................................................... . as Principal, and the other undersigned, as Surety, are held and firmly bound unto City of Lubbock, Texas ..............................................................................................I....... as Obligee, in the full and just sum of 5..9. Rf , Amount:, Bid . . . . . . .............. . ............................................................................................. Dollars, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Whereas, the said Principal is herewith submitting its proposal Taxi Way Shoulder Improvements, Lubbock International Airport, #98182 The Condition Of This Obligation is such that if the aforsaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. t ` Signed, sealed and delivered August, 26 1 98 r (Date{ .............................................. (Seal) ca,=(I....................................... (seal) Q C Fidelity and Guaranty Insurance Underwriters, Inc. .���...�ii'1'!.r1�,.J....... :........ ..... IaWiuonsin oration) , C. Doris bavi*s Attomey-in-tact 7 Contract 500 (8-94) F 47901 Fidelity and Guaranty Insurance Underwriters, int S F+G* Power of AttormeY fp U No. 334 Knowall men by these presents: That FidaDty sad Gs w=V hows ce Usdemnitam be.. a earpaation argmimd and existing under the laws OF the State of Wisconsin and Mvkq its principal office at the City of Bakiam. in the State d Man0and. does hereby coname and appoint Tim Sampson, Linda Attaway, Alan Henry and Doris Davis of, tacky of Lubbock - 'Stated _. Texas its Ina aM lawhi Aston** rrFam axh b their as mom eapxay if more than em is named above, to sign its namerety as suto. and to a wAL seal and adno+<dedge any and an bowls, unUrWLips, cataaets and other writtn i►stnaners in the name thereof an behalf d the Company in its business of VAm aerq the fidelky d parsons: guaranteeiM the pvfwnx ce of contra= and axecutirp or guararuseng bads and csidertakings required or permitted in any actions or procaedinw allowed by law. In Wow Whered. the aid Fidelity e d Baamnly lamaoea Uaderwtis m l= has ceased iris ii=urruent to be sealed with its corporate seal. duly attested bythe sigraturea d ks Vee President rd Auistant serrenry, this 1st clay d Oc t ob V r , A.D.19 94 . Fiddkl ad fiaaraatr V es Ussda ridni, h c. t ORdtt7 POW By .................................. 1951 1 sea Presider ISO" By ..... .. ............... Secrelary State of Masntud I O BaNiaen Gq ) � onft 1st cord October ,A.D. ' ,bafonme hsarama Un6naitmes. he. and Thom J. Fezgratd. Ass' ry of aid :worn aid that t nay. dw said Jain A. Nuss and Thomas J wen nspeethrehr ` bsaraaa Uodaewritera. lee. the amoration nd which spsxtnad`tf egoing wi affixed to said Power d Attorney was seal that t was s artier d #a m by five order as Vice President and Ass Secrtaary drtthe company. , My Commission apirss the 11th day in `�ch _ 1e M�JftA.Haas. Vica hasident of FiU* and Gums* d whom I amkly acgusined. who being by me severally duly r(j ukho and two ASecretory d the aid Fsdlelity and 6traraity Poturtad 10 they each Frew tie seal of aid totparaticn lfat tie the BQ-Kit W= of said eorpmtion, and that they sipped their rt m '. ........ Notary Public This Poway of Attorar is granted under and by u tfie following Resolutiom adopted by the Board d DirK= of the Fidef)ty aid f3nt may lisaraaa UadarwftaL lac. on September 24.19M: Ambled, drat in connection with the f idelty and tarroly insurance busirass of the Company. an batais, wWartakings. contracts aid other kuatanents relating m said business may be signed. executed. and acknowledged by persons or entities appointed as Attor wAs> r4aet prrsuarst to a Power of Attorney issued in asxordatice with lass reaokitian. Said Powers) d Attomry fr and n behalf d the Company may and slaty bs uamW it the rame and on behalf of the Company, either by the Chairman, or the Resident, or an fiamtive Vice Presider. or a Sent Vica Resident. or a Vice hoidens or an Assistant Vice frasidoM jointly with the Secretory ar an Assistant Secretary. under their respective designations. The signature of such dreers may be enpnad, Mitad or kthogra$ad. The signature of each of the feregoap officers and the seal d the Company may be affixed by facsiruile to any Power d Attoniey or to any eertifmate ralatirugttanme appointing AttonwAsWaet for purposes only of exacting in and attesting bonds aid urderiaki p and other w itmps obligatory in the nacre dared. and. u nh= subsaweitly revoked and subject to any limitations set forth therein. any such Power of Attorney r certificate bea ft such facsimile tows re r faximila seal Nan be valid and bindiM Monte Company and ay such power so enenited and certified by ash facsimile s%rat n and facsimile sal shall beard and bkdM upon the Cwoary with respect to" bad r urdouli kp to which it is validly attached. RamNek That Afton es s}•arFact elan have the power and authortty. acmes; suibsowenrfy revoked and. in any can, subject to the terms and lirnutias of the Power of Attorney issued to them, to assets and deliver an behaN of the Comprry end to attach the sal of the Cornliany to any "an bids and undertalckW. and other writings obligatory inthe nave t amd. and any such trim mere swited by such Attww&Yin4kt stall be a binding upon the Comziny as If signed by an 6caaAive officer and sealed and attested to by the Secraary d the Company. L Thomas J. Fitzgerald an Assistant Sd th esxatary-e Fidelity aid tiuraraity Gs ases Uedenvrribrs; lac.. do hereby certify Utat the foregoing are tea excerpts from tt a Resokawn s of the said Crnpany as adapted by its Boardof Directors on September 2a.1992 nd that these Resdutiom am in tuff force at affect. L the wde #acl Assistant Secretary d to Fidditr sad 6wrawy )nswas ce Uaden vdiars, lac do hentrby eetffy dw the foMoing Power of Attomey Is in fun force and effect and has not been evoked in Tastimoy Whereof, I have hamu rp set eN hi♦nd and the sea Find aad 6aaraatr Udarwdem lm on this 2 6 t h dayd August .19 96, ���,� ACBASORiIfF1J �� ....... ........... Auistaru.. . i951 FSI10 Q 7 08.24/98 MO` 16:35 FA3: Q 002 August 24, 1998 City of Lubbock, Texas LUBBOCK INTERNATIONAL AIRPORT SPECIFICATIONS AND CONTRACT DOCUMENTS ►i FOR y TAXIWAY SHOULDERS IMPROVEMENTS AIP Project No. 348-0138-20-98 ?� City of Lubbock Bid #98182 August 1998 r- ADDENDUM NO. 2 F Attontion of an Pmspective Bidders/Plan Holders is directed to the following modifications to the referenced Plans w d Specification. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the above referenced original Bidding Docurnenu dated August 1998, as noted below: This Addendum corisists of one <1 page. t CHANGES TO SPECIFICATIONS 1. ADDENDUM NO. 1, "BXMB1T A" PROPOSAL, Page C-14. Delete Proposal Item #46 "Item L-125, Furnish. I� and Install New FAA Cable in Underground Duct or Conduit, including splices and ectntrections, per lincatr f foot." Install the existing FAA cable in a new 4-inch split duct within the limits of the new paved shoulders. • Payment will be made urxler Proposal Item #31 "Item L-125, 1 -way, 4-inch Underground Electrical Split Duct Conduit." In Proposal Item #31, incrra= the estimated quantity from 1,400 linear feet to 2,000 Iinca feet. i CHANGES TO PLANS 1. Page 14 of 37, TAXIWAY C PLAN VIEW and ADDENDUM NO. l CHANGES TO PLANS Itcm 0. Revise the notes requiring relocation of Um wdsting FAA cable C to react, "Furnish and Install New 4-Inch Split Duct Over Existing FAA Cable". T�xisting FAA cable will not be relocated or replaced under this project. ,�P,`•' ' .. , trq Respectfully submitted, jr •! PARKHILL, S H &COOPER, INC. .N..il./I.yIYM..N.N.N...N� Y. **WV;J. VAI.DEZ Ig : 6535B � tl+��xSTE By Lawrence J (Larry) aldez. P E. kc 4%1%. Receipt of this addenrimn Shall be acirowledged by the Bidder, below and on the sal. This entire addendum. or a copy thereof. Shag be attached to the bid Proposal submitted ACKNOWLEDGED: 2'701-98 Page 1 of 1 ADDENDUM NO. 2 08/24/98 16:40 TX/RX N0.5068 P.002 r H P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 • Fax (806) 775-2164 BtD #98182, Addendum #1 Office of Purchasing ADDENDUM #1 BID #98182 Taxiway Shoulders Improvements at Lubbock International Airport MAILED TO VENDOR: August 20, 1998 CLOSE DATE: August 26, 1998 @ 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. 1. Bid #98182 is hereby amended as indicated in the attached documentation. All requests for additional information or clarification must be submitted in writing and directed to: Helen Bums, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: HBums@mail.ci.lubbock,tx.us THANK YOU, Helen Bums Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID 7.1 BID98182ad1.doe L r F August 20, 1998 City of Lubbock, Texas LUBBOCK INTERNATIONAL AIRPORT SPECIFICATIONS AND CONTRACT DOCUMENTS FOR TAXIWAY SHOULDERS IMPROVEMENTS AIP Project No. 3-48-0139-20-99 City of Lubbock Bid #98182 August 1998 ADDENDUM NO. 1 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Plans and Specifications. This Addendum forms a part of, and shall be attached to the Contract Documents, and modifies the above referenced original Bidding Documents dated August 1998, as noted below: This Addendum consists of three (3} page(s), plus two (2) attachments CHANGES TO SPECIFICATIONS 1. GENERAL INSTRUCTIONS TO BIDDERS, Page 1, Paragraph 5 Time and Order for Completion. In the first subparagraph, revise the total number of construction days from 226 consecutive calendar days to 227 (two hundred, twenty-seven) consecutive calendar days. 2. BID SUBMITTAL, Page 1. Revise the title of this page from "BID SUBMITTAL - LUMP SUM BID CONTRACT" to "BID SUBMITTAL - UNIT PRICE BID CONTRACT". Revise all subsequent references to "unit price bid contract". In the second subparagraph, revise the construction duration from 226 consecutive calendar days to 227 (two hundred twenty-seven) consecutive calendar days. 3. "EXHIBIT A" PROPOSAL, Pages C-1 through C-19. Replace the Proposal included in the bid package with the attached revised Proposal. Revisions have been made to the quantities of Proposal Items #23, #24, #30 and #38. Proposal Item #31 is revised to indicate 4-inch split duct. Proposal Items #35 and #47 are deleted. 4. Modifications to ITEM P-152 EXCAVATION AND EMBANKMENT, Page 152-a. In Modification Item #4, delete the paragraph to be added, and insert the following new paragraph: ' "Excess excavation material shall become the Contractor's property and shall be removed from the project and properly disposed of off Airport property. The Owner reserves the right to retain possession of all or part of the excess excavation material. Material retained by the Owner will be stockpiled on Airport property at a location as directed by the Owner. Material retained shall be loosely deposited, and no compaction effort shall be required. Waste concrete, asphalt or other unsuitable construction debris shall be removed from the project site and 2701-98 Page 1 of 3 ADDENDUM 1 { f1 F properly disposed of off Airport property. No borrow shall be obtained from Airport property. Borrow material and disposal of waste material shall be the Contractor's responsibility, at the Contractor's expense." 5. Modifications to ITEM P-209 CRUSHED AGGREGATE BASE COURSE, Page 209-a. Add the following new modification item: "Paragraph 209-3.3 PLACING. - Delete the first subparagraph and insert the following: The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader, such as a motor grader, or other approved methods." 6. TxDOT ITEM 345 ASPHALT STABILIZED BASE (PLANT MIX), Page 345-5. In paragraph 345.3.(1) Mixture Design, delete the third and fourth sentences. The material mix design shall be prepared by the Contractor's material testing laboratory, and submitted to the Engineer for review. The mix design for the asphalt stabilized base material must be approved by the Engineer prior to beginning placement. 7. TxDOT ITEM 345 ASPHALT STABILIZED BASE (PLANT MIX), Page 345-6. In paragraph 345.3.(2) Grades, revise this paragraph to indicate that the aggregate gradation shall conform to TABLE 2 MASTER GRADING. Grade 1. 8. TxDOT ITEM 345 ASPHALT STABILIZED BASE (PLANT MIX), Pages 345-27. Delete paragraph 345.3 (6)(b) Ordinary Compaction Control. The requirements of paragraph 345.3 (6)(a) In -Place Compaction Control shall apply to this project. 9. Modifications to ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT, Page 110-c. In modification #8, revise the last payment item to indicate: 1-way, 4-inch underground electrical split duct. 10. Modifications to ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS, Page 125-a. In modification #5, delete references to a second, Owner -supplied temporary displaced threshold lighting set. The Owner will not supply any equipment for the temporary displaced threshold lighting. Also delete references to temporary displaced threshold lighting on Runway 17R-35L. No temporary displaced threshold will be established on Runway 17R-35L. It is anticipated that only one (1) temporary displaced threshold will be established on Runway 8. 11. Modifications to ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS, Page 125-d. In modification #16, delete these and further references to removing and salvaging existing lights. It is anticipated that no existing lights will be removed. 12. Modifications to ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS, Pages 125-f 01 and 125-g. In modification #19, delete the third payment description for removing and salvaging existing base -mounted taxiway lights, and delete the last payment description for installing and removing temporary displaced threshold lighting provided by the Owner. Also in modification #19, add the following payment description: i; "Item L-125, Furnish and Install New FAA Cable in Underground Duct or Conduit, including r splices and connections, per linear foot." 2701-98 Page 2 of 3 ADDENDUM 1 F 13. SPECIAL CONDITIONS, Page SC-4, Paragraph SC-3 Time and Order of Completion. Under Construction Phase 3, add the following new paragraph: "The construction of the new airfield perimeter roadway immediately east of the East Apron requires the relocation of an existing fire hydrant. The Contractor shall coordinate the relocation of this fire hydrant with the City of Lubbock Water Utilities Department. All costs and expenses related to the relocation of the fire hydrant shall be considered a subsidiary �... obligation of the Contractor, and no separate or direct payment will be allowed for the relocation of the fire hydrant. Payment shall be included in other bid items provided in the Bid Proposal." �,. 14. SPECIAL CONDITIONS, Page SC -7, Paragraph SC-3 Time and Order of Completion. Delete this entire page from the bid documents and insert the attached Page SC-7. CHANGES TO PLANS 1. Page 1 of 37, SUMMARY OF QUANTITIES & SHEET INDEX. Revise the estimated quantities and items as reflected in the revised Bid Proposal, attached. 2. Page 12 of 37, TAXIWAY J - PLAN VIEW - STA. 54+00 TO 69+00. Delete the note requiring the Contractor to "Install New Pavement Sensor Cable As Shown". Revise the associated note to read, "Extend Exist. 4" Duct As Shown (Use Split Duct)". The Contractor will install 4-inch split duct over the existing pavement sensor cable in this location. No new pavement sensor cable will be required. 3. Page 14 of 37, TAXIWAY C PLAN VIEW. Revise the FAA cable note adjacent to Taxiway C to read, "Furnish and Install New FAA Cable in New 4-Inch Duct. Locate New Duct Approximately 10-Feet West of the New Paved Shoulder." aF Respectfully submitted, �tAWRENCE J.YALD'EZ PARKHILL, SMITH & COOPER, INC. 10 65358 v e.'-. ISTEG��k,.- By: HAL Lawrence J. ( ) Valdez, P.E. 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: r A 0A ; i�� Tr Ns r c C_ H� B i 71 2701-98 Page 3 of 3 ADDENDUM 1 F �1. "EXHIBIT A" PROPOSAL �- City of Lubbock. Texas Lubbock International Airport TAXIWAY SHOULDER IMPROVEMENTS g - ,Z & , 1998 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID I. 1 Item P-140, Mobilization, per lump sum:,a L.S. Dollars and / Cents ($7 0hQ(Zi) $ � The total amount for Item 1 consist of MATERIALS: $ 0.00 LABOR: $ ZAP. f>��D, DD 2. 167,375 Item P-152, Excavation, Grading and Subgrade S.Y. Preparation forNew Pavements, per square yard: J,!.4 Dollars and ���2,Cents ($5h ) $ 3 75-0 The total amount for Item 2 consist of. MATERIALS: $ 0. D O LABOR: $ 3 % SD 3. 162,125 Item P-152, Excavation, Grading and Topsoiling S.Y. in Unpaved Areas, per square yard: F� Dollars and Cents $ The total amount for Item 3 consist of: MATERIALS: $ 0. 00 LABOR: $_ _ ej 2701�98 C - 1 ADDENDUM NO. 1 7 i Item Quantity No. & Unit Description of Item and Unit Price Total Amount 4. 157,300 Item P-155, Lime Treated Subgrade, excluding ., S.Y. lime, per square yard: --k Dollars and Cents ($,2, $ 3! 3 250, O The total amount for Item 4 consist of. - MATERIALS: $�, O a LABOR: $ h, 393.25D. oD 5. 2,655 Item P-155, Lime Used i Lime Treated Ton Subgrade, per ton: Dwo Dollars and Alep Cents ($ A4, 00 ) $ The total amount for Item 5 consist of: MATERIALS: $ 2 7Z 00. 00 LABOR: $ /5 05n , 00 6. 500 Item P-156�, Temporary Silt Fence, per linear L.F. foot: JeY ft Dollars and -e29 Cents ($ la, $ The total amount for Item 6 consist of: MATERIALS: $ 3, 75ADO LABOR: $_2 50, 60 7. 157,300 Item P-209, Crushed Aggregate Base Course, 6- S.Y. inch thickness, per square yard: J-d-�L r-- Dollars and ents ($1D . q C� ) $ x4C The total amount for Item 7 consist of: MATERIALS: $ 5g2y IP95-, DO LABOR: $ S.Z /o S. 00 2701-98 C - 2 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 8. 10,075 Item P-209, Crushed Aggregate Base Course, 8- ': ` S.Y. inch thickness, per square yard: -- Dollars and _Cents ($ The total amount for� /Item 8 consist of: MATERIALS: '7, 00 LABOR: $-o,1031 . 00 9. 40,150 Item P-602, Bituminous Prime Coat, per gallon: Gal. Au�� II,, Dollars and iAkn.- Cents ($115 } $ V , 50 The total amount for Item 9 consist of: MATERIALS: $ _-30 LABOR: $ X & % . 76 10. 16,060 Item P-603, Bituminous Tack Coat, per gallon:_ Gal. Dollars r• and Cents ($ f Jed 1 $ The total amount for Item 10 consist of: ~ MATERIALS: $19 500,00 A, LABOR: $ 5-72-T 00 r4 U. 19,160 Item P-401, Bituminous Surface Course, per ton: Ton Dollars and z Cents ($ �2. ��% ) $ v The total amount for Item 11 consist of - MATERIALS: $}� 90,_g7% 20 LABOR: $ 31T �66. SD 2701-98 C - 3 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 15. 140 Item D-701, 18-inch Reinforced Concrete Pipe, f L.F. Class II1, complete in place per linear foot: Dollars and _ Aa Cents ($ 4t , ,00 ) $ 6, 300, 00 The total amount for Item 15 consist of. - MATERIALS: $ 3 //9 5V LABOR: $ 3 /S 57� r� 16. 140 Item D-701, 30-inch Reinforced Concrete Pi e, L.F. complete in place per linear foot: Dollars and Cents ($ The total amount for Item 16 consist of: MATERIALS: $ S O 6 &. & D LABOR: $_% 733_ V-Q 17. 5 Item D-752, Reinforce Concrete Headwall jor EA 18-��inc_�h RCP culvert, complete, per each: t ;.irrarvrllud ��rG f/r, LP l� " Dollars U and _� Cents ($ 2-5— The total amount for Item 17 consist of - MATERIALS: $ 2253. D O LABOR: $T`�-7Z r-• 18. 1 Item D-752, Drainage Inlet For Single Barrel EA 18-inch RCP, complete, per each: 4dAp j 11id,�lntit°fl /�rf/d(y Dollars and &-A0_ Cents ($ Z 75-6. 0 ) 2701-98 The total amount for Item I Sconsist of: MATERIALS: $ Z+ / 9 7. 2 �5 LABOR: $ .SS2.'75- C - 5 ADDENDUM NO. 1 I Item Quantity No. & Unit Description of Item and Unit Price Total Amount 12. 55,300 Item P-605, Saw Cut and Seal Joints Between F L.F. New Bituminous Pavements and Existing Portland Cement Concrete Pavements including !" sealant materials, per linear foot: Dollars and _lia— Cents ($ 2, 00 1 $ 62 too, i� �^ The total amount for Item 12 consist of. MATERIALS: $ i5W . 00 LABOR: $ to 4t, $7A. 00 13. 75,300 Item P-620, Runway and Taxiway Painting, S.F. including temporary and permanent marking, per square foot: /ham Dollars and Cents ($ , 7� } $ , 00 The total amount for Item 13 consist of - MATERIALS: $12 ;? , DO LABOR: $ f 9 16:f 00 14. 3,000 Item P-620, Remove Temporary Runway and S.F. Taxiway Marking, per square foot: ?Qll�x� Dollars and • Cents ($ A 75 ) $ The total amount for Item 14 consist of. MATERIALS: $ 3.5 LABOR: $ � /� Z_� r 2701=98 . C - 4 ADDENDUM NO. 1 7 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 19. 6 Item D-752, Reinforced Concrete Headwall for EA 30-inch, complete, per each: —koa &w &'IzA Dollars and g�a_ Cents ($ '150, 0 ) $ oo Dv The total amount for Item 19 consist of MATERIALS: $ !o ` 5 LABOR: $ /4 7- �"5 20. 1 Item F-162, 25' x 6' x l' Cantil vered Slide EA Gate, complete per each: Dollars and _�� Cents ($ $ 3 DDD. 00 The total amount for Item 20 consist of: MATERIALS: $ LABOR: $-4 -5-t /) . O 21. 500 Item F-162, Chain Link Fencing, per linear LF foot: Dollars and _ Cents ($ ! 9 50 ) $�% 0 The total amount for Item 21 consist of: MATERIAL : $ 5 7747. .S� LABOR: $4 9 73. SIB 22. 33 Item T-901, Soil Preparation, Seeding and Acre Fertilizing, per acre: &1&� 4K ,/12 Dollars and 'on4p Cents ($, f.90D OD ) $ .39.E DDT The total amount for Item 22 consist of: MATERIALS: $ a "e —.Oa LABOR: $4 966, DO 2701-98 C - 6 ADDENDUM NO. I Item Quantity No. & Unit Description of Item and Unit Price Total Amount 23. 20,000 Item L-108, Underground Electrical Cable, I/c L.F. #8 AWG, 5KV, ins lled in duct or conduit, per linear foot: Dollars and Cents ($ �p0 ¢ ) $ � D The total amount for Item 23 consist of. MATERIALS: $ YI.354lo.Od LABOR: $ ?(P SL O O 24. 10,000 Item L-108, Counterpoise Wire, 98 AWG, L.F. including grounding rods, as specified, installed in trench, per linear foot: ------ Dollars and Cents ($ . 5'S ¢ ) $00 The total amount for Item 24 consist of: MATERIALS: $ LABOR: $, 4 65 . /S 25. 75 Item L-110, 10-inch Steel Casing installed in L.F. bore under existing taxiway, complete, per linear foot: Dollars and I/RQCents ($ 90. 0 ) $ The total amount for Item 25 consist of: MATERIALS: $ T/ 09. 00 LABOR: $ � 61. D 75 26. 75 Item L-110, 3-way, 4-inch Underground L.F. Electrical Duct, installed in new 10-inch casing, complete, per linear foot: Dollars I and 1;1-tQ- Cents ($,/. 10 () ) $ �ZS, nn The total amount for Item 26 consist of - MATERIALS: $1Q,S, DC% LABOR: $ &&0.00 2701-98 C - 7 ADDENDUM NO. 1 l� Item Quantity No. & Unit Description of Item and Unit Price Total Amount 27. 925 Item L-110, 2-way, 4-inch Underground L.F. Electrical Duct, concrete encased, including trenching and backfilling and connection to existing duct (if needed) , per linear foot: Dollars and Cents ($Zz . 00 ) r The total amount for Item 27 consist of MATERIALS: $ 3/ 44 D D — LABOR: $ A0 3(,.Qn 28. 165 Item L-110, 4-way, 4-inch Underground L.F. Electrical Duct, concrete encased, including trenching and backfilling and connection to r" existing duct (if needed), per linear foot: Dollars 41,t9Cents OQ ) and r" The total amount for Item 28 consist of: d MATERIALS: $ LABOR: $ 2T/4LS, 00 29. 425 Item L-110, 6-way, 4-inch Underground L.F. Electrical Duct, concrete encased, including trenching and backfilling and connection to existing duct (if needed), per linear foot: I $ $ 2 fLO.0U Dollars and _Cents ($ qQ, 00 ) $ The total amount for Item 29 consist of: MATERIALS: $ "' 2 7. A0 LABOR: $ 2701-98 C - 8 ADDENDUM NO. 1 4 Item Quantity No. & Unit Description of Item and Unit Price Total Amount . 30. 10,000 Item L-110, 1-way, 2-inch Underground d L.F. Electrical Conduit, includin trenching and backfilling, per linear foot: �---- a Dollars and - A,' - Cents ($ I Z S ) $/Z SDO,Q[p The total amount for Item 30 consist of: �^ MATERIALS: $_0 C LABOR: $ 31. 1,400- Item L-I10, 1-way, 4-inch Underground L.F. Electrical Split Duct Conduit, includin trenching and backfilling, per linear foot - ., PD e'r; Loll ,,• Dollars and / /�- —Cents ($ , J , � 1 $ Cj The total amount for Item 31 consist of: MATERIALS: $ ' �5 OD(�. 190 LABOR: $(QUID. l) k 32. 75 Item L- l 18, Retroreflective Taxiway ri Each Centerline and Edge Markers, FAA L-853, Type I (Flush mounted) Style I (snow - plowable), blue, per each: i'4 tl� Dollars 2701-98 and Cents ($ /00. 040 } $ r The total amount for Item 32 consist of: MATERIALS: $ %Sl i Dy LABOR: $1p; 75y. 0 a C - 9 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 33. 80 Item L-125, Remove, Modify and Reinstall Each Existing Base -Mounted Taxiway Lights, including drilling drain hole, and installing gravel drain bed, complete, per each:� Aim Zzl'w Dollars and /a: 1(S...?90,00 7 The total amount for Item 33 consist of: MATERIALS: $ 3'5gg. DO LABOR: $ 2 %//r,/Z 1 O 34. 20 Item L-125, Install Taxiway Light Base Each Extensions complete, per each: . &.0_,e Dollars and �I;IAP Cents ($ 330. 0 0 1 $ 00 QQ The total amount for Item 34 consist of MATERIALS: $ LABOR: $ _ 35. 41 Item L-125, Remove and Salvage Existing Each Lighted Taxiway Guidance Signs, including sign fixture arld isol,Z trf o complete, per each: ,. kVO .�na Dollars and lo Cents ($ Zo . 6 U 1 $ The total amount for Item 35 consist of: MATERIALS: $ O. OD LABOR: $1OT DD 2701-98 C - 10 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 36. 3 Item L-125, Remove and Salvage Existing Each Unlighted Taxiway Guidance Signs, including removing sign fixture and concrete slabs, complete, per each:A.ii�1rG1�,[ Dollars and ^ 112t� _Cents ($ 5M.OD } The total amount for Item 36 consist of: MATERIALS: $ D, DD LABOR: $ 4- SD 0 00 i" 37. 21 Item L-125, Medium Intensity Taxiway Edge ► Each Light, FAA L-861T Quartz, base -mounted, omnidirectional blue hens, complete, per each: Dollars and I40_Cents ($ �Zol 00 ) The total amount for Item 37 consist of: MATERIALS: $ D LABOR: $ -,7 /D D D 38. 32 Item L-125, New 1-Panel Internally Lighted Each Taxiway Guidance Sign Fixture on Existing Base, including new isolation transformer, complete, per each:& / iAxz&�n,�! md _,/�Cents Y% / The total amount for Item 38 consist of: n MATERIALS: $ 0 v LABOR: $ / 9/n ;I . 00 t J 2701-98 C-111 ADDENDUM NO. 1 I Item Quantity No. & Unit Description of Item and Unit Price Total Amount 39. 2 Item L-I25, New 2-Panel Internally Lighted it Each Taxiway Guidance Sign Fixture on Existing Base, including new isolation transformer, complete, per each: 92ed4 and Cents ($ 3�• ) The total amount for Item 39 consist of: MATERIALS: $ 60 LABOR: $ , I 40. 8 Item L-125, New 3-Panel Internally Lighted Each Taxiway Guidance Sign Fixture on Existing r Base, including new isolation transformer, complete, per each: .t &- Dollars and _1�/'�tX Cents ($ 3 3Q . D ) ,. The total amount fo_r Item 40 consist of - MATERIALS: $ i_-)y �* LABOR: $ l 7— 2/, . 0 U 41. 2 Item L-125, New 4-Panel Internally Lighted Each Taxiway Guidance Sign Fixture of Existing Base, including new isolation transforme , complete, per each: j7/.ro L_4Al� C A —`Dollars and Cents ($ Tln60, U� 1 r! .� The total amount for Item 41 consist of: MATERIALS: $�� r' LABOR: $ 7.1 2701-98 C-12 ►,ice/�/� ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 42. 2 Item 1-125, New 2-Panel Unlighted Taxiway Each Guidance Sign, including new base mounting rand concrete slab, complete, per each: —Z-11y �2ti� Dollars and Cents ($Z 990DD�) The total amount for Item 42 consist of: MATERIALS: $ aft_ LABOR:$ 43. 2 Item L-125, Replacement Taxiway Guidance Each Sign Face Panels, complete, per each: —yu Dollars (" and _Z1Cents($ 3,3 U 0c ) The total amount for Item 43 consist of: r"I MATERIALS: $, IV-100. OD f LABOR: $ 7,60), D 0 44. 2 Item L-125, 2' x 2' Reinforced Concrete j ? Each Electrical Manhole, per each: (/1tO t GLO Dollars ii and �'i1"7 _Cents($-4 000. on—) The total amount for Item 44 consist of: MATERIALS: $ Z Ol7 $4 mb�'aL 2701-98 C-13 $660,00 W 0• ADDENDUM NO. 1 A E� r Item Quantity t No. & Unit Description of Item and Unit Price Total Amount 45. 1 Item L-125, Furnish, Install and Remove Each Temporary Displaced Threshold Lighting, including threshold lights, RE1L lights and temporary wiring and connections complete, per each complete installation: a ' Dollars and Cents($ ) $on The total amount for Item 45 consist of. MATERIALS: $ ���� PD LABOR: $— So , - - 46. 600 Item L-125, Furnish and Install New FAA L.F. Cable in Underground Duct or Conduit, including splices and conneggons, per linear foot: ` lv V Dollars and Cents($ 1 $ The total amount for Item 46 consist of - MATERIALS: $ LABOR: $ 47. 16 Item MC, �Iaxe sign (STOP sign), complete, Each per each. iiiyQ,ro — Dollars � and VQ` Cents($ 300, OD ) $ 9w, Q� The total amount for Item 47 consist of: MATERIALS: $ Z. , U D r LABOR: $ 44a0. OCR 7 7 2701-98. C - 14 ADDENDUM NO. 1 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 48. 10 Item MC, Type 2 sign (CAUTI N sign), Each complete, per each: E_ Dollars and Cents($ 600- 00 ) The total amount for Item 48 consist of: MATERIALS: $ 34 900,O O LABOR: $�,.. b , 00 49. 9 Item MC, Type 3 sign (SERVICE VEHICLES Each ONLY sign), complete, per each: Yzr. Dollars and 2U 9- Cents($ 750. 00 ) The total amount for Item 49 consist of: f MATERIALS: $ Z 37— 3, 00 �. LABOR: $2, 4Z 7 DO 50. 4 Item MC, Type 4 sign sign), complete, Each per each: ,[.//�'° � Dollars and j zkCents($,���� d } The total amount for Item 50 consist of. MATERIALS: $I /ADD, 00 LABOR: $ DO ,1000, 51. 2 Item MC, Remove and Relocate existing traffic Each control sign, complete, per each:: JAGe.,L .ft i�ik�i[v Dollars and A Cents($ 300, 0 0 ) ,r.. 2701-98 The total amount for Item 51 consist of MATERIALS: $ 300. QD LABOR: $.300. 00 C- 15 $ (0, 000,0b $ .� .DO $ ,0 ADDENDUM NO. 1 7 Item Quantity No. & Unit Description of Item and Unit Price Total Amount TOTAL BASE BID (Items I through 51, Inclusive) ADDITIVE ALTERNATE - SUBSTITUTE BASE COURSE A-1 157,300 DEDUCT Item P-209, Crushed Aggregate Base S.Y. Course, 6-inch thickness per square yard (DEDUCT SAME AMOUNT AS ENTERED IN ITEM #7 OF BASE BID PROPOSAL): �t,•SL Dollars and Cents ($ &, 90 ) The total amount for Item A-1 consists of: MATERIALS: $f 535 4' 0 LABOR: $.}Z/, 20 A-2 527575 ADD TxDOT Item 345 6-inch, Asphalt Stabilize Ton Base Course, complete, per ton: Dollars 2701-98 and Cents ($ a D ) $ Z,5D The total amount for Item B-2 consists of MATERIALS: $1) go 6 LABOR: $ 724193. too TOTAL ADDITIVE ALTERNATE (Items A-1 through A-2, inclusive) C-16 ADDENDUM NO. 1 r 71" BID SUMMARY BASE BID (Items I through 51, inclusive) ADDITIVE ALTERNATE (Items AA through A-2, inclusive) TOTAL BID: BASE BID + ADDITIVE ALTERNATIVE 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 the above bid, and that the prices bid herein are based on the minimum wage rates included in the specifications. The Bidder hereby agrees to commence work under this contract within 10 days of a date to be specified in written "Notice to Proceed" and to complete the work if awarded within the time frames specified in Paragraph SP-3 of the Special Provisions. Bidder further agrees to pay as liquidated damages, the sums stated in Paragraph SP-3 of the Special Provisions for each consecutive calendar day thereafter as provided in the General Conditions. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 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 thirty (30) calendar days after the scheduled closing time for receiving bids. Bidder acknowledges receipt of the following addendum: NO. I andt ND, Z- Enclosed with this Proposal is a Cashier's or Certified Check for N Ld Dollars ($AIIIi ) or, a Proposal Bond in the sum of rWE 7EJ?CQJ-r Dollars ($�. ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the Proposal is accepted by the Owner within sixty (60) days after the date advertised for the reception of bids and the undersigned fails to execute the contract or required bonds with the Owner, under the conditions hereof, within ten (10) days after the date said proposal is accepted; otherwise, said check or bond shall be returned to the undersigned upon demand. 2701=98 C - 17 ADDENDUM NO. 1 (Seal if Bidder is Corporation) tontractor B /4 �. NOTE: Do not detach this Proposal from this binding but submit intact. Fill in all blank spaces in this and accompanying forms and include proper bid security. 2701-98 C-18 ADDENDUM NO. 1 r Phase . Construction Phase 6 shall be completed, accepted and opened prior to starting work on any other portion of the project. However, with written authorization from the Owner and the Engineer, the Contractor may be allowed to start certain portions of other Construction Phases prior to completion of Construction Phase 6. Construction Close -Out - After substantial completion of Construction Phases 1 through 6, the Contractor shall pursue any miscellaneous items of construction remaining, such as shoulder grading, pavement marking or joint sealing. These miscellaneous construction items shall be accomplished around active aircraft traffic without closing the affected taxiways, runways or aprons. The items of work included -in the Construction Close -Out shall be completed within TWENTY-ONE (21) CALENDAR DAYS of the Contractor's Notice -To -Proceed with the Construction Close -Out. Any deviation from the above sequences of construction will require the prior approval of the Owner and the Engineer. The Owner reserves the right to rearrange the order of the construction phases to minimize disruptions to air travel. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Aviation Manager and with other contractors. Portions of the apron, runways and taxiways may be closed as 2701-98 SC - 7 ADDENDUM NO. 1 r I CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal 1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) 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/proposal. Contractor (Signature) Contractor (Print) CONTRACTOR'S NAME: (Print or Type ) CONTRACTOR'S ADDRESS: Name of Agent/Broker: Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone Number: Date: NOTE TO CONTRACTOR If the time requirement specified above Is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #98182 - TAXIWAY SHOULDERS IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT 4 7 F REOUIRED LANGUAGE IN PROPOSAIS FOR AIP CON'IRACM 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 or subcontract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Repotting Committee. the Director, an agency. or the former President's Committee on Equal Employment Opportunity all reports due under the applicable fling requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which which participated in a previous contract subject to Executive Order 1092S,11114. or 11246 has not filed a report due under the applicable tiling 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 FM or the Director, OFCCP. Bid or Proposal Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid or proposal form a statement substantially as follows: (2192) The bidder (proposer) shall complete the following statement by checidng the appropriate space. The bidder (proposer) has Zhas 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 (proposer) bas%y/has not _ submitted all compliance reports in connection with any such contract due under the applicable riling 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 (proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicble riling requirements, the Bidder (Proposer) 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 bas not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G Street Washington, DC 20506 CeetiScaSon Regarding Debarment, Suspension, IneligiWity and Voluntary Exclusion (49 CFR PART 29) The bidder (offeror) certifies, by submission of this proposal or acceptance of this contract, that neither it nor Its principals is presently debarred, suspended, proposed for debarment, declared 1 I ineligible, or voluntary excluded from participation in Ibis transaction by any Federal department or agency. It further agrees that by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. Gxtifiatioa Regarding Fortiga Tm& Restrictions (49 CFR PART 30) 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 or nationals 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 contractor 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 roreign country on said list. C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a roreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 3017, no contract shall be awarded to a contractor or subcontractor who is amble 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 upon 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 it the contractor learns that Its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason or changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, it 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 mating the award. If it is later determined that the contractor or subcontractor knowiney 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 i (2192) i K, J 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 snaking of a false, fictitious,'or fraudulent certification may render the maker subject to prosecution under Title Ik United States Code, Section IDDL Bay Aaserion Cwtificatian (Aviation Safety and Capacity ll pansian Act of IM) By submitting a bid/proposal under this solicitation, except for those items fisted by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is 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. Offerors may obtain from (insert sponsor representative) fists of articles, materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN 7 (2/92) i GERM ICATION OF BIDDER REGARDING_ EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDER'S NAME Iti �,�t YY1GJ P� ("pTl!iMPCr(Cf4 (�[� 10C - ADDRESS _2D Pcq '-,,9 167 LAG, E-tEDQC 1M —ALL52 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. ��J " � >99C>LK NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS (41 CFR 60-IS) (1) A Certification of Nonsegregated Facilities must 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 S10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES (1) A Certification of Nonsegregated Facilities must 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 IS US.C. 1001. (1192) e K CERTTFICATION OF NONSEGREGATED FACUITEES The federally assisted construction contractor cerLMes that be does not maintain or provide for his employees any segregated facilities at any of his establishments, and that be does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction certifies further that be will not maintain or provide for his employees any segregated facilities at any of his establishments, and that 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 locks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and bossing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The federally assisted construction agrees that (except where be has obtained Identical certifications from proposed subcontractors for specific time periods) he will obtain Identical certifications from proposed subcontractors prior to the award of subcontracts exceding S10,000 which are not exempt from the provisions of the equal opportunity clause, and that be will retain such certifications in his ales. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES A Certification of Nonsegregated Facilities must be submitted prior to the award or a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Certification • The information above Is true and complete to the best of my knowledge and belief. Signature NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (1192) Date BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity Expansion Act of 1990) (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 cost for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors materialmen, and suppliers in the performance of this contract, except those (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in suilident and reasonably available quantities and of a satisfactory quality; (2) that the U.S. 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. I 7 THE STATE OF TEXAS ) SURETY'S NO. COUNTY OF LUBBOCK ) KNOWN ALL MEN BY THESE PRESENTS, (hereinafter called the Principal), as Principal, and (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of Lubbock, a home rule municipal corporation of Lubbock County (hereinafter called the Obligee), in the amount r- DOLLARS ($ ), 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 submitted a Bid or Proposal to enter into a certain written contract �- with the Obligee to NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully, enter into such written Contract, then this obligation shall be void; otherwise to remain in full force and effect. IT IS EXPRESSLY UNDERSTOOD AND AGREED that if said Principal should withdraw its 4 Bid anytime after such Bid is opened and before official rejection of such Bid or, if successful in securing the award thereof, said Principal should fail to enter into the Contract and furnish satisfactory Performance Bond and Payment Bond, the Obligee, in either of such events, shall be entitled and is 2701-98 BB - 1 hereby given the right to collect this Bid Bond as liquidated damages. PROVIDED further that if any legal action be filed upon this Bond venue shall lie in Lubbock County, Texas. IN WITNESS WHEREOF, the said Principal and Surety do sign and seal this instrument, this day of , 19 . Principal By 17 Address r APPROVED AS TO FORM: City Attorney 2701-98 BB - 2 Surety PAYMENT BOND 7 BOND CHECK BEST RnNG LICENS D 1 TEXAS DATE`S BY r r-, ` STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (^" (CONTRACTS MORE THAN $25,000) 6oj yd. I $-0/a5- df8399- g8-8' w;))wts Arc! j?e4-ers C6n5+mc+;tarn KNOW ALL MEN BY THESE PRESENTS, that CvmPaAy,;TbC. (hereinafter called the Principal(s), as Principal(s), and Pik,Tr Prnd E,karan+y Snsur-ancp Ctnclerwri rs, �' Un;+eJ States Sde1i�U and 6uaroTt: C �i hereinafter called the Sure s , a's S (), re eld and fir I bou d unto the Cityof Lubbock hereinafter called the Obligee), in the amount of "�)" ,1111ON '1 1, r s ven4 VKsa.,� ( y �^ re r+ Dollars ($ 9D 33D•0 lawful mone of the United States for the payment whereof, the said rincipal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the /04,L day of Sep4embef- , 19 9p', to (3;d `t8/g'd -Taxi wcw 5hould�rs T-m�ro wernen�s Rt 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 p () and Surety (s) have signed and sealed this instrument this 1$ _ day of Sig C±em be r- 19Ir. �icQel�+y Ctnc1 6Ka&n�-q _Xtsur Lt V 10 Surety Principal Cam, WC. *By:, By: �e..e� �✓ !, (Title)A440j-n e y Sn - pA- a - (Title) , 1 S+.&eS �id�f ��y O-Ad �Y = 16- 6- +le - r By: (Title) By: (Title Th,"nd(pi�gned-prety coi any represents that it is duly qualified to do business in Texas, and hereby designates ,T A' ��Au ``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. -F7de1;4-Y AneC Ajbcl r(��(`Z4surMcs �►- to nd. er u r � �,l'�. Surety _ (Title)pj4ar-nq�'c{- 4A— Approved as to form: ttn+j,ck S+a�es Adel �d 6 uaa-un-l-tr ty M420 tom_ City of Lubbock Sum �—r I By: 14//c4j�._ City Attorney C7)+I e /WOF!!> - (4 Note: If signed by an officer of the Surety Company there must be on file a certified extract from theby-lawsshowmg 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, r 47905 .. FM Poo Fidelity and Guaranty Insurance Underwriters, Inc. Power of Attorney M No. 334 Know all men by these presents: That Fhdersty mad Guaranty lasaraaee Underwriters. Inc., a corporation organized and existing under dw laws of the state of Wisconsin and having as principal office at the City at Baltimore. in the State of hhaghand. does hereby continue and appoim Tim` Sampson, Linda Attaway, Alan Henry and'Doris Davis I of the City of Lubbock ; Stated Texas its tote and lawM AnorrvAsRWwt, each in their separate capacky If more than one is named above. to sign itsname as surety to, and te execute, meal and atduhowfedpe any end all bonds. hndertaki qs, arhtracts and other written instrhsnents in the nonce thereof an behalf of the Company in its business of guaranteeing the fidelity of performance of unuans: and examfing or guaranteeing 1 or* and undertakings required or permitted it any sa bns or proceedings slowed by law. In Witness Whenvol. the said Fidardy aad G"may burawe hide wthers. f as has caused this lasMimart to be sealed with Its corporate seat. duly attested bythesipnanresdits vice PresidentandAssistantSecretary.ft xst daypt ;'October A.O.19 94 Why and Gsanaty IliM br- (Sirtedl BY . 1951 .,tePresiden� 1- (Sgnedl 8y ........ Assistant Secretary State of uaroad 1 SS. Onthis 1st dayof October �Wi 4;befonme rsr Fyn L John A FFtas. Ynu President t>f FideFiq awl 6aaeatttr l amaaoe Udearwr ters.loe and Thomas J. Fewerakf. An atof saki of wham f in Iv acquaktted, who being ' me severalty ditty sworn. said, that they, the said Jahn A Haas and Ttnomas J �F F".peciivr�Yna�e Presiders and / of fire said �idaltgr saaratnr. ksnraaea Underwriters. loc.lhe corporatiai ud which axocutedimp Power of they each IQhewthe seal of said corpaattan: ifhat tlse rreal affixed to said Power of Attorney was seal.ltwt It wiz r of the Btlp+d irectas of said txwpaas ion, and that they s' their names iherato by dice order as vice President and wit Seattary, the�bly". A Micommissionmicasthe 11th trayin qh . Notary Public This Power of Attorney is granted seder and by' the foNowing Resdutions adopted by the Board of Directors of the Fwal ity and ems6 ty Iasaranee Underwridm tic. on September 24 1992 Ress Wed. that in cornectim with the fidelity and surety insurance bminess of the Company. all bands. undertakings. corarwts and other i>sat nts relating to said business may be signed. executed, efhd achhowMdged persons or ertaies appoiaed as AUorrwAs>• n+W pcasuant to a Power of Attorney issued n accordance with these resoWons. Said Powers) of Attorney hraihd on behalf of the Co npany phay tad sha1F be �zearted in the name and an besot of the Company. anther by the CFrairrsara, or thn Resident. or an 6tecutive vice President, or a Senior' Yrca Presicien t, or a Yin President Or an Assistant Vice President jointly with the Secretary or an Asiistart Secretary. tsdw tsar respective designation;. The shgrowe of such officers may be Orohrivi pri ted or kthographed. The sigrottis of each of the foregoing officers 4nd the seal' d the Company may be off fixed by facsnhile to any Pgwr of Attorney or to any aerWirate relatng thereto appointing Attorney(:) ifi ct for pu poses only of exeasrt6tg in and, Mastig bonds end wdlenakings and other wrItirgs oblWtuy i n the flattae thereof and. Mlisi subsequently revoked and sub)sa to any linitat ens set forth therm. suds Power of Mornay or cartifime bearing suds facsimile srgnanre irfacsimile seal chid be:slid and binding upon the Company #tad any such power so exearted and died by such facsimile sow re and facsimile seal shall be> ilid and binding "M the Cor+aDarN whh Vespe n to arty bond or raderukir g to which It is Validly attaadhad i Rowived. That AttomsytsHwFact shall Nave the power and Authority, fatless suCsequemiy revoked and in awry ease. subject tote terms and limitations of the Power of Attorney sum to then. to Usaitar aril deliver on behalf of the tomparry and io attach the seat of the Company to any and all bands and tedanakngs. and other writings obligatory in the nattae thereof. and any such iminment aseWed by arcs Att&wry(sHn act shall be as birdinp upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company:' i. Thomas J_ Fiaperakl, an Assistant Secretary of the Fide and f naramy loauraaca Uodarwtitars,lot, do hereby certify thhat the foregoing are true wmarpts bona the Resolutions of the said Company as adopted by its Board of Diroctan on September 24. t992 and thhat these Resolutions are in fug force snd effect. 1. the hsdeaigned Assistant S6aetary of the MAR and lure* lasaraacs Underwriters, lob. do hereby randy that the foragoi i Power Attorney is in full force and effect and has not been revoked in Testimony Whereof. I have Neretrp� at irig1>and trw floe sear Fsd and Rnarstty uodatwdtecs. mr:. on this 1 th dayof,- September .199$ :' .- 1 ost ` � Assistant Secretary FS 81 f9.941 1 N° 3'71633 UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY NO. 106998 ' KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Doris Davis of the City of Lubbock , State of Texas its true and lawful Attorn,-y(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bond:~ undertakiags, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said UNTIED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Senior Via President and Assistant Secretary, this 29 thday of January , A.D. 19 93 . µo UNITED STATES FIDELITY AND GUARANTY COMPANY 0Mi0 Signed) B ... opSenior Vice President (Signed) By........ ................. ..... ............ iistaat Secretary STATE OF MARYL AND) O SS: L` BALTIMORE CITY ) ��7 1[1 Oothis 29thdayof January D W9;�,befotsmeperso r YRobert J. Lamendola Senior vice President of the UNITED STATES FIDELITY ARANTY COMPANY-tV Paul D . m8 . Assistant Secretary of said Company, with both of whom I am equainted, who bein a Severally duly sworn `het they, the said Robert J . Lamendola and Paul mS were respective or Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY COMPANY. o on described in d . ecuted the foregoing Power of Attorney; that they each knew the seal of said corporation; that affixed to said P� omey was such F�d , that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names thereto b ii u Senior Via Ptesi ssrstant Secretary, respectively, of the Company. My Commission expires the llth dayin rch A5�- �' •'~ ( gniRiy�. 4/.t!f!� Si � key p 0 NOTARY PUBLIC This Power of Attorney is granted under and tLty of the following Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on Septeru� 1992: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s}in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary oran Assistant Secretary, undertbeir respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificab: relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attomey(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the berms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. 1. Paul D . Sims , an Assistant Secretary of the UNITED STATES FIDE[.IIY AND GUARANTY COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effect 1, the undersigned Ayssittui $eerotary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do herby certify that the foregoing Power of Attorney is in full force and Effect`smd I m not been revoked. In Testimony Wk`eieof-11ave het= o ad my hand and the seal ;nnA7:r AND GUARANTY COMPANY on this 18 th day of September 19 98. ............................................. �J ,,, raartralm � _- �'• , ttifi8 .,r Assistant Secretary FS 3 (10-92) r i PERFORMANCE BOND 0 r BOND CHECK BEST RATING A, LIUNS D IV TEXAS D?,i E WE BY �L�� I~ r STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE A� (CONTRACTS MORE THAN $100,000) &i _AL L9'QM W 391—'? t? Wi/i,ams And Re-*U C01Wr'L4,4i aA_ T KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and P_7(deU424 ALA 6uarnn,-u _Ti)suranrD (hereinafter called the Surety(s a§ Sure ( re�ie d an firmly bound Lnto the Ci of Lubbock (hereinafter called the Obligee), in the amount of t; K ✓en �tuo s_ nollars ($ 9D 330.oD lawful money of the United States for the payment whereof, the said'Principaf and Surety bind themselves, 6nd their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. ,�,C WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the /9" day of S�enj �mb,er- , 1999. to aides 9alza -Taxi way auLid ens .gym Qrooeme *' A+ (,1Lbbcu.k _1�,+ernc�F-iflna�� l�rrt�or�-- 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 Loll— dayof ',eo+2mbPr a"i\d 4 u a rya. n+q r_i Joe r ,1-��iC - LJ�ID �r-�. Ft LD1.l�o`T�U�'`n OF Surety ' Principal By: CBy: , -Z..��� (Title) k}pC to y (Title) Pa51 pCJT By: (Title) By: (Title) Th nd rsi ned sure mpany represents that it is duly qualified to do business in Texas, and hereby PM designates ° n� . u ii gent 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. de �;�y ��el 6t4a /=Qq4-Y t �n urana-4eWr�t iS� G Surety *By:. (Title) pj4,1'n EY -fin =ft'o� r- Approved as to Form (&Ij2d Sto_+es-pTdeli-y /fin 6 ug ram.114-V ra On rxc in v City of Lubbock 54m4y —T-- City Attorney L�t1fe �P�ly:?ie�` • Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the-6y-laws-9116wifi that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of for our files. r 2 DDIIDI r l Rdelity and Guaranty Insurance Underwriters, Inc. + PowerdAttorney U S F G No. 334 Know all wen by these pesents: That Fidelity sod Go wuV Insaraws Uodwwrtt m lac.. a corporation up oized and existing odor the laws of the state of 1K=uin and haviV its Wreipal office at the City of eaenhore, in the Sue of Maryland. doss hereby emsl: a and appeirr Tim Sampson, Linda Attaway, Alan Henry and Doris'Davis of to City of Lubbock , Stated Texas ks true and lawfhl AUorneyls)•Wam each is their separate capacity I arm than one e named "a. to sign its tame as surety to, and to eumm seal and ackn wfedge any and all bawls, trderubngs, cormxts and other written irLwwwra in the name thereat on beMlf of the Compaq in its Mines: d gwrareeig Me fdelky d penso= puuannteeing the performance of eoraracm and executing or guaranteeing bonds and wderokngs rewrod or permitted it any actions or proceedings ellowed by law. it Wiman Wherod. the said Fidelity sad Gaareaq lasruan w Usdwwrifer& lee. bps caned the iretmsnencto be sealed with ks corporate seal cunt sheeted by the sigrettrtss of its Vice President and Assistant Secretary, MIS is t day Of October , A.D,19 94 . w J / i . U, n i eallowrs cur 1 �� sxs Onfhis 1st day d October ,AA. "X. before ens JeMA Hues. Yrt s President d Fdaliiy and 8aanaty la wanes Usderweilene. lee. and Thmm J. Fagg nkt Ass �\��S� of said ,d whom 1 aro acquainted. who being by ass eeverallvduly said that the sit id Jain A Huss and Tlhorrhas J �resDectineh ace President and the —any of the said and G sera awath >�r Y F err •>in bseraaa. Usdaswrksra. lee. the torporationt desc dJe' tyrd wlrch s><eeuted ig Power d tw eafi know the seal d said coryaratian that IM seal effaced to said Power of Attorney was sticks e seal that k was qt order d tlrs B�r� d sad earporatim. and that they signed their names therm by We order as Yhcs President and Ass Secretary. 1tN Campanr ��. *commissionaxpiestm llth dayan ch MRO ` �...��............. NotaryPublic This Power of Attorney is granted under and byustfi r to fallowing Resoludorss adopted by #a Board of Directors of true F'Wality pad Gaarsaty hawases Underwrites, lea on September 24,19M Resented. that it eorrhecdon with the fidelky and suety issuance business of the Corpow, all bands. uuderu kkW. contacts and other iwrumams ralat to said business may be shed. exeasted and actrwWadged by parsons or whine appoided as Ammeyisi n-Faa p =m to a Power of Attorney issued in accordance with these resolutions. Said PowsrW of Anomey forand on behalf d the Canpany may and O*U be exawted in tM name end on behalf of the Company. sew byte Cha'rntst, or the PraskWiL err are Eu=we Knce Presi hem. era Senior Vice Prasidem arm Yhce President or an Assistart Yes President jaiir* with Me Secretary or an Assistmt Secretary. uder v oir respective designations. The 6Wwass of such afters may be engraved priaad or lithographed. The signaun of each d 11he foregoeg officers and the seal d due Company may be afford by faai file to any Power of Attorney or to any artificers relating t weto sppoiraig Anorn@44-ii rfsd for p'sposes only of executng in and sttestm bonds and rrterukeW and other writir>as obligatory m the um thereof. and. unless utbse*Mk revoked and subjw to any Wnruuorss sat forth therm. any such Power of Attorney or cardiaas bearing such facsimile signora orfacsimile seal shall be valid and binding upon to Compmy and pry such power so exeerued aid certified by arch bcsitao sigrnure and barails seal stall be va lid and binding upon tee Canpargn weh respect to pry bord or utderta ft to which k Is validly attached Resslved, that AturneAs}irfFad shall has the power and subu ty. mess uobseapsntly revoked ard, In pry case, urbJea to the tarns and limitation of 1M Power d Attorney issued to them, to exeaea ant deliver an behalf d tM Compaq and to attach the seal efthe Canpery to any and all bonds and uhderukkV, and agar, writings obligatory in the aann thereof, and any nth b is arrrernt a mcmed by such Anorneyjs►-i -Nd shall be as bindng upon the Company as lf signed by an 6rooxuive Officer and sealed and attested to by fM Saxofary d tM Company. l Thanes J. Fragerakl. an Atsistarx Secretary of the Fiderrty cod Gaaraaty inwamm Uaderwti om lea.. do hereby ratify that the faegoug are tare excepts trom the Rwdmiom d the sad Company as adopted by ks Beard d Disctam m September 2t.1992 end dw these Rudutioe are in tali forts and affect. l the nrdamigned Assistant Secretary of the Fidelity and Goarsaty lasaramm Uadwwfiters, lao. do hereby certify tart Me fasgoim Power of kW" is in fug force and affect end has rat been revoked In Testis a Whereof. I have hen n set ow hand and eke sea FW and Gasraaty Uederwrisens, bee., on this 1 b th *of September .1998 ~trCanADOSTm ....... ........... .......................... 1951 Auiam Secretary FS 61 l9 94h 1 - N0 . 371637 7 UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY - NO. 106998 KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FTDEITIY AND GUARANTY COMPANY, a corporation organized and existing under the Taws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby Constitute and appoint Doris Davis of the Cary of Lubbock , State of Texas its true and lawful Attorn ey(s)-ia-Fact, each is their separate capacity itmore than one is named above, to sign its same as surety to, and to execute. seal and aclmowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this it sttwaent to be scaled with its corporate seal, duly attested by the signatures of its Senior Vice President and Assistant Secretary. this 29 thday of January , A.D. 19 93 . UNITED STATES FIDELSTY AND GUARANTY COMPANY o tz SA10' (Signed) By...�.... f� Senior Vice President (Signed) By........ .�......:.. ...... ............ Y Assistant Secretary s, STATE OF MARYLAND) �O BALTIMOR.E CITY , SS: ' ��$ omthis 29thdayof January -DW 93.beforemepersotszl� "� Robert J. Lamendola Senior Vice President of the UNITED STATES I MELSI'Y,�t3L1ARAN GUARANTY COMPANY aa�� Paul D . .inns , Assistant Secretary of rid Company, with both of whom I am `hilly acquainted, who being 6vnt -Sevetally duly sworn�tiudj;that thry, the said Robert J . Lamendola and Paul .V,�ms r,A were respectively I. e Dior Vice President and the Assistant Secretary of the said UNITED STATES FIDELITY ANI? UMMNTY COMPANY;t ctfSrporation described in �v -- executed the foregoing Power of Attorney; that they each knew the seal of said corporatioc; that a seal affixed to said Powmvf Attorney was such corpo' seat, that it was so affixed by order of the Board of Directors of said corporation, and that they signed their names thereto by -like order as Senior Via PrUidantaiid Assistant Secmtwy, respectively, of the Company. My commission expires the llth day in t •` March Ai&W95. (Signed `� o V ' NOTARY PUBLIC This Power of Attorney is granted under and by o h rity of the following Resolutions adopted by the Board of Directors of the UNITED STATES FIDELITY AND GUARANTY COMPANY on SepteAZ,24, 1992: , RESOLVED, that in Connection with the fidelity and surety insurance business of the Company, all bonds, undertasings, Contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorneys) -in -Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Cbairm= or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signatureof such officers maybe engraved, printed or lithogtapbed. Tie signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any Certificate relating thereto appointing Attomey(s}in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or ficsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respectte any bond or undertaking to which it is validly attached. RESOLVED, that Attorney(s)-in-Fan shall have the power and authority, unless subsequently revoked attd, in any we, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to aunch the seal of the Company to any and all bonds and undertakings. and other writings obligatory in the nature thereof: and any such instrument executed by such Attorneys)- a Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and amed to by the Secretary of the Company. 1. Paul D . Sims . an Assistant secretary of the UNITED STATES F1DEL IY AND GUARANTY COMPANY, do hereby certify that the foregoing is a true excerpt fmm the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effect. 4 the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect mad has not been revoked. N In Testimony Whereof, I have hereunto set my band and the seal of STATES FIDELITY AND GUARANTY COMPANY on this 18 th day of September ,19 98• �� G„- rr�.ar.Tm............................................. INS Assistant Secretary k FS 3 (10-92) CERTIFICATE OF INSURANCE 17 r r F F 7 F CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE:�geptembor 18, 1998 P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: Bid #98182- Taxi=Shoulders Improvements at irrt e-rn-�fonaz-�r'rr po r t Williams and Peters Construction Company, Inc. THIS IS TO CERTIFY THATP _ n _ Rnx '1gQ7 , T.iihhnrk, Tpxa a 7g497 _(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 i EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY X Commercial General Liability DT660374P9847 6-6-98 6-6-99 General Aggregate $, 2.0 ❑ Claims Made TLC98 Products.-Comp/Op AGG $ 0 0 00 • Occurrence Personal & Adv. Injury $ .000.000 • Owner's & Contractors Protectiv TBD 9-18-98 9-18-99 Each Occurrence $ 1,000,09 Fire Damage (Anyone Fire) 00 $ Med Exp (Anyone Person) $ 5,000 $ AUTOMOTIVE LIABILITY X Any Auto DOCAP805P3009- 6-6-98 6-6-99 Combined Single Limit $ 1,000,000 All Owned Autos 98 Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ X Hired Autos Property Damage $ X Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ 7-1 Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY X Umbrella Form DTSMECUP9510 6-6-98 6-6-99 Each Occurrence $ 5 000 000 90TCT98 Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ I Included WC984956 9-1-98 9-1-99 Statutory Limits Partners/Executive ❑ Excluded Each Accident $ 500 000 Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER City of Lubbock as Addit'onal Insured respects C General an Automobile Liability. TT-J---- -L [...L-_.._.1 __ 1- L+.. _._- _r nl._. T..L1.__7. _--14-- .,_3 T1..1-414 P „M-LV=L VL OUWLU6"64 VLL J-LL L'4VVL VJ. Vi J VL L.,4VVV{..1\ -FF --- 0 LV VGLLGi 41 a11L1 Au W--YJLJLG L1OV--- 9 and Workers' Compensation. ty 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 lipsTan fiye� ajs in a�v�nce cilc�ncelNon. or ers o p o onia asua ty Insurance Company FIVE COPIES OF THE CERTIFICATE OF INSURANCEA1l Other - The.e romp r (Name o usurer f MUST BE SENT TO THE CITY OF LUBBOCK ` BY:_ +- Title: President -Alan Henry Insurance 1 f." PM�E 1 A CONTRACTOR SHALL: ✓ (2) ✓ (3) ✓ (4) CONTRACTOR CHECKLIST 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; provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; 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; 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 (13) 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; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 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: 2 r- r" REQUIRED WORKERS' COMPENSATION COVERAGE r..s "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." pow "Call the Texas Workers' Compensation Commission at (512)440- 3789 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 r V (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; Ir"" (E) 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 (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._ F- z L_�, i _ _ ia;- : L:� 'i.__� C._�: �L::_._.: 1. [x��. �_.. t._,4.�: i�.;_�� �� 1m s �...__. ���:: 1.a� y �R_y ��- F. CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 10"' day of September. 1998 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 Williams & Peters Construction of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. l , 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: BID #98182 - TAXIWAY SHOULDERS IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT - $4,970,330.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The 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 v payment on account thereof as provided therein. I IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. ATTEST: tsecr a APP ED AS TO CONTENT: DA4,44A) J�'Mw L. 1�0- Owner's Representative APPROV D AS TO FORM: .G City Attorney Corporate CONTRACTOR: WILLIAMS & PETERS CONSTRUCTION, PRINTED NAME: DMJ W 1LLl9as TITLE: WESI,)E/UT COMPLETE ADDRESS: Williams & Peters Construction PO Box 3907 Lubbock, Texas 79424 r REQUIRED CONTRACT PROVISION REGARDING BUY AMMCAN BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost or its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and anal assembly has taken place in the United States. 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 cost for production of the components, exclusive of M=1 assembly labor costs. (2192) List of Projects similar to that covered by Proposal which Bidder has successfully completed: Amount Date Name and Address Contract Award Tyke of Work Completed of Owner List of Projects Bidder is now engaged in completing: Amount of Percent Name and Address Contract Award Type of Work Complete of Owner j 2701-96 H - 1 I List of Surety bonds in force on the above uncompleted work: Amount of Contract Award Amount of Bond Name of Surety Company 2701-96 Bidder By Title Business Address H-2 The Bidder should list the major equipment which is available and serviceable for use on this work. Portion of work bidder proposes to sublet, if any: Dated at this day of , 1996. By Title 2701-96 I - 1 No Text r GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. POW 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 Williams & Peters Construction Co. 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 QUENTIN THOMAS, DEPUTY DIRECTOR OF r- OPERATIONS, 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, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, 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. 7 6. SUBCONTRACTOR t 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. 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 Contractors 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 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 Contractors failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative 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. 2 ,^ 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 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 insure 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 r 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 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 OM 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 it 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 bome by the Contractor. r 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 r 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 WORKMEN The Contractor agrees to employ only orderly and competent men, 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 man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men 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 men 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 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 which 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 through oversight or otherwise. 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. 4 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, plansor materials for the work herein contemplated, orany part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the .r• 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, of 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. r" 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 bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction 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; 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. 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 workmen, 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 5 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 prior to the commencement 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 bid, 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 bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor 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 Contractor does not notify Owner's Representative prior to 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 opening of bids. 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. 6 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 Oft 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 all of its officers, agents and employees against any all losses, costs, damages, r- 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, attomeys' 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 r+ 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 r 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. r 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 Poo 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. OW The insurance certificates furnished shall name the City as an additional Insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents Including workers compensation coverage for each subcontractor. A. General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard .• Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $1,000,000.00 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000.00 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $5,000,000.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. 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 8 r- OW 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 r• project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. r- 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. B. 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: r„ (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; r" (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: F- (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 bid 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. 10 F- rM (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: r (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 PON the following text provided by the commission on the sample notice, without any additional words or changes: 00 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 5121440-3789 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 fife for the duration of the project and for one year thereafter; 12 (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 r• 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 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, rnaterialmen 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. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five oft (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such r indebtedness. 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 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 bidding. pa 13 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 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 bidding 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 therefrom. 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 specked in the contract documents, 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 of $500.00 (FIVE HUNDRED DOLLARS - see Special Conditions, Paragraph SC-3, Time and Order of Completion) PER EACH CONSECUTIVE CALENDAR DAY PER PHASE, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 r 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 at such time and sessions, in such order of precedence, and in such manner as 0 - shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that on when the Owner is having other work done, either by contract or by its own force, the Owner's 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. 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 cant' 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. w. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid 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 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. 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 workmen, 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 r• stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS r 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 r- specifications, plans and other contract documents are intended to show clearly all work to be done and material to be fumished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various Gasses 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 bids offered for the work. In the event the amount of work to be done and materials to be fumished 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 f imished 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. r 15 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 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 bid 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 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. 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. 16 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been �• substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete ~ the work within the time provided in this contract. 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 r 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. 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 doers not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 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) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. OM (d) Damage to another contractor. 0M 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. 17 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 men 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 bids, 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. 18 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, ow 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 which 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 curnulative, to the extent permitted .M 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 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, "i Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company 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. 19 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 bome 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 cant' 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. 20 No Text r" GENERAL PROVISIONS (FAA AC 150/5370-10A, STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS) Section 10 Definition of Terms 14 Paragraph Page 10-01 AASHTO 1 r 10-02 Access Road 1 10-03 Advertisement 1 10-04 AIP 1 .. 10-05 Air Operations Area 1 10-06 Airport 1 ' 10-07 ASTM 1 10-08 Award 1 10-09 Bidder 1 10-10 Building Area 1 10-11 Calendar Day 1 r 10-12 Change Order 2 t 10-13 Contract 2 10-14 Contract Item (Pay Item) 2 10-15 10-16 Contract Time Contractor 2 2 10-17 Drainage System 2 10-19 Engineer 2 10-19 Equipment 2 y 10-20 Extra Work 2 10-21 FAA 2 10-22 Federal Specifications 3 10-23 Inspector 3 10-24 Intention of Terms 3 10-25 10-26 Laboratory Lighting 3 3 10-27 Major and Minor Contract Items 3 10-28 Materials 3 10-29 Notice to Proceed 3 l l 10-30 Owner (Sponsor) 4 10-31 Pavement 4 10-32 Payment Bond 4 10-33 Performance Bond 4 10-34 Plans 4 10-35 10-36 Project Proposal 4 4 10-37 Proposal Guaranty 4 10-38 Runway 4 10-39 Specifications 4 I 10-40 Structures 4 10-41 Subgrade 5 10-42 Superintendent 5 10-43 Supplemental Agreement 5 10-44 Surety 5 r� 10-45 Taxiway 5 10-46 Work 5 "" 10-47 Working Day 5 Section 20 Proposal Requirements and Conditions Paragraph Page 20-01 Advertisement (Notice to Bidders) - Deleted 6 20-02 Prequalification of Bidders 6 20-03 Contents of Proposal Forms 6 20-04 Issuance of Proposal Forms 7 20-05 Interpretation of Estimated Proposal Quantities 7 20-06 Examination of Plans, Specifications and Site 7 20-07 Preparation of Proposal 8 20-08 Irregular Proposals 8 20-09 Bid Guarantee 9 20-10 Delivery of Proposal 9 20-11 Withdrawal or Revision of Proposals 9 20-12 Public Opening of Proposals 9 20-13 Disqualification of Bidders 9 Section 30 Award and Execution of Contract 30-01 Consideration of Proposals 11 30-02 Award of Contract 11 30-03 Cancellation of Award 11 30-04 Return of Proposal Guaranty 11 30-05 Requirements of Contract Bonds 12 30-06 Execution of Contract 12 30-07 Approval of Contract 12 30-08 Failure to Execute Contract 12 Section 40 .Scope of Work 40-01 Intent of Contract 13 40-02 Alteration of Work and Quantities 13 40-03 Omitted Terms 13 40-04 Extra Work 14 40-05 Maintenance of Traffic 14 40-06 Removal of Existing Structures 15 40-07 Rights in and Use of Materials Found in the Work 16 40-09 Final Cleaning Up 16 Section 50 Control of Work 50-01 Authority of °the -Engineer 18 50-02 Conformity with Plans and Specifications 18 50-03 Coordination of Contract, Plans and Specifications 19 50-04 Cooperation of Contractor 19 50-05 Cooperation Between Contractors 20 50-06 Construction Layout and Stakes 20 50-07 Automatically Controlled Equipment 20 50-08 Authority and Duties of Inspectors 20 50-09 Inspection of the Work 21 Cont. Section 50 Control of Work Paragraph Page 50-10 Removal of Unacceptable and Unauthorized Work 21 50-11 Load Restrictions 22 50-12 Maintenance During Construction 22 50-13 Failure to Maintain the Work 23 50-14 Partial Acceptance 23 50-15 Final Acceptance 23 50-16 Claims for Adjustment and Disputes 23 Section 60 Control of Materials 60-01 Source of Supply and Quality Requirements 25 60-02 Samples, Tests and Cited Specifications 25 60-03 Certification of Compliance 26 60-04 Plant Inspection 26 60-05 Engineer's Field Office and Laboratory 27 60-06 Storage of Materials 27 60-07 Unacceptable Materials 28 60-08 Owner Furnished Materials 28 Section 70 Legal Regulations and Responsibility to Public. 70-01 Laws to be Observed 29 70-02 Permits, Licenses and Taxes 29 70-03 Patented Devices, Materials and Processes 29 70-04 Restoration of Surfaces Disturbed by Others 29 .• 70-05 Federal Aid Participation 30 70-06 Sanitary, Health and Safety Provisions 30 70-07 Public Convenience and Safety 30 7008 Barricades, Warning Signs and Hazard Markings 31 70-09 Use of Explosives 32 70 10. Protection and Restoration of Property and Landscape 32 70-11 Responsibility for Damage Claims 33 70-12 Third Party Beneficiary Clause 33 70-13 Opening Section of the Work to Traffic 33 70-14 Contractor's Responsibility for Work 34 r 70-15 Contractor's Responsibility for Utility Service and Facilities of Others 34 70-16 Furnishing Rights -of -Way 36 70-17 Personal Liability of Public Officials 36 70-18 No Waiver of. -Legal Rights 36 70 19 Environmental Protection 36 70-20 Archaeological and Historical Findings 36 Section 80 Prosecution and Progress 80-01 Subletting of Contract 38 80-02 Notice to Proceed 38 r r- Cont. Section 80 Prosecution and Pro rg ess Paragraph La&e 80-03 Prosecution and Progress 38 80-04 Limitation of Operations 39 80-05 Character of Workers, Methods and Equipment 39 80-06 Temporary Suspension of the Work 40 80-07 Determination and Extension of Contract Time 41 80-08 Failure to Complete on Time 43 80-09 Default and Termination of Contract 43 80-10 Termination for National Emergencies 44 Section 90 Measurement and Payment 90-01 Measurement of Quantities 46 90-02 Scope of Payment 49 90-03 Compensation for Altered Quantities 49 90-04 Payment for Omitted Items 49 90-05 Payment for Extra and Force Account Work 50 90-06 Partial Payments 51 90-07 Payment for Materials on Hand 52 90-08 Payment of Withheld Funds 53 90-09 Acceptance and Final Payment 53 GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a �. public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these ( specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. N: 10-07 ASTM. The American Society for Testing and Materials. 10-06 AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. ,- i0-11 CALENDAR DAY. Every day shown on the calendar. Revision Date: 11/01/90 1 P" i 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized 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. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-16 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, Revision Date: 11/01/90 2 j FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required,'' "permitted," "ordered, " "designated," "prescribed, " or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words ",approved," "'acceptable," ""satisfactory,'' or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-28 MATERIALS. Any substance specified for use in the construction of the contract work. 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. Revision Date: 11/01/90 3 r r i 11 If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first,part or the contracting agency signatory to the contract. For'AIP contracts, the term sponsor shall have the same meaning as the term owner. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any,'.considered as a single unit.. 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-33 PERFORMANCE BOND. The approved form of security furnished by the 'Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-34 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. , 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the 'bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-37 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the owner. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract.specifications by reference shall have the same force and effect as if included in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers Revision Date: 11/01/90 4 T 4. d flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or r' decreased work being within the scope of the originally awarded f contract; or (2) work that is not within -the scope of the originally awarded contract. r- 10-44 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-46- WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the/Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 r Revision Date: 11/01/90 5 r SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). A copy of ,the advertisement is included elsewhere in this bid package. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency tolperform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such 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 Contractor'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 his/her 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 his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list'' of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "*-evidence of competency'' and "evidence of financial responsibility" to the owner no later than 10 days prior to the specified date for opening bids. 20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms arenecessaryparts and must not be detached. The plans -specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. Revision Date: 11/01/90 6 t 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal -to a prospective bidder. c. Contractor default under previous contracts with the owner. d. Unsatisfactory work on previous contracts with the owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 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. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as 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 as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. r Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in r the plans, specifications, or otherwise made available to the k Revision Date: 11/01/90 7 r k bidder, was obtained and is intended for the owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her,examination of the boring logs and other records of subsurface investigations and tests that are furnished by the owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her. proposal on the forms furnished by the owner. All blank spaces in the proposal forms 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 for which he proposes to do 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 sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her 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 under the laws of which 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 his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the owner, or if the owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which 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 the owner. Revision Date: 11/01/90 8 r" r The owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best �- interest of the owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. r, 20-09 DID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project 'PM 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 r considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned r to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may r„ withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the owner in writing or by telegram 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. 20-12 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 a been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different r name. 1. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating 9 bidder has been reinstated by the owner as a qualified bidder. c. If the bidder is considered to be in ""default" for any reason specified in the subsection titled ISSUANCE OF 4 PROPOSAL FORMS of this section. i Revision Date: 11/01/90 9 r No Text Poo 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 r" unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the owner. 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF Revision Date: 11/01/90 11 r PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the owner a.surety bond or bonds which have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and`the form of the bond or bonds shall be acceptable to the. owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-06 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable -surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. END OF SECTION 30 Revision Date: 11/01/90 12 SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to r" provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. r, 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 ` percent (total cost being based on the unit prices and estimated r quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had �^ been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "'Change Orders'' issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. E' Should a contract item beomittedor otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in ' accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. Revision Date: 11/01/90 13 t 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section So. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. Revision Date: 11/01/90 14 r t. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall n provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise, specified herein. The.Contractor shall also construct and r' 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, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the a maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for r directly, but shall be included in the various contract items. l 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the 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 r 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 the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. y Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that r. all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. Revision Date: 11/01/90 15 F 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the 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 either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own 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. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the 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 the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., _ or c. The 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. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall _ Revision Date: 11/01/90 16 remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures-, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 Revision Date: 11/01/90 17 SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. 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 the Engineer 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 his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the.Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity'' shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's,right to insist on strict Revision Date: 11/01/90 18 i r compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity'' is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. 4 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. 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, r, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for r` materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the rContractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of r• reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. _The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. r Revision Date: 11/01/90 19 I rE 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as 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 his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish,horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor of the discretion of the Engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform.to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Revision Date: 11/01/90 20 r Inspectors employed by the owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. I^ 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of PM the work and shall be furnished with such information and j, assistance by the Contractor.as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering.or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in ` the subsection titled CONFORMITY.WITH PLANS AND SPECIFICATIONS of this section. !� 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, r, shall be removed immediately and replaced in an acceptable manner E Revision Date: 11/01/90 21 in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or -removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The,Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of`such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. Revision Date: 11/01/90 22 r- 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such r Revision Date: 11/01/90 23 additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper.opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances: Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 Revision Date: 11/01/90 24 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. r, In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-1, Approved Airport Equipment, that .is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The special conditions or plans contain a listing of airport lighting equipment required for this contract. The listed equipment is to be furnished by the Contractor in accordance with (� the requirements of this subsection. 60-12 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials r used in the work shall be inspected, tested, and approved by the l Engineer before incorporation in the work. Any work in which untested materials are used without approval or written �. permission of the Engineer shall be performed at the Contractor's s risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Revision Date: 11/01/90 25 r Samples will be taken by a qualified representative of the owner. 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 the Contractor's representative at his/her request. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance 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. Materials or assemblies used on the basis of 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 the Engineer. When a material or assembly is specified by "brand name or equal'' and the Contractor elects to furnish the specified "brand name," the 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. Should the Contractor propose to furnish an "or equal'' material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "'or equal " is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her 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 Revision Date: 11/01/90 26 r compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted_ for materials. b. The Engineer•shall have full entry at all reasonable 7 times to such parts of the plant that concern the manufacture or production of the materials being furnished. rc. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or ,- working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when r" retested, does not meet the requirements of the contract, plans, or specifications. FOR 60-05 ENGINEERIS FIELD OFFICE AND LABORATORY. When specified E and provided for as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be rfurnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. •c 60-06 STORAGE OF MATERIALS. Materials shall be so stored as 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 so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Revision Date: 11/01/90 27 Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. No rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the owner. Owner - furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner -furnished materials shall be included in the unit price bid for the contract item in which such owner -furnished material is used. After any owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of su-.h owner - furnished material. The owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the Contractor's handling, storage, or use of owner -furnished materials. END OF SECTION 60 Revision Date: 11/01/90 28 SECTION 70 j" LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70--1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the owner and all his/her 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 himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. �^ 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the owner, such authorized work (by others) is indicated in the special conditions, or on the plans. Except as described above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the 'Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency Revision Date: 11/01/90 29 be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work whicharedue to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United Sates Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications._ No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of 'either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or,of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and,local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors Revision Date: 11/01/90 30 Pm 7 and all suppliers, to assure the least inconvenience to the r, traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling.public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office) . When the work requires closing an air operations area of the � airport or portion of such area, the Contractor shall furnish, I erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Marking of Paved Areas on Airports. The Contractor shall furnish, erect, and maintain narkings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipnent that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370- 2. j' The Contractor shall furnish and erect all barricades, warning I signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning PM signs, and markings for hazards until their dismantling is directed by the Engineer. r- Revision Date: 11/01/90 31 Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have 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 nonexecution thereof by the Contractor, he shall restore, at his/her own 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 he shall make good such damage.or injury in an acceptable manner. Revision Date: 11/01/90 32 r 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall r- indemnify and save harmless the Engineer and the owner and their I officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or r. sustained by any person, persons, or property on account of the t operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright;.or from any claims or amounts arising or recovered under the `%Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her r, contract as may be considered necessary by the owner for such purpose may be retained for the use of the owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the Contractor will not be withheld when the Contractor produces �.. satisfactory evidence that he 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 the public or any 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. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the owner as described in the special conditions, or on the plans. Upon completion of any portion of the work listed above, such portion shall be -accepted by the owner in accordance with the 4 subsection titled PARTIAL ACCEPTANCE of Section 5o. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a �- temporary or intermittent basis, such openings shall be made Revision Date: 11/01/90 33 r i i when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her 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. 70-14 CONTRACTORIS RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTORIS RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or Revision Date: 11/01/90 34 7 - x facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the r 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 the owners are indicated in the special conditions, or on the plans. It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy �- or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. r It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of r. this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore r' provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Revision Date: 11/01/90 35 i Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-16 FURNISHING RIGHTS -OF -WAY. The owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions'or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the owner either personally or as an official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the Contractor of final acceptance.' Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such Revision Date: 11/01/90 36 gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 F" - Revision Date: 11/01/90 37 SECTION 80 PROSECUTION AND PROGRESS 60-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either.in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 60-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 60-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. Revision Date: 11/01/90 38 r F 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, thework shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as described in the special conditions, or on the plans. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Revision Date: 11/01/90 39 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 others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the'Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the .work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer 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 subsection. 60-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any Revision Date: 11/01/90 40 other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 60-07 DETERMINATION AND EXTENSION OF CONTRACT TIKE. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: r' (1) No time shall be charged for days on which the I Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The.Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date r of the notice to proceed. Revision Date: 11/01/90 41 F (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, 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 contract time.shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. 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 nonwork days. All calendar days elapsing between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Revision Date: 11/01/90 42 IPM r Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that .• the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The �., extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 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 the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in his/her contract. �- Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall .- be considered in default of his/her contract and such default will be considered as cause for the owner to terminate the contract for any of the following -reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the '"Notice to Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment 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 prosecution 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 Revision Date: 11/01/90 43 g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution 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 Revision Date: 11/01/90 44 considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. END OF SECTION 80 Revision Date: 11/01/90 45 SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. 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 (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. 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. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton'' will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Revision Date: 11/01/90 46 3 6 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 of any size or t type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately r 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. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of.measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. rWhen bituminous materials are shipped by truck or certified weights by volume, subject to correction foaming, may be used for computing quantities. transport, net for loss or Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. 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. ` Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the s Revision Date: 11/01/90 47 7 Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector 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 one -tenth of l percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales " overweighing " (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. - In the event inspection reveals the scales have been " underweighing " (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. Revision Date: 11/01/90 48 r- 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. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. 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, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the titled OMITTED ITEMS of Section 40, the Engineer shall right to omit from the work (order nonperformance) any item, except major contract items, in the best interest owner. Revision Date: 11/01/90 subsection have the contract of the 49 Should the .Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must -be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-OS PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily, hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. Revision Date: 11/01/90 s0 (3) Quantities of materials, prices, and extensions. (a) Transportation of materials. (5) Cost of property damage, liability and t workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not r" specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were r- taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete 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 the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained 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 the Contractor. Revision Date: 11/01/90 51 PM 10 V. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on.quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON BAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in.the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at orlon an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the owner legal -title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her 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 Revision Date:.11/01/90 52 ♦ r d i price for the contract item in which the material is,intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's r. deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based -on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. Revision.Date: 11/01/90 53 r J• t After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 Revision Date: 11/01/90 54 1. ow 1/2"4 AC 150/5370-10A CHG 6 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 10041 GENERAL. The Contractor shall establish, provide, and maintain an, effective Quality Control Program .. 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 manu- factured by the Contractor, or procured from subcontractors or vendors. Although guidelines arc established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Con- tractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: r- a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification require- ments can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstrnction confernce. his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until .the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the r•• responsibility of the Engineer. 10042 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontrac- tors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship. construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveil- lance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written docu- ment which shall be reviewed by the Engineer prior to the start of any production, construction, or off —site fabrica- tion. The written Quality Control Program shall be submitted to the Engineer for review at least [ ) calendar days before the [ I. OCP 1 AC 150/5370-t0A CHG 6 1/25/94 The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; f. Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor's Quality Control Program shall be imple- mented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other managemen0production and con- struction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification require. ments of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experi- ence in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer -in -training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in En- gineering Technologies (NICET). (S) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical speci- fications. The Program Administrator shall report directly to a responsible officer of the construction firm. The 7 1125194 AC 15015370-10A CHG 6 Program Administrator may supervise the Quality Control Program on more than one project provided that person P. can be at the job site within 2 hours after being notified of a problem. 7 b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers. engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level I or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical speci- fications, and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and Section 100- 07. `E Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in Lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor ` each work activity at all times. Where material is being produced in a plant for incorporation into the work. separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordi- nating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 10044 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM). PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the se- quence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and vide an up date pdate 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 the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be devel- oped in a spreadsheet format and shall include: t a. Specification item number. b. Item description; c. Description of submittal; 7 d. Specification paragraph requiring submittal; and G e. Scheduled date of submittal. �. 10046 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Con- tractor as specified by Section 100-07. r' Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: OCP — 3 AC 150/5370-10A CHG 6 1125/94 a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportion. ing to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be. inspected to ensure its proper operating condition. The Quality Control Pro- gram shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized 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. The Program shall document how these and other quality control functions will be accomplished and utilized. 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Con- tractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construc- tion processes. The 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.. Plant Mix Bituminous Pavements); c. Test type (e.g., gradation. grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number. as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); f. Responsibility (e.g., plant technician); and g. Control requirements (e.g., target, permissible deviations). The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in ac- cordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08. 10048 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required 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 arc in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection- Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been per- formed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (S) Adherence to plans and technical specifications; nry i- 1/25194 AC 15015370-10A CHG 6 (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of de. fects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Adminis- trator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description; (2) Test designation; r (3) Location; (4) Date of test; �- (S) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Adminis- trator. 10049 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appro- priate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole. and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control - When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical qual- ity control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to sur- veillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor. pro- ducer, manufacturer or shipper maintains an adequate quality control system .in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contactor of performing quality control inspections of either on —site or off —site Contractor's or subcontractor's work 100-11 NONCOMPLIANCE. 4 a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice. when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work. shall be considered sufficient notice. OCP — 5 AC 15015370-10A CHG 6 1/25/94 ^ b. In cases where quality control activities do not comply with either the Contractor's Quality Control Pro. gram or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality `- Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or ' unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions is taken. nrV . A 3111/98 AC 15015370-10A CHG 10 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (S,J of the r specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index(s), QL for Lower Quality Index and/or [[[ Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. Then: is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. IT IS THE INTENT OF THIS SECTION TO INFORM THE CONTRACTOR THAT, IN ORDER TO CONSISTENTLY OFFSET THE CONTRACTOR'S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (USING POPULATION AVERAGE AND POPULATION STANDARD DEVIATION) MUST BE MAINTAINED AT THE ACCEPTABLE QUALITY SPECIFIED OR HIGHER. IN. ALL CASES, IT IS THE RESPONSIBILITY OF THE r' CONTRACTOR TO PRODUCE AT QUALITY LEVELS THAT WILL MEET THE SPECIFIED ACCEPTANCE CRITERIA WHEN SAMPLED AND TESTED AT THE FREQUENCIES SPECIFIED. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average ()n for all sublot values within the lot by using the following formula: X = (xl+x2+X3+...x.)/n Where: X = Sample average of all sublot values within a lot x1, x2 = Individual sublot values n = Number of sublots re. Find the sample standard deviation (S,J by use of the following formula: I Sn = I(d12 + d22 + d32 + ...d2y(n-1)11n Where: Sn = Sample standard deviation of the number of sublot values in the set di, d2, ...= Deviations of the individual sublot values x1, x2, ... from the average value X that is: d, _ (xl - X), d2 = (x2 - X) ... d„ _ (x„ - X) n = Number of sublots f. For single sided specification limits (Le., L only), compute the Lower Quality Index QL by use of the following formula: QL=(X-L)/S„ i. Where: L - specification lower tolerance limit AC 150/5370-10A Chq 6 1125/94 Fstimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double sided specification limits (Le. L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL=(X-L)/Sri and Qu=(U-X)/Sn _ Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below P„ for each tolerance limit. If the values of QL fall between values shown on the -' table, use the next higher value of PL or Pu Determine the PWL by use of the following formula: PWL = (PU + PL) -100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P401, Lot A. — A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A- A-1 96.60 A-2 97.55 A-3 99.30 A-4 98.35 n=4 2. Calculate average density for the lot_ _ X=(xl +x2+x3+.. xn)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95 percent density 3. Calculate the standard deviation for the lot Sri = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30-97.95)2 + (98.35-97.95)2)) / (4 -1)]"7 Sri = [(1.82+0.16+ 1.82 + 0.16) / 3]" Sn= 1.15 ` 4. Calculate the Lower Quality Index QL for the lot. (L-96.3) QL=(X-L)/Sn QL = (97.95 - 96.30) / 1.15 QL = 1.4394 110-2 IM/94 AC 15015370-10A CHG 6 S. Determine PWL by entering Table 1 with QL = 1.44 and n = 4. r PWL = 98 r .. B. PWL Determination for Air Voids. t' 1. Air Voids of four random samples taken from Lot A. A A-1 5.00 A 2 3.74 A-3 2.30 A-4 3.25 2. Calculate the average air voids for the la. rR X=(XI +x+x3.. n)/n X=(5.00+3.74+2.30+325)/4 l X = 3.57 percent l 3. Calculate the standard deviation So for the lot. Sn = [ (3.57-5.00)2 + (357-3.74)2 + (357-230)2 + (357-3.25) ) / 4-1) ]ia " Sa=[(2.04+0.03+1.62+0.10))/3]u r Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L - 2.0) �. QL = (X - L) Sn l QL - (3.57-2.00) / 1.12 QL - 1.3992 rS. Determine PL by entering Table 1 with QL-1.40 and n=4. PL - 97 f 6. Calculate the Upper Quality Index Qu for the lot. (U-5.0) t; Qu=(U-X)/S. Qu = (5.00 - 3.57) / 1.12 Qu = 12702 7. Determine Pu by entering Table 1 with Qu = 127 and n = 4. l Pu = 93 S. Calculate Air Voids PWL PWL = (PL + Pu) - 100 PWL = (97 + 93) - 100 = 90 r 110 - 3 AC 150/5370-10A CHG 6 1125/94 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PWL), Py. and Po Positive Values of Q n=3 n=4 n=S n=6 n=7 n=8 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 96 1.1456 1.3800 I A897 1.5497 1.5871 1.6127 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 94 1.1342 1.3200 1.3946 1 A329 1.4561 I A716 93 1.1269 1.2900 1.3508 1.3810 1.3991 I A 112 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 87 1.0597 1.1100 1.1173 1.1191 1.1199 1.1204 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 83 0.9939 0.9900 0.9785 0.9715 0.9672 0.9643 82 0.9749 0.9600 0.9452 0.9367 0.9325 0.9281 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 78 0.8897 0.9400 0.8160 0.8036 0.7962 0.7915 77 0.8662 0.8100 0.7946 0.7716 0.7640 0.7590 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 70 0.6787 0.6000 0.5719 0.5583 0.5504 0.5454 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 68 0.6187 0.5400 0.5129 OA999 0.4924 OA877 67 0.5878 0.5100 OA836 0.4710 0.4638 OA592 66 0.5563 0.4800 OA545 0.4424 0.4354 0.4310 65 0.5242 0.4500 OA255 0.4139 OA073 OA031 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 62 0.4251 0.3600 03392 0.3295 0.3239 03203 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 60 0.3568 0.3000 02822 0.2738 0.2691 02660 59 0.3222 0.2700 0.2537 0.2461 02418 02391 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 56 0.2164 0.1800 0.1688 0.1636 0.1613 0.1592 55 0.1806 0.1500 0.1408. 0.1363 0.1338 0.1322 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 50 0.0 0.0 0.0 0.0 0.0 1 0.0 110 - 4 r` 1/25/94 AC 150/5370-10A CHG 6 i TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) r Percent within limits (PWL), PL. and P. Negative Values of Q (QL and QU) n=3 n=4 n=5 n=6 n=7 n=8 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0792 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 45 -0.1806 -0.1500 -0.1408 -0.1363 -0.1338 -0.1322 44 -02164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1592 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 42 -0.2872 -0.2400 -02254 -0.2186 -02147 -0.2122 41 -0.3222 -0.2700 -0.2537 -0.2461 -02418 -02391 40 -0.3568 -0.3000 -02822 -0.2738 -0.2691 -02660 39 -03911 -0.3300 -03107 -0.3016 -02964 -0.2931 38 -OA251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 37 -OA586 -0.3906 -0.3679 -0.3575 -0.3515 -0.3477 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 35 -0.5242 -0.4500 -0.4255 -OA139 -0.4073 -0.4031 34 -0.5563 -0.4800 -OA545 -0.4424 -OA354 -0.4310 33 -0.5878 -0.5100 -OA836 -0.4710 -0.4638 -OA592 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 30 -0.6787 -0.6000 -05719 -0.5583 -0.5504 -05454 29 -0.7077 -0.6300 -0.6016 -0.5879 -0.5798 -05747 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 25 -0.9165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 24 -0.9417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 23 -0.8662 -0.8100 -0.7946 -0.7716 -0.7640 -0.7590 22 -0.8897 -0.9400 -0.8160 -0.8036 -0.7962 -0.7915 21 -0.9124 -0.8700 -0.9478 -0.8360 -0.8291 -0.8245 20 -0.9342 -0.9000 -0.9799 -0.8690 -0.8625 -0.8583 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9325 -0.9281 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9672 -0.9643 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 15 -1.0288 -1.05W -1.0467 -1.0435 -1.0413 -1.0399 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 13 -1.0597 -1.1100 -1.1173 -1.1191 -1.1199 -1.1204 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2.043 -1.2075 10 -1.0982 -1.2000 -12290 -1.2419 -1.2492 -12541 9 -1.1089 -1.2300 -1.2683 -1.2860 -12964 -1.3032 8 -1.1184 -1.2600 -1.3088 -1.3323 -13461 -1.3554 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 6 -1.1342 -1.3200 -13946 -1.4329 -1.4561 -1.4716 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5191 -1.5381 4 -1.1456 -1.3800 -1.4897 -1.5497 -15871 -1.6127 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 110 - 5 CURRENT WAGE DETERMINATIONS 6- General Decision Number TX960028 Superseded General Decision No. TX970028 State: TEXAS Construction Type: HEAVY HIGHWAY County ( ies) ECTOR POTTER TOM GREEN LUBBOCK RANDALL MIDLAND TAYLOR HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number 0 1 Publication Date 02/13/1998 05/22/1998 TX980028 - 1 05/22/1998 COUNTY (ies) ECTOR POTTER TOM GREEN LUBBOCK RANDALL MIDLAND TAYLOR * SUTX2037A 03/26/1998 Rates Fringes ASPHALT HEATER OPERATOR 7.27 ASPHALT RAKER 7.27 CARPENTER 9.23 CONCRETE FINISHER -PAVING 9.90 CONCRETE FINISHER STRUCTURES 8.81 ELECTRICIAN 13.72 FLAGGER 6.56 FORM BUILDER -STRUCTURES 9.00 FORM SETTER - PAVING & CURB 8.30 FORM SETTER -STRUCTURES 8.83 LABORER -COMMON 6.79 LABORER UTILITY 8.46 MECHANIC 10.28 SERVICER 7.82 PIPE LAYER 8.70 ASPHALT DISTRIBUTOR OPERATOR 8.54 ASPHALT PAVING MACHINE 9.50 BROOM OR SWEEPER OPERATOR 7.17 BULLDOZER 8.74 SLIPFORM MACHINE OPERATOR 9.00 CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL 9.67 FRONT END LOADER 8.09 MOTOR GRADER OPERATOR FINE GRADE 11.58 MOTOR GRADER 10.47 PLANER OPERATOR 10.46 ROLLER, STEEL WHEEL PLANT MIX PAVEMENTS 7.32 ROLLER, STEEL WHEEL OTHER, FLATWHEEL OR TAMPING 6.79 ROLLER, PNEUMATIC SELF-PROPELLED 6.79 SCRAPER 7.55 TRACTOR -CRAWLER TYPE 9.16 TRACTOR - PNEUMATIC 7.86 TRAVELING MIXER 8.46 REINFORCING STEEL SETTER PAVING 10.00 REINFORCING STEEL SETTER STRUCTURES 11.48 SPREADER BOX OPERATOR 7.33 WORK ZONE BARRICADE 6.79 TRUCK DRIVER -SINGLE AXLE LIGHT 6.91 TRUCK DRIVER -SINGLE AXLE HEAVY 8.20 TRUCK DRIVER -TANDEM AXLE SEMI TX980028 - 2 05/22/1998 TRAILER 7.13 TRUCK DRIVER-LOWBOY/FLOAT 8.87 WELDER 11.63 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 (29 CFR 5 .5 (a) (1) (v) ) . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 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: �` TX980028 3 05/22/1998 Wage and Hour Administrator _ U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 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, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION _ TX980028 4 05/22/1998 Kesolution No. M-'I March 14, 1996 Item #19 RESOLUTION 4 WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February k 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated b% Resolution No. 2502 enacted January 8, 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall he as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. e Passed by the City Council this 14th !I (� ATTEST: it Betty M. J nson. City Secretary APPROVED AS TO CONTENT: If Mary AndrYws, Managing Director of Human Resources APPROVED AS TO FORM: is i 11afold Willard. Assistant City Attorney i� ' i HW:da/ccdocs/pubworks.res fl February 14. 1996 , 1996. . 6 City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Eger 10.00 Eiectriciaa 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 Glazier 8.00 Insulator-Piping/Boiler 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Weider -Certified 10.00 *'A 101 W ■ Paving and Highway Construction Prevailing Wage Rates Craft Howjy Rate Asphalt Heaterman 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer-Ceneral 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechanic -Helper 5.50 Power Equipment Operators Asphalt Paving Machine 7.00 Bulldozer 7.00 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Equipment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator 8.50 Roller 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 Prevailing Wage Rates Overtime Rate The rate for overtime Cm excess of forty hours per week) is 1 1 /2 times base rate. EXSIBIT D Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. TECHNICAL SPECIFICATIONS r- r- City of Lubbock Bid #98182 FAA A.I.P. Project No. 348-0138-20-98 CITY OF LUBBOCK, TEXAS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LUBBOCK INTERNATIONAL AIRPORT TAXIWAY SHOULDERS IMPROVEMENTS AUGUST 1998 ................ ................ ......... NO: .ON.1 .............. !!. ' Parkhill, Smith & Cooper, Inc. .U. 0w. Engineers ■ Architects ■ Planers LAWRENCE I VALUEZ .. :.... .... ..65358 . 8-5 9 8 i !`w TA13LE OF CONTENTS TECHNICAL SPECIFICATIONS ITEM P-140 MOBILIZATION Paragraph Page Modifications 140-a 1. Description 140-1 2. Measurement and Payment 140-1 ITEM P-152 EXCAVATION AND EMBANKMENT Modifications 152-a 1. Description 152-1 2. Construction Methods 152-1 3. Method of Measurement 152-7 4. Basis of Payment 152-8 5. Testing Requirements 152-9 ITEM P-155 LIME -TREATED SUBGRADE Modifications 155-a 1. 2. Description Materials 155-1 155-1 3. Composition 155-1 4. Weather Limitations 155-2 5. Equipment 155-2 6. Construction Methods 155-2 7. Method of Measurement 155-4 .- 8. Basis of Payment 155-4 9. Testing Requirements 155-4 10. Material Requirements 155-4 ,- ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION. AND SILTATION CONTROL Paragraph Page e Modifications 156-a 1. Description 156-1 2. Materials 156-1 3. Construction Requirements 156-1 4. Method of Measurement 156-3 5. Basis of Payment 156-3 r t' f 2701-98 ITEM ER Modifications ER -a Description ER-1 2. Materials ER-1 3. Construction Methods ER-2 �^ 4. Method of Measurement and Basis of Payment ER-4 ITEM P-209 r" 3 CRUSHED AGGREGATE BASE COURSE Para rg_anh Pa e r7 Modifications 209-a 1. Description 209-1 �- 2. Materials 209-1 3. Construction Methods 209-2 4. Method of Measurement 209-4 r- 5. Basis of Payment 209-4 f' 6. Testing Requirements 209-4 �. TxDOT ITEM 345 l ASPHALT STABILIZED BASE (PLANT MIXI .. f Para rg at)h Page Modifications 345-a �. 1. Description 345-1 2. Materials 345-2 3. Equipment 345-8 4. 5. Stockpiling, Storage and Mixing Construction Methods 345-20 345-22 6. Measurement 345-28 7. Payment 345-29 ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS Pw Modifications 401-a 1. Description 401-1 2. Materials 401-1 3. Composition 401-3 4. Construction Methods 401-8 5. Material Acceptance 401-12 6. Contractor Quality Control 401-16 7. Method of Measurement 401-19 1" 8. Basis of Payment 401-19 9. Testing Requirements 401-20 10. Material Requirements 401-21 r r �"" 2701-98 Pr. 1. 2. 3. 4. 5. 6. 7. Paragraph 1. 2. 3. 4. 5. 6. 1. 2. 3. 4. 5. 6. 7. ara ra h 1. 2. 3. 4. 5. 6. 7. ITEM P-602 BITUMINOUS PRIME COAT Modifications Description Materials Construction Methods Method of Measurement Basis of Payment Material Requirements Testing Requirements ITEM P-603 BITUMINOUS TACK COAT Modifications Description Materials Construction Methods Method of Measurement Basis of Payment Material Requirements ITEM P-605 JOINT SEALING FILLER Modifications Description Materials Construction Methods Method of Measurement Basis of Payment Testing Requirements Material Requirements ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE Modifications Description Materials Construction Methods Method of Measurement Basis of Payment Testing Requirements Material Requirements 602-a 602-1 602-1 602-1 602-2 602-2 602-2 602-3 Page 603-a 603-1 603-1 603-1 603-2 603-2 603-2 605-a 605-1 605-1 605-2 605-3 605-4 605-4 605-4 Page 610-a 610-1 610-1 610-3 610-6 610-6 610-6 610-6 2701-98 E i r" ITEM P-620 RUNWAY AND TAXIWAY PAINTING Modifications 620-a 1. Description 620-1 2. Materials 620-1 3. Construction Methods 620-4 4. Method of Measurement 620-6 5. Basis of Payment 620-6 6. Testing Requirements 620-7 7. Material Requirements 620-7 pw ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS Paragraph Page Modifications 701-a r 1. Description 701-1 ' 2. Materials 701-1 3. Construction Methods 701-2 pw 4. Method of Measurement 701-4 5. Basis of Payment 701-4 6. Material Requirements 7014 r ITEM D-752 CONCRETE CULVERTS, HEADWALLS AND MISCELLANEOUS DRAINAGE STRUCTURES ` Paragraph Page Modifications 752-a 1 1. Description 752-1 2. Materials 752-1 3. Construction Methods 752-1 t l 4. Method of Measurement 752-2 5. Basis of Payment 752-2 6. Testing Requirements 752-3 ITEM F-162 CHAIN LINK FENCES, GATES AND APPURTENANCES Para r�. anh Page r• Modifications 162-a I. Description 162-1 v r 2. Materials 162-1 3. Construction Methods 162-2 4. Method of Measurement 1624 5. Basis of Payment 1624 6. Material Requirements 1624 r' i I 2701-98 1. 2. 3. 4. 5. 6. ara ra h 1. 2. 3. 4. 5. 1. 2. 3. 4. 5. 6. 1. 2. 3. 4. 5. 6. ITEM T-901 SEEDING Modifications 901-a Description 901-1 Materials 901-1 Construction Methods 901-2 Method of Measurement 901-4 Basis of Payment 9014 Material Requirements 901-5 ITEM T-905 TOPSOILING Page Modifications 905-a Description 905-1 Materials 905-1 Construction Methods 905-1 Method of Measurement 905-2 Basis of Payment 905-2 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Modifications 108-a Description 108-1 Equipment and Materials 108-1 Construction Methods 108-2 Method of Measurement 108-5 Basis of Payment 108-6 Material Requirements 108-6 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT Modifications 110-a Description 110-1 Equipment and Materials 110-1 Construction Methods 110-1 Method of Measurement 110-4 Basis of Payment 110-4 Material Requirements 110-4 2701-98 r" ITEM L-118 INSTALLATION OF RUNWAY AND TAXIWAY RETROREFLECTIVE MARKERS Modifications 118-a 1. Description 118-1 2. Equipment and Materials 118-1 r 3. Construction Methods 118-1 i 4. Method of Measurement 118-2 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Modifications 125-a 1. Description 125-1 2. Equipment and Materials 125-2 3. Construction Methods 125-3 4. Method of Measurement 125-3 5. Basis of Payment 125-4 {ITEM MC MISCELLANEOUS CONSTRUCTION Modifications MC -a 1. General MC-1 2. Traffic Control Signs and Supports MC-2 3. Method of Measurement MC-3 4. Basis of Payment MC-4 is E 1 .• t 2701-98 POO' 'r► f Modifications to ITEM P-140 MOBILIZATION I i Item P-140, Mobilization, of the project specifications, shall be modified as follows: s ; i 1. Paragraph 140-2.1. Delete references to "Division 90-06 of the General Provisions." Percent of retainage is specified in Paragraph 42 of the General Conditions of the Agreement. k 1 i: i ! t. p N P Ir I .. " 2701-98 s 140 - a P :' F r 7' ITEM P-140 MOBILIZATION DESCRIPTION r 140-1.1 The work covered under this item consists of preparatory work and operations, including but i not limited to those necessary for the movement of personnel, equipment, supplies and incidentals to the Project site; for the establishment of all offices, buildings, and other facilities necessary for work on the Project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the Project site. The Contractor shall demobilize within 30 days after substantial completion of the work. MEASUREMENT AND PAYMENT 140-2.1 All work covered by this item will be paid for at the contract lump sum price for "Mobilization". Partial payments for the item of "Mobilization" will be made with the first and second partial pay estimates paid on the contract, and will be made at the rate of 50 percent of the lump sum price for "Mobilization" on each of these partial pay estimates, less the retainage provided for in Division 90-06 of the General Provisions of these Specifications, provided the amount bid for "Mobilization" does not exceed 5 percent of the total amount bid for the contract. Where the amount bid for the item of "Mobilization" exceeds 5 percent of the total amount bid for the contract, 2-1/2 percent of the total amount bid will be paid on each of the first two partial pay estimates, and that portion exceeding 5 percent will be paid on the last partial pay estimate. All such payments will be made less the retainage provided for in Division 90-06 of the General Provisions. Payment will be made under: Item P-140 Mobilization - per lump sum. rr Modifications to ITEM P-152 EXCAVATION AND EMBANKMENT Item P-152, Excavation and Embankment, of the project specifications shall be modified as follows: r 1. Paragraph 152-1.1 - Add the following new paragraph: "This item also covers the removal of any incidental miscellaneous concrete and bituminous surfacing that may be encountered." 2. Paragraph 152-1.2, CLASSIFICATION - All material excavated as a part of this project shall i be classified as Unclassified Excavation. Delete paragraphs (b) Rock Excavation, (c) Muck Excavation, (d) Drainage Excavationand (e) Borrow Excavation. 3. Paragraph 152-2.1, GENERAL - Delete the second paragraph and all further references to unsuitable materials being disposed of in waste areas shown on the plans. All unsuitable material Cshall become the property of the Contractor and shall be disposed of in an area outside the Airport property at the Contractor's expense. l 4. Paragraph 152-2.1, GENERAL - Add the following paragraph following the second paragraph. A waste area for the Contractor's disposal of select materials shall be la:ated on the east side of the Airfield or as directed by the Owner. The Owner will be sole judge of the acceptability of select materials. The Owner will also be the sole judge as to whether waste material is select or unsuitable material which 'the Contractor shall dispose of off -Airport. Select materials disposed of on the Airport property shall be deposited in windrows or spread evenly over the waste site, at the direction of the Owner. No compaction effort shall be required for materials wasted on the Airfield. Concrete, asphalt, or other undesirable construction debris removed by the Contractor under this contract shall be removed from the Airport property and disposed of at the Contractor's expense. No borrow shall be obtained on the Airport property, but shall be provided if needed from locations off the Airfield, and at the Contractor's expense. 5. Paragraphs 152-2.2(a), (b), (c) and (d) - Delete these paragraphs. r 6. Paragraph 152-2.2(e), COMPACTION REQUIREMENTS - The first sentience shall be revised to read: "The subgrade under areas to be paved shall be compacted to the depths and densities shown on the plans." I 7. Paragraph 152-2.2(e), COMPACTION REQUIREMENTS - Delete the second paragraph and insert the following: { 1, 2701-08 152 a �s, r "The compaction requirements of ASTM D1557 shall be applicable for all construction accomplished for this project. In place field density test shall represent not more than 1,000 square yards." 8. Paragraph 152-2.2-(e), COMPACTION REQUIREMENTS - Delete all references to blasting. Blasting will not be permitted in the construction of this project. 9. Paragraph 152-2.6, FORMATION OF EMBANKMENTS The sixth sentence in the forth paragraph shall be revised to read: "Samples of all embankment materials for testing, before or after placement and compaction, will be taken at the Engineer's discretion." 10. Paragraph 152-2.6, FORMATION OF EMBANKMENTS - Delete the fifth paragraph and insert the following: "Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM D1557." 11. Paragraph 152-2.10, TOPSOIL - Delete the fourth sentence in the first subparagraph. Delete the third and fourth subparagraphs in this paragraph. 12. Insert the following new paragraph: " 152-2.11 SOIL STERILANT. After the subgrade has been completed, a broad spectrum soil sterilant shall be added to the subgrade in a manner approved by the Engineer. The trade name, manufacturer's name and specifications of the soil sterilant proposed for use shall be submitted to the Engineer for approval not less than 10 working days prior to the proposed use of the sterilant. In addition, a copy of the Manufacturer's recommendations regarding method of application and rate of application shall be submitted at the same time. If approved by the Engineer, the soil sterilant may be applied with the prime coat, provided, however, that the only soil sterilant that will be permitted to be applied by this method will be Pramitol. The soil sterilant and its application is considered to be incidental to the work in this r` item. Cost of the soil sterilant and its application shall be considered subsidiary to the price bid for the work under this item and no separate payment will be made. 13. Paragraph 152-3., METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: !� "152-3.1 The quantity of Excavation, Grading and Topsoiling in Unpaved Areas to be paid for under this item shall be the number of square yards constructed and accepted, and shall be equal to the number of square yards of unpaved areas within 2701-98 152-b ON r the limits of grading as shown on the plans or as designated by the Engineer. This item shall include, but not be limited to, excavation from borrow areas, hauling to the construction site, placing and formation of embankments, and topsoiling, A- complete, as specified. 152-3.2 The quantity of Excavation, Grading and Subgrade Preparation for New Pavement to be paid for under this item shall be the number of square yards constructed and accepted, and shall be as detailed on the drawings. This item shall include, but not be limited to, excavation from borrow areas, hauling to the construction site, placing and formation of embankments, and all subgrade densification, complete, as specified. 14. Paragraph 152-4., BASIS OF PAYMENT Delete this entire paragraph and insert the following: "Payment shall be made at the contract unit price per square yard for the various items of excavation, grading, topsoiling and subgrade preparation. These unit prices shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the various items. No additional compensation will be allowed nor deductions made, due to variations in the volume or area of excavation, grading, topsoiling and subgrade preparation caused by field changes in the grades or limits shown on the plans. No additional compensation will be made or allowed for disposing of waste materials, or for excavation, grading, topsoiling or subgrade preparation accomplished outside the limits shown on the plans or as designated by the Engineer, without the express consent of the Engineer. All forms of excavation and formation -of embankments not expressly covered under this shall be covered under other contract items or shall be considered subsidiary obligations of the Contractor. Payment will be made under: Item P-152, Excavation, Grading and Topsoiling in Unpaved Areas, per square yard; and Item P-152, Excavation, Grading and Subgrade Preparation for New Pavement, per square yard." sob 2701-98 152-c OM T r„ 2/17/89 AC 150/5370-10A f' d ITEM P-152 EXCAVATION AND EMBANKMENT DESCRIPTION 1S2-1.1 This item covers excavation. disposal, placement, and compaction of all materials within the limits of the work required to construct runway safety areas, runways, taxiways, aprons, and intermediate as well r as other areas for drainage, building construction, parking, or other purposes in accordance with these speci- fications and in conformity to the dimensions and typical section shown on the plans. IS2-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: r a. Unelasslfied Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature, which is not otherwise classified and paid for under the following items. b. Rock Excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in un- stratified masses, and conglomerate deposits which are so firmly cemented they cannot be removed without blasting or using rippers. All boulders containing a volume of more than 1/2 cubic yard (0.4 cubic meter) will be classified as "rock excavation." c. Muck Excavation. Muck excavation shall consist of the removal and disposal of deposits of mix- tures of soils and organic matter not suitable for foundation material. Muck shall include materials which will decay or produce subsidence in the embankment. It may be made up of decaying stumps, roots, logs, humus, or other material not satisfactory for incorporation in the embankment. d. Drainage Excavation. Drainage excavation shall consist of all excavation made for the primary r. purpose of drainage and includes drainage ditches, such as intercepting, inlet or outlet; temporary levee con- struction; or any other type as shown on the plans. e. Borrow Excavation. Borrow excavation shall consist of approved material required for the con- struction of embankment or for other portions of the work in excess of the quantity of usable material avail- " < able from required excavations. Borrow material shall be obtained from areas within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport. 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when ap- proved by the Engineer as suitable to support vegetation, may be used on the embankment slope. CONSTRUCTION METHODS 1S2-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All ( unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, r' the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall exca- 152 - 1 AC 150/5370-10A 2/17/89 vate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches (100 mm), in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or simi- lar underground structures the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result from any of the Contractor's operations during the period of the contract. 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Con- tractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable exca- vated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indi- cated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. a. Selective Grading. When selective grading is indicated on the plans, the more suitable material as designated by the Engineer shall be used in constructing the embankment or in capping the pavement sub - grade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment for rehandling as specified in paragraph 3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for runway safety areas, subgrades, roads, shoulders, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches (300 mm), or to the depth specified by the Engineer, below the subgrade. Muck, peak, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be re- moved to the depth specified. Unsuitable materials shall be disposed of at locations shown on the plans. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for [ ]. The excavated area shall be refilled with suitable material, obtained from the grading operations or borrow areas and thoroughly compacted by rolling. The necessary refilling will constitute a part of the em- bankment. Where rock cuts are made and refilled with selected material, any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be graded or removed by the Contractor and disposed of as directed; however, payment will not be trade for the removal and disposal of overbreak which the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, e.g., the utility unless other- 152 - 2 F2/17/89 AC 150/5370-10A I wise shown on the plans. All existing foundations shall be excavated for at least 2 feet (6 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All foundations thus exca- vated shall be backfilled with suitable material and compacted as specified herein. e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of [ J and to a density of not less than [ J percent of the maximum density as determined by ASTM [ J. Payment for suitable materials removed, manipulated, and replaced in order to obtain the required depth of density will be paid for as unclassified excavation. The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in top 6 inches (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be bared loose or otherwise removed to line of finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. Blasting will be permitted only when proper precautions are taken for the safety of all persons, the work, and the property. All damage done to the work or property shall be repaired at the contractor's expense. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall conform to all state and local regulations and .explosive manufacturers' instructions, with applicable ap- proved permits reviewed by the Engineer. Any approval given. however, will not relieve the Contractor of his/her responsibility in blasting operations. Where blasting is approved, the Contractor shall employ a vibration consultant, approved by the Engineer, to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity, and in addition shall be capable of internal dynamic calibration. In each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial blasts to the Engineer for approv- al. This plan must consist of hole size, depth, spacing, burden, type of explosives, type of delay sequence, maximum amount of explosive on any one delay period, depth of rock, and depth of overburden if any. The maximum explosive charge weights per delay included in the plan shall not be increased without the ap- proval of the engineering. The Contractor shall keep a record of each blast fired —its date, time and location; the amount of explosives used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identi- fied by instrument number and location. 152 AC .150/5370-10A 2/17/89 These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. 152-2.3 BORROW EXCAVATION. Borrow area(s) within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's respon- sibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least 15 days prior to beginning the excavation, so necessary measurements and tests can be made. All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. 152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet, for temporary levee construction; or for any other type as de- signed or as shown on the plans. The work shall be performed in the proper sequence with the other con- struction. All satisfactory material shall be placed in fills; unsuitable material shall be placed in waste areas or as directed. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary work shall be performed to secure a finish true to line, elevation, and cross section. The Contractor shall maintain ditches constructed on the project to the required cross section and shall keep them free of debris or obstructions until the project is accepted. 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (120 m) or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scari- fying to a minimum depth of 6 inches (150 mm). This area shall then be compacted as indicated in para- graph 2.6. When the height of fill is greater than 4 feet (120 m), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of em- bankment. Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal benches shall be constructed as shown on the plans. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than & inches (200 mm) in loose depth for the full width of the cross section, unless otherwise approved to the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure a shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained be- cause of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layer shall be within ±2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to 152 - 4 2/17/89 AC 150/5370-10A permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of ,dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the Water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all em- bankment materials for testing, both before and after placement and compaction, will be taken for each [ ]. Based on these tests, the Contractor shall make the necessary corrections and adjustments in meth- ods, materials or moisture content in order to achieve the correct embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM [ ]. Under all areas to be paved, the embankments shall be compacted to a depth of [ ] and to a density of not less than [ ] percent of the maximum density as determined by ASTM [ ]. r .M I On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). t The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Compaction areas shall be kept separate,and no layer shall be covered by another until the proper density is obtained. r During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, ce- mented gravel, clay, or other chunky soil material will be broken up into small particles and become incor- porated with the other material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as place- ment progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same, time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimen- sions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in 152 - 5 AC 150/5370-10A 2/17/89 layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or em. bankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spills and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade. Density requirements will not apply to portions of embankments con- structed of materials which cannot be tested in accordance with specified methods. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations for con- struction of embankments will be included in the contract price for excavation, borrow, or other items. 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed the full width shall be conditioned by removing any soft or other unstable material which will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to pro- vide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all pre- cautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished sub - grade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 HAUL. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work in- volved. No payment will be made separately or directly for hauling on any part of the work. 152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot (4.8 m) straightedge applied par- allel and at right angles to the centerline, it shall not show any deviation in excess of 1/2-inch (12 mm), or shall not be more than 0.05-foot (.015 m) from true grade as established by grade hubs or pins. Any devi- ation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On runway safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 foot (0.03 m) from true grade as established by grade hubs. Any devi- ation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 TOPSOIL. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within [ ] feet of runway pavement or [ ] feet of taxiway pavement and shall not be placed 152 - 6 2/17/89 AC 150/5370-10A on areas which subsequently will require any excavation or embankment. If, in the judgment of the Engi- neer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations. stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil as such under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassi- fied Excavation." When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Topsoiling, ' as provided in Item T-905. METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards (cubic meters) meas- ured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal r• slope lines, or the quantity of material used for purposes other than those directed. 152-3.2 Borrow material shall be paid for on the basis of the number of cubic yards (cubic meters) meas- ured in its original position at the borrow pit. 152-3.3 Stockpiled material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in the stockpiled position as soon as the material has been stockpiled. 152-3.4 For payment specified by the cubic yard (cubic meter), measurement for all [excavation] [embank- ment] shall be computed by the average end area method. The end area is that bound by the original ground line established by field cross sections and the final theoretical pay line established by [excavation][embankment] cross sections shown on the plans, subject to verification by the Engineer. After completion of all [excavation][embankment] operations and prior to the placing of base or subbase material, the final [excavation][embankment] shall be verified by the Engineer by means of field cross sections taken randomly at intervals not exceeding 500 linear feet (150 meters). Final field cross sections shall be employed if the following changes have been made: a. Plan width of embankments or excavations are changed by more than plus or minus 1.0 foot (0.3 meter); or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0.5 foot I (0.15 meter). 152-7 AC 160/5370-IOA 2/17/89 BASIS OF PAYMENT 152-4.1 For "Unclassified excavation" payment shall be made at'the contract unit price per cubic yard (cubic meter): This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 For "Rock Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.3 For "Muck Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.4 For "Drainage Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.5 For "Borrow Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.6 For "Stockpiled Material' payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals necessary to complete the item. 152-4.7 For "Embankment in Place" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-152-4.1 Unclassified Excavation —per cubic yard (cubic meter) Item P-152-4.2 Rock Excavation ---per cubic yard (cubic meter) Item P-152-4.3 Muck Excavation --per cubic yard (cubic meter) Item P-152-4.4 Drainage Excavation --per cubic yard (cubic meter) Item P-152-4.5 Borrow Excavation —per cubic yard (cubic meter) Item P-152-4.6 Stockpiled material —per cubic yard (cubic meter) Item P-152-4.7 Embankment in Place —per cubic yard (cubic meter) r 152 - 8 2/17/89 AC 150/5370-t0A ASTM D 698 ASTM D 1556 ASTM D 1557 ASTM D 2167 TESTING REQUIREMENTS Tests for Moisture -Density Relations of Soils and Soil -Ag- gregate Mixtures, Using 5.5-pound (2.5 kg) Rammer and 12- inch (300 mm) Drop Test for Density of Soil In -Place by the Sand Cone Method Tests for Moisture -Density Relations of Soils and Soil -Ag- gregate Mixtures, Using 10-pound (4.5 kg) Rammer and 18- inch (45 cm) Drop Test for Density of Soil In -Place by the Rubber Balloon Method. 152 - 9 r Modifications to r ITEM P-155 LIME -TREATED SUBGRADE Item P-155 Lime -Treated Subgrade of the project specifications shall be modified as follows: 1. Paragraph 155-2.1 HYDRATED LIME. Delete this reference to hydrwd lime. Hydrated lime ! in powdered form will not be approved for use in this project. Only I pebbled quicklime or commercial lime slurry shall be used on this project.Lime shall meet the requirements of +-* ASTM C207, Type N or ASTM C977. 2. Paragraph 155-3.1 LIME. Delete this paragraph and insert the following: r j "Lime shall be applied at the rate of 6 % by weight for the depth of subgrade treatment shown." 3. Paragraph 155-5.1 EQUIPMENT. Add the following to this paragraph: ►" "All machinery, tools, and equipment shall be on site and approved by the Engineer prior to the beginning of construction operations and[ shall be maintained in a satisfactory working condition throughout the construction period." r 4. Paragraph 155-6.4 COMPACTION. In the third sentence of the first subparagraph, change the required field density from 93 percent Lo 95 percent. In the fourth and eighth sentences, change the controlling specification from ASTM D 698 Io ASTM D 1557. In glace field density tests shall represent not more than 600 square yards. 5. Paragraph 155-7.2. Delete this paragraph and insert the following: "The amount of lime to be paid for shall be the number of to:ns (2,000 1 pounds) of lime (based on the calculated dry -lime content of the lime slurry) r' used as authorized." 6. Paragraph 155-8.2. Delete the first sentence and insert the following: "Payment shall be made at the contract unit price per ton of lime," r- 7. Paragraph 155-8.2. Delete the second paragraph and insert the following: "Payment will be made under: r Item P-155, Lime Treated Subgrade, excluding lime, per square yard; and 2701-98 155 - a Item P-155, Lime Used in Lime Treated Subgrade, per ton. 8. TESTING REQUIREMENTS: Add the following. ASTM D 1557 Moisture -Density Relations of Soil and Soil -Aggregate Mixtures Using 10 lb (4.54-kg) Rammer and 18 inch (4.57 nun) Drop. 2701-98 155-b � F 1112190 AC 15015370-10A CHG 2 ITEM P-155 LIME -TREATED SUBGRADE DESCRIPTION 155-1.1 This item shall consist of constructing one or more courses of a mixture of soil, lime, and water in ac- cordance with this specification, and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans. MATERIALS * 155-2.1 HYDRATED LIME. Hydrated lime shall conform to the requirements of ASTM C 977. 155-2.2 COMMERCIAL LIME SLURRY. Commercial lime slurry shall be a pumpable suspension of solids in water. The water or liquid portion of the slurry shall not contain dissolved material in sufficient quantity naturally injurious or objectionable for the purpose intended. The solids portion of the mixture, when considered on the basis of "solids content," shall consist principally of hydrated lime of a quality and fineness sufficient to meet the fol- lowing requirements as to chemical composition and residue. a. Chemical Composition. The "solids content" of the lime slurry shall consist of a minimum of 70%, by weight, of calcium and magnesium oxides. h. Residue. The percent by weight of residue retained in the "solids content" of lime slurry shall conform to the following requirements: Residue retained on a No. 6 (3360 micron) sieve Max. 0.0% Residue retained on a No. 10 (2000 micron) sieve Max. 1.0% Residue retained on a No. 30 (590 micron) sieve Max. 2.5% c. Grade. Commercial lime slurry shall conform to one of the following two grades: Grade 1... The "dry solids content shall be at least 31% by weight, of the slurry. Grade 2. The "dry solids content" shall be at least 35%, by weight, of the slurry. 155-2.3 WATER. Water used for mixing or curing shall be reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water shall be tested in accordance with and shall meet the suggested requirements of AASHO T 26. Water known to be of potable quality may be used without test. 155-2.4 SOIL. The soil for this work shall consist of materials on the site or selected materials from other sources and shall be uniform in quality and gradation, and shall be approved by the Engineer. The soil shall be free of roots, sod, weeds, and stones larger than 2-1/2 inches (60 mm). COMPOSITION 155-3.1 LIME. crime shall be applied at the rate specified on the plans for the depth of subgrade. treatment shown. 155-3.2 TOLERANCES. At final compaction, the lime and water content for each course of subgrade treatment shall conform to the following tolerances: Material Tolerance vl� Lime ................................. + 0.5% Water ................................ + 2%, —0% r• 155 — 1 AC 150/5370-10A WEATHER LIMITATIONS 2/17/89 I55-4.1 WEATHER LIMITATION. The lime -treated subgrade shall not be mixed while the atmospheric temperature is below 40' F (4' C) or when conditions indicate that temperatures may fall below 40' F (4' C) within 24 hours, when it is foggy or rainy, or when soil or subgrade is frozen. EQUIPMENT II554.1 EQUIPMENT. The equipment required shall include all equipment necessary to complete this item such as: grading and scarifying equipment, a spreader for the lime or lime slurry, mixing or pulverizing equipment, sheepsfoot and pneumatic or vibrating rollers, sprinkling equipment, and trucks. CONSTRUCTION METHODS 05-6.1 GENEPAL It is the primary requirement of this speafication to secure a completed subgrade containing a uniform lime mixture, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth, and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his/her work, to use the proper amount of lime, maintain the work and rework the courses as necessary to meet the above requirements. Prior to beginning any lime treatment the subgrade shall be constructed and brought to grade as specified in Item P-152 *Excavation and Embankment" and shall be shaped to conform to the typical sections, lines, and grades as shown on the plans. The material to be treated shall then be excavated to the secondary grade (proposed bottom of lime treatment) and removed or windrowed to expose the secondary grade. Any wet or unstable materials below the secondary grade shall be corrected, as directed by the Engineer, by scarify- ing, adding lime, and compacting until it is of uniform stabffity. The excavated material shall then be spread to the desired cross section. If the Contractor elects to use a cutting and pulverizing machine that will remove the subgrade material accmratdy to the secondary grade and pulverize the material at the same time, he will not be required to expose the secondary grade nor windrow the material. However, the Contractor shall be required to roll the subgrade, as directed by the Engineer, and correct any soft areas that this rolling may reveal before using the pulverizing machuxa This method will be permitted only where a machine is provided which will ensure that the material is cart uniformly to the proper depth and which has cutters that will plane the seo- ondary grade to a smooth surface over the entire width of the cut The machine must give visible indication at all times that it is cutting to the proper depth. I5S-2 APPLICATION Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. The application and mixing of lime with the soil shall be acc*m- plished by the methods hereinafter described as "Dry Placing" or "Slurry Placing." Whey hydrated lime is specified, the Contractor may use either method. a. Dry Placing. The lime shall be spread uniformly over the top of the subgrade by an approved screw -type spreader box or other approved spreading equipment The amount of lime spread shall be the amount required for mixing to the specified depth which will result in the percentage determined in the job mix formula. The lime shall be distributed in such manner that scattering by wind will be minimal. Lime shall not be applied when wind conditions, in the opinion of the Engineer, are detrimental to a proper apptication. A motor grader shalt not be used to spread the time. The material shall be sprinkled, as directed by the Engi- neer, until the proper moisture content has been reached. b. Slurry Placing. The lime shall be mixed with water in trucks with approved distributors and ap. plied as a thin water suspension or slurry. Commercial lime slurry shall be applied with a lime percentage not less than that applicable for the grade used. The distribution of lime shall be attained by successive passes over a measured section of subgrade until the proper amount of lime has been spread. The amount of 155 - 2 2/17/89 AC 150/5370-10A r lime spread shall be the amount required for mixing to the specified depth which will result in the percent- age determined in the job mix formula. The distributor truck shall continually agitate the slurry to keep the PM mixture uniform. 15S-63 MIXING. The mixing procedure shall be the same for "Dry Placing" or "Slurry Placing" as hereinafter described: a. Fust miring. The full depth of the treated subgrade shall be mixed with an approved mixing ma- chine. Lime shall not be left exposed for more than 6 hours. The mixing machine shall make two coverages. Water shall be added to the subgrade during mixing to provide a moisture content above the optimum mois- ture of the material and to ensure chemical action of the lime and subgrade. After mixing, the subgrade shall be lightly rolled to seal the surface and help prevent evaporation of moisture. The: water content of the subgrade mixture shall be maintained at a moisture content above the optimum moisture content for a mini- mum of 48 hours or until the material becomes friable. During the curing period, the material shall be sprin- kled as directed. During the interval of time between application and mixing, lime that has been exposed to the open air for 6 hours or more, or to excessive loss due to washing or blowing will not be accepted for payment b. Final Mixing. After the required curing time, the material shall be uniformly mixed by approved methods. If the mixture contains clods, they shall be reduced in size by glading, discing, harrowing, scarify- ing, or the use of other approved pulverization methods so that the remainder of the clods shall meet the following requirements when tested dry by laboratory sieves: Percent I4fnimum of clods passing 1% inch sieve............ .... ......... ». 100 Minimum of clods passing No. 4 sieve....»»»......,....»»....»... 60 155-6.4 COMPACITON. Compaction of the mixture shall begin immediately after final mixing. The ma- terial shall be aerated or sprinkled as necessary to provide optimum moisture. The field density of the com- pacted mixture shall be at least 93 percent of the maximum density of laboratory specimens prepared from samples taken from the material in place. The specimens shall be compacted and 'tested in accordance with ASTM D 698. The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Any mirnnr that has not been compacted shall not be left undisturbed for more than 30 minutes. The moisture content of the mixture at the start of compaction shall not be below nor more than 2 percent- age points above the optimum moisture content The optimum moisture content shall be determined in ac- cordance with ASTM D 698 and shall be less than that amount which will cause the mixture to become unstable during compaction and finishing. The material shall be sprinkled and rolled as directed by the Engineer. All irregularities, depressions, or weak spots which develop shall, be corrected immediately by scarifying the areas affected, adding or remov- ing material as required, and reshaping and recompaoting by sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, five from undulations and ruts, until other work is placed thereon or the work is accepted. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment After each section is completed, tests will be made by the Engineer. If the material fails to meet the density require- ments, it shall be reworked to meet these requirements. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and shall conform with the typical section shown on the plans and to the established lines and grades. Should the material, due to any reason or cause, lose the required stability, density, and fetish before the next course is placed or the work is accepted, it shall be recompacted and refinished at the sole expense of the Contractor. 155-6.5 FINISHING AND CURING. After the final layer or course of lime -treated subgrade has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The completed section shall then be finished by rolling, as directed, with a pneumatic or other suitable roller sufficiently,ii'ght to -prevent hair cracking. The finished surface shall not vary more than 3/8 inch (9 mm) 155 - 3 AC 150/5370-10A CHG 2 1112I90 when tested with a 16-foot (4.8 meter) straightedge applied parallel with and at right angles to the pavement center- line. Any variations in excess of this tolerance shall be corrected by the Contractor, at histher own expense, in a manner satisfactory to the Engineer. The completed section shall be moist -cured for a minimum of 7 days before further courses are added or any traffic is permitted, unless otherwise directed by the Engineer. Subsequent courses shall be applied within 14 days after the lime -treated subgrade is cured. 155-6.6 THICKNESS. The thickness of the lime -treated subgrade shall be determined by depth tests or cores taken at intervals so that each test shall represent no more than 300 square yards (250 square meters). When the base deficiency is more than 1/2 inch (12 mm), the Contractor shall correct such areas in a manner satisfactory to the Engineer. The Contractor shall replace, at his/her expense, the base material where borings are taken for test purposes. 155-6.7 MAINTENANCE. The Contractor shall maintain, at his/her own expense, the entire lime -treated sub - grade in good condition from the start of work until all the work has been completed, cured, and accepted by the Engineer. METHOD OF MEASUREMENT 155-7.1 The yardage of lime -treated subgrade to be paid for shall be the number of square yards (square meters) completed and accepted. 155-7.2 The amount of lime to be paid for shall be the number of pounds (kg) of hydrated lime (or the calculated dry -lime content of the lime slurry) used as authorized. BASIS OF PAYMENT 155-8.1 Payment shall be made at the contract unit price per square yard (square meter) for the lime -treated subgrade of the thickness specified. the price shall be full compensation for furnishing all material, except the lime, and for all preparation, delivering, placing and mixing these materials, and all labor, equipment, tools and inciden- tals necessary to complete this item. 155-8.2 Payment shall be made at the contract unit price per pound (kg) of lime. This price shall be full compen- sation for furnishing this material; for all delivery, placing and incorporation of this material; and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-155-8.1 Lime -treated subgrade—per square yard (square meter) Item P-155-8.2 Lime —per pound (kg) TESTING REQUIREMENTS ASTM D 698 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5 lb (2.49 kg) Rammer and 12-in. (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 2167 Density of Soil in Place by the Rubber-Ballon Method AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM C 977 Quicklime and Hydrated Lime for Soil Stabilization 155 - 4 r Modifications to PM IMM P-156 TEMPORARY AIR AND WATER POLLUTION SOIL EROSION. AND SILTATION CONTROL Item P-156 Temporary Air and Water Pollution, Soil Erosion and Siltation Control of the project i OM specifications shall be modified as follows: 1. Paragraph 156-1.1. Insert the following new paragraph: "The specified temporary air and water pollution, soil erosion and siltation control shall be performed in accordance with the requirements of this item and Item ER, TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL, of these specifications." 2. Paragraphs 156-4.1 and 156-4.2. Delete these paragraphs and insert the following: >F "Temporary air and water pollution, soil erosion and siltation control work required to satisfy this item shall be measured on a linear feet basis." 6 i 3. Paragraph 156-5.1. Delete this entire paragraph and insert the following "The performance of this work shall be paid at the contract price bid for satisfying G the requirements specified herein, ` and in Item ER, TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL, of these specifications. The price shall be full compensation for all necessary temporary air and water pollution, soil erosion, and siltation control ` measures, including maintenance and replacement of said measures as required r` during the project construction period. Payment will be made under: s Item P-156, Temporary Silt Fence, per linear foot." r� r + r . 2701 98 156 - a 2/17/89 AC 150/5370-t0A r►- ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION. 156--1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. 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, equip- ment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 GRASS. Grass which will not compete with the grasses sown later for permanent cover shall be ,.. a quick -growing species (such as ryegrass, Italian ryegrass. or cereal grasses) suitable to the area providing a temporary cover. 156-2.2 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. i 156-2.3 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. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble. portland cement r' concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 156-3.1 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 a shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, con- struction operations, and construction work are involved. 156 - 1 AC 160/6370-10A 2/17/89 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accom- plishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing; grading; construction; paving; and structures at watercourses. The 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 the Engineer. 156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erod- ible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate per- manent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156-3.4 -CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent ero- sion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the perma- nent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and per- formed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control meas- ures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by ana]kOs of project conditions. 156-2 2/17/89 AC 150/5370-10A E The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will ad- versely affect the sediment levels, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natu- ral or manmade channels leading thereto. METHOD OF MEASUREMENT 1S6-4.1 Temporary erosion and pollution control work required which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls will be performed as scheduled or ordered by the Engineer. Completed and accepted work will be measured as follows: 4 a. Temporary seeding and mulching will be measured by the square yard (square meter). b. Temporary slope drains will be measured by the linear foot (meter). c. Temporary benches, dikes, dams, and sediment basins will be measured by the cubic yard (cubic meter) of excavation performed, including necessary cleaning of sediment basins, and the cubic yard (cubic �.. meter) of embankment placed at the direction of the Engineer, in excess of plan lines and elevations. d. All fertilizing will be measured by the ton (kilogram). 15"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 the Contractor with costs included in the contract prices bid for the items to which they apply. G� ` BASIS OF PAYMENT iS6-S.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4.1 will be paid for under: Item P-156-5.1 Temporary seeding and mulching —per square yard (square meter) �. Item P-156-5.2 Temporary slope drains —per linear foot (meter) Item P-156-5.3 Temporary benches, dikes, dams and sediment basins —per cubic yard (cubic meter) Item P-156-5.4 Fertilizing —per ton (kilogram) Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05. 156 - 3 No Text 17MM ER TEMPORARY EROSION. SEDIMENTATION AND WATER POLLUTION PREVENTION AND CONTROL 1. DESCRIPTION This item shall govern the measures necessary to control soil erosion, sedimentation and water pollution which may degrade receiving waters including rivers, streams, lakes, playas, reservoirs, tidal f.. waters, groundwater and wetlands. The control measures contained herein shall be installed and maintained throughout the construction contract period, including any turf establishment period, and will be coordinated with the permanent or existing temporary pollution control features specified elsewhere in �.. the plans and specifications to provide effective and continuous water pollution control. These control measures shall not be used as a substitute for the permanent pollution control measures unless otherwise directed by the Owner in writing. The controls may include silt fences, dikes, dams, berms, sediment basins, mats, soil retention blankets, temporary seeding, mulch, channel liners, slope drains or other structural or non-structural water pollution controls. 2. MATERIALS 2-1 General The control measure materials will be as herein specified. The Owner may allow other materials and work as the need arises and as approved in writing. All control measure materials will be approved by the Owner prior to use on this project. 2-2 Silt Fenc Silt fence materials shall consist of the following: (a) r'c. The filter fabric shall be of nonwoven polypropylene, polyethylene or polyamide thermoplastic fibers with non -raveling edges. The fabric shall be nonbiodegradable, inert to most soil chemicals, ultraviolet resistant, unaffected by moisture or other weather conditions, and permeable to water while retaining sediment. The fabric shall be supplied in rolls with minimum width of 36 inches. The filter fabric will have the following physical characteristics: Minimum Weight: 4.5 oz./s.y. Maximum Water Flow Rate: 40 gal./s.f./minute Equivalent Opening Size (US standard sieve no.): 40 to 100 Minimum Burst Strength (ASTM D 3786): 300 psi Minimum Ultraviolet Resistance; Strength Retention (ASTM D 1682): 70 percent (b) P=. Posts will be painted or galvanized steel Tee or Y-poz, with anchor plates, not less than 5 feet in length with a minimum weight of 1.3 pounds per foot and a minimum Brinell hardness r- 2701-98 ER- 1 I of 143. Hangars shall be adequate to secure fence and fabric to posts. Posts and anchor plates will conform to ASTM A 702. C. Wire Fence. Wire fence will be welded wire fabric 2 x 4 - W 1.0 x W 1.0 and will conform to requirements of ASTM A 82 or A 496. 2-3 Sediment Containment Dikes Sediment containment dikes shall consist of the following: (a) HU Bales. "Hay Bales" will be free of Johnson grass or other nocuous weeds. The bales will consist of either hay or straw in good condition and be securely tied by wire. Stakes for anchoring bales will be #4 reinforcing bars, 1/2 inch steel pickets or 2 inch x 2 inch wooden stakes. Completed dikes will be at least 18 inches in height and will have sufficient weight and stability to prevent displacement by runoff. Hay bale dikes will not be allowed on paved areas, but may be used in unpaved drainage ways. b. Sand Bus. Fabric used to contain the sand may be permeable to water, but will be able to completely contain the sand within the bags. The fabric and seams will be of sufficient strength to prevent puncture or rupture when subjected to conditions which may be encountered during placement or when in place. Completed dikes will have sufficient weight and stability to prevent displacement by runoff. Sand bag dikes may be used in paved areas and/or unpaved areas. Dikes used in concrete drainage aprons or channels shall be constructed to a minimum height of 6-inch, and shall extend the full width of the apron or channel. Dikes used in unpaved drainage ways shall be constructed to a minimum height of 18-inches. 3. CONSTRUCTION METHODS 3-1 General The Owner's Representative has the authority to limit the disturbed surface area exposed by construction operations. The Contractor shall provide control measures as required to prevent or minimize impact to receiving waters and/or as directed by the Owner's Representative. The Contractor shall effectively prevent and control erosion and sedimentation on the site at the earliest practicable time. Control measures, where applicable, will be implemented prior to the commencement of each construction operation or immediately after the area has been disturbed. Control measures will remain in place throughout the construction period and any turf establishment period. Should the control measures fail to function effectively, the Contractor shall act immediately to bring the erosion and sedimentation under control by maintaining existing controls or by providing additional controls as directed by the Owner's Representative. When in the opinion of the Owner's Representative the site is adequately stabilized, the control measures will be removed and properly disposed of by the Contractor. All erosion, sediment and water pollution controls will be maintained in good working order. The Contractor shall provide a non-freezing rain gauge to be located at the project site. Within 24 hours 2701-98 ER - 2 r of a rainfall event of 0.5 inches or more as measured by the project rain gauge, the Contractor and Owner's Representative will inspect the entire project to determine the condition of the control measures. Sediment will be removed and devices repaired as soon as practicable but no later than 7 days after the surrounding exposed ground has dried sufficiently to prevent further damage from equipment needed for the repair. In the event of continuous rainfall over a 24-hour period, or other circumstances that preclude r•. equipment operation in the area, the Contractor will hand carry and install additional backup devices as determined by the Owner's Representative. The Contractor will remove silt accumulations and deposit the spoils in an area approved by the Owner's Representative as soon as practical. Any corrective action ,.. needed for the control measures will be accomplished in the sequence directed by the Owner's Representative, however areas adjacent to waterbodies shall generally have priority followed by devices protecting storm sewer inlets. The Contractor shall also conform to the following practices and controls: (a) Disposal areas, stockpiles, and haul roads used for this project, including areas not within the project limits, shall be constructed and maintained in a manner that will minimize and control the amount of sediment that may enter receiving waters. Disposal areas shall not be located in any wetland, waterbody or streambed. Construction roads may not be located in or cross any waterbody or streambed without prior approval of the Owner's Representative and shall be done in compliance with applicable rules and regulations. (b) Construction operations in rivers, streams, lakes, tidal water wetlands and other J waterbodies shall be restricted to those areas where it is necessary to perform the work shown on the plans. Wherever streams are crossed, temporary bridges, timber mats or other structures shall be used. (c) Protected storage for paints, chemicals, solvents, fertilizers and other potentially toxic materials will be provided by the Contractor and the location approved by the Owner's Representative. (d) Construction staging areas and vehicle maintenance areas shall be constructed by the Contractor in a manner to minimize the runoff of pollutants and their, location will be approved by the Owner's Representative. The Contractor shall prevent pollution of receiving waters with petroleum products or other hazardous or regulated substances. When work areas of material sources are located adjacent to a waterbody, control measures such as dikes, gabions, or rock berms, shall be used to keep sediment and other contaminants from entering the adjacent waterbody. Care shall be taken during the construction and removal of such barriers to minimize down -gradient sedimentation. r (e) All waterways shall be cleared as soon as practicable of temporary embankment, temporary bridges, matting, falsework, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. (f) Disturbance of vegetation shall be minimized and limited to only what is shown on the construction plans or as directed by the Owner's Representative in writing. r- 2701-98 ER - 3 r (g) Construction entrances shall be stabilized by the use of rock, timber matting or other acceptable techniques when necessary to minimize the off -site vehicle tracking of sediment. The Contractor shall clean paved surfaces as necessary to remove sediment which has accumulated on the roadway. 3-2 Silt Fence The filter fabric will be securely attached to the posts and the wire fence with the bottom 12 inches of filter fabric buried in a trench a minimum of 6 inches keep to prevent sediment from passing under the fence. When the fence is constructed on impervious material, a 12 inch flap of fabric will be extended upstream from the bottom of the silt fence and weighted to limit particulate loss. Vertical joints will be overlapped a minimum of 12 inches with the ends sewn or otherwise securely tied. No horizontal joints will be allowed in the filter fabric. The silt fence will be a minimum of 12 inches high. Posts will be embedded in the ground a minimum of 12 inches and spaced a maximum of 8 feet apart. Posts will be placed on a slight angle toward the anticipated runoff source. Torn or punctured fabric will be repaired by the placement of a patch consisting of an additional layer of fabric over the damaged area. The patch will overlap the damaged area a minimum of 12 inches in all directions and will be securely attached to the repaired fabric. 3-3 Sediment Containment Dikes The Contractor may select either bales or sand bag materials for the dikes, unless otherwise instructed. Bales or sand bags will be placed with ends tightly abutting. If placed in unpaved areas, the dike will be embedded in the soil a minimum of 4 inches and a maximum of 6 inches. Bales will be securely anchored in place by a minimum of 2 stakes per bale. Stakes will be angled toward the previously placed bale to force the bales together. Stakes will be embedded in the soil a minimum of 18 inches. Bales will not be used when underlying material such as concrete or asphalt prevents anchorage by stakes. If placed on paved surfaces, the dike will consist of sand bags placed with the ends tightly together. The sand bags will be placed side by side to a width as required to minimize sand bag movement or displacement during rainfall occurrences. 4. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Work performed as specified in this section will be measured and payment will be made under Item P-156, TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL, of these specifications. Payment will be full compensation for all work including the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the work, including maintaining, servicing or replacing the measures as required to comply with the requirements of this specification during the construction period. If the Contractor is required to install temporary erosion, sediment and water pollution control measures due to his negligence, carelessness, lack of maintenance, or failure to install permanent controls as a part of the work as scheduled, and are ordered in writing by the Owner's Representative, such work shall be performed at the Contractor's expense. 2701-98 ER - 4 i FM s In case of failure on the part of the Contractor to prevent and control soil erosion, sedimentation p� and water pollution which may degrade receiving water, the Owner reserves the right to employ outside assistance or to use Owner's forces to provide the necessary corrective measures. All costs including engineering costs will be deducted from any moneys due or to become due to the Contractor. END OF SECTION r 2701-98 ER-5 No Text f+ 2/17/89 _. AC 150/5370-10A ITEM P-209 CRUSHED AGGREGATE BASE COURSE DESCRIPTION 209-1.1 This item consists of a base course composed of crushed aggregates constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross sections shown on the plans. 4 MATERIALS 209-2.1 AGGREGATE. Aggregates shallconsist of clean, sound, durable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, vegetable matter, and other objectionable materials and shall contain no clay balls. Fine aggregate passing the No. 4 (4.75 mm) sieve shall consist of fines from the operation of crushing the coarse aggregate. If necessary, fine aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by crushing stone, gravel, or slag that meet the requirements for wear and soundness specified for coarse aggregate. The crushed slag shall be an air-cooled, blast furnace slag and shall have a unit weight of not less than 70 pounds per cubic foot (1.12 Mg/cubic meter) when tested in accordance with ASTM C 29. The crushed aggregate portion which is retained on the No. 4 (4.75 mm) sieve shall contain not more than 15 percent, by weight, of flat or elongated pieces as defined in ASTM D 693 and shall have at least 90 percent by weight of particles with at least two fractured faces and 100 percent with at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30' to count as two fractured faces. The percentage of wear shall not be greater than 45 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12 percent, after 5 cycles, when tested in accordance with ASTM C $8. i The fraction passing the No. 40 (0.42 mm) sieve shall have a liquid limit no greater than 25 and a plasticity �.. index of not more than 4 when tested in accordance with ASTM D 4318. The fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with ASTM D 2419. a. Sampling and Testing. Aggregates for preliminary testing shall be furnished by the Contractor prior to the start of production. All tests for initial aggregate submittals necessary to determine compliance with the specification requirements will be made by the Engineer at no expense to the Contractor. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during t production. The sampling points and intervals will be designated by the Engineer. The samples will be the i basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this sec- tion. In lieu of testing, the Engineer may accept certified state test results indicating that the aggregate meets specification requirements. Samples of aggregates to check gradation shall be taken by the Engineer at least once daily. Sampling shall - be in accordance with ASTM D 75, and testing shall be in accordance with ASTM C 136 and C 117. PM b. Gradation Requirements. The gradation (job mix) of the final mixture shall fall within the design lrange indicated in Table 1, when tested in accordance with ASTM C 117 and C 136. , The final gradation shall be continuously well graded from coarse to fine and shall not vary from the low limit on one sieve to f.. the high limit on an adjacent sieve or vice versa. 209 - 1 AC 150/5370-10A 2/17/89 TABLE 1, REQUIREMENTS FOR GRADATION OF AGGREGATE t j Design Range Sieve Size Percentage by Weight Job Mix Tolerances Percent Passing Sieves 2 in (50.0 mm) 100 1 t/z in (37.0 mm) 95-100 ! ± 5 1 in (25.0 mm) 70-95 I -} 8 3/4 in (19.0 mm) 55-85 ±8 No. 4 (4.75 mm) ; 30-60 ±8 No. 30 (0.60 mm) 12-30 I ±5 No. 200 (0.075 mm) 0-8 ±3 ' Where environmental conditions (temperature and availability of free moisture) indicate potential damage due to frost action, the maximum percent of material, by weight, of particles smaller than 0.02 mm shall be 3 percent. It also may be necessary to have a lower percentage of material passing the No. 200 sieve to help control the percentage of particles smaller than 0.02 mm. The job mix tolerances in Table 1 shall be applied to the job mix gradation to establish a job control grading band. The full tolerance still will apply if application of the tolerances results in a job control grading band outside the design range. The fraction of the final mixture that passes the No. 200 (0.075 mm) sieve shall not exceed 60 percent of the fraction passing the No. 30 (0.60 mm) sieve. CONSTRUCTION METHODS 209-3.1 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause shall be corrected at the Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen subgrade. 209-3.2 MIXING. The aggregate shall be uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper mois- ture content for compaction. 209-3.3 PLACING. The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader. The maximum depth of a compacted layer shall be 6 inches (150 mm). If the total depth of the compacted material is more than 6 inches (150 mm), it shall be constructed in two or more layers. In multi -layer con- struction, the base course shall be placed in approximately equal -depth layers. The previously constructed layer should be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer. 209-3.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed aggre- gate shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to'compact the material to the required density. The moisture content of the material during placing operations shall not be below, nor more than 1-1/2 percentage points above, the optimum moisture content as determined by ASTM [ I. 209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Aggregate base course shall be accepted for density on a lot basis. A lot will consist of one day's production where it is not expected to exceed 2400 square yards (2000 square meters). A lot will consist of one-half day's production where a day's production is expected to consist of between 2400 and 4800 square yards (2000 and 4000 square meters). 209 2 r Pal 2/17/89 AC 150/5370-10A Each lot shall be divided into two equal sublots. One test shall be made for each sublot. Sampling locations PM will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot will be accepted for density when the field density is at least 100 percent of the maximum density of laboratory specimens prepared from samples of the base course material delivered. to the job site. The ` specimens shall be compacted and tested in accordance with ASTM [ ]. The in -place field density r„ shall be determined in accordance with ASTM D 1556 or D 2167. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gage in accordance with ASTM D 2922. The gage should be field calibrated in accordance with paragraph 4 of ASTM D 2922. Calibration tests shall be conductedon the first lot of material placed that meets the density requirements. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The calibration curve furnished with the moisture gages shall be checked as described in paragraph 7 of ASTM D 3017. The calibration checks of both the density and moisture gages shall be made at the beginning of a job and at intervals as determined by the Engineer. If a nuclear gage is used for density determination, two random readings shall be made for each sublot. 209-3:6 FINISHING. The surface of the aggregate base course shall be finished by blading or with auto- mated equipment especially designed for this purpose. In no case will the addition of thin layers of material be added to the top layer of base course to meet grade. If the elevation of the top layer is 1/2 inch (12 mm) or more below grade, the top layer of base shall be scarified to a depth of at least 3 inches (75 mm), new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. 209-3.7 .SURFACE TOLERANCES. The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 16-foot (4.8 m) straightedge applied parallel with or at right angles to the centerline. Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 209-3.9 THICKNESS CONTROL. The completed thickness of the base course shall be within 1/2 inch (12 mm) of the design thickness. Four determinations of thickness shall be made for each lot of material placed. The lot size shall be consistent with that specified in paragraph 3.5. Each lot shall be divided into four equal sublots. One test shall be made for each sublot. Sampling locations Krill be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Where the thick- ness is deficient by more than 1/2 inch (12 mm), the Contractor shall correct such areas at no additional cost by excavating to the required depth and replacing with new material. Additional test holes may be required to identify the limits of deficient areas. 209-3.9 MAINTENANCE. The base course shall be maintained in a condition that will meet all specifica- 4 tion requirements until the work is accepted. Equipment used in the construction of an adjoining section may be routed over completed portions of the base course, provided no damage results and provided that the equipment is routed over the full width of the base course to avoid rutting or uneven compaction. 209 - 3 AC 150/5370-10A METHOD OF MEASUREMENT 2/17/89 209-4.1 The quantity of crushed aggregate base course to be paid for will be determined by measurement. of the number of [square yards (square meters)][cubic yards (cubic meters)] of material actually constructed and accepted by the Engineer as complying with the plans and specifications. [On individual depth measure - meets, thicknesses more than 1/2 inch (12 mm) in excess of the design thickness shall be considered as the specified thickness, plus 1/2 inch (12 mm) in computing the number of cubic yards (cubic meters) for payment.] BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per [square yard (square meter)][cubic yard (cubic meter)] for crushed aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-209-5.1 Crushed Aggregate Base Course -- per [square yard (square meter)][cubic yard (cubic meter)] TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Mag- nesium Sulfate ASTM C 117 Materials Finer than 75um (No. 200) Sieve in Mineral Aggre- gates by Washing ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM D 75 Sampling Aggregate ASTM D 693 Crushed Stone. Crushed Slag, and Crushed Gravel for Dry - or Water -Bound Macadam Base Courses and Bituminous Macadam Base and Surface Courses of Pavements. ASTM D 698 Moisture -Density Relations of Soils and Soil - Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in (305mm) Drop ASTM D 1556 Density of Soil in Place by the Sand - Cone Method ASTM D 1557 Moisture -Density Relations of Soils and Soil -Aggregate Mix- tures Using 10-lb (4.5kg) Rammer and 18 in (457 mm) Drop ASTM D 2167 Density of Soil in Place by the Rubber-Ballon Method ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2922 Density of Soil and Soil -Aggregate in Place by Nuclear Methods ASTM D 3017 Moisture Content of Soil and Soil -Aggregate in Place by Nu- clear Methods ASTM D 3665 Random Sampling of Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils 209 - 4 r-� P "A Modifications to TxDOT ITEM 345 ASPHALT STABILIZED'BASE (PLANT The Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges,1993, Item 345, Asphalt Stabilized Base (Plant Mix), shall be modified as follows: 1. Paragraph 345.2.(1)(a) Description. Delete reference to reclaimed asphalt pavement (RAP) in this paragraph. Delete any reference to RAP throughout this entire specification. 2. Paragraph 345.2.(2)(a) Asphaltic Stabilized Mixture. Delete -the first sentence in this paragraph, and insert the following: "Asphalt for the paving mixture shall be Viscosity Grade AC-10, in accordance with ASTM D3381." 3. Paragraph 345.2.(2)(c) Tack Coat. Delete this entire paragraph. Tack coats shall meet the requirements of Item P-603, BITUMINOUS TACK COAT, of these specifications. 4. Paragraph 345.3.(2) Grades. The gradation of the aggregate material shall conform to Grade 1. 5. Paragraph 345.4.(6) Motor Grader. Delete this entire paragraph. Spreading and/or finishing the asphalt stabilized base course material with a motor grader will not be approved. 6. Paragraph 345.6.(2) Tack Coat. Delete this entire paragraph. Tack: coats shall meet the requirements of Item P-603, BITUMINOUS TACK COAT, of these specifications. 7. Paragraph 345.6.(6)(a). In -Place Density. Add the following new subparagraph: "The asphalt stabilized base material shall be accepted for density in accordance with the requirements for acceptance sampling and testing in Item P401, PLANT MIX BITUMINOUS PAVEMENTS, of these specifications. Table 6, Sliding Scale Pay Factors, shall be revised as follows Average Percent Density Recommended Percent Pam n 96.0 and greater 100 percent 95.0 95.9 75 percent Less than 95.0 percent Reject 2701-98 345 - a r- 8. Paragraph 345.6.(8) Opening to Traffic. The completed asphalt stabilized base course shall not be opened to aircraft traffic. Construction traffic may be allowed on the course, however, the Contractor shall be responsible for protecting the course from damage due to traffic. The Contractor shall repair all areas damaged prior to application of the Item P-401, BITUMINOUS SURFACE COURSE. 9. Paragraph 345.8.(1) In the second subparagraph, revise reference to payment of tack coat. Tack coat shall be measured and paid for under Item P-603, BITUMI.NOUS TACK COAT, of these specifications. 10. Paragraph 345.8. Payment. Add the following new subparagraph: "Payment will be made under: TxDOT Item 345, 6-inch Asphalt Stabilized Base Course, complete, per ton." 345 - b ITEM 345 ASPHALT STABILIZED BASE (Plant Mix) 345.1. Description. This Item shall govern for the construction of a base course, subbase course or foundation course, each course being composed of a compacted mixture of aggregate and asphalt cement mixed hot in a mixing plant, in accordance with the details shown on the plans and the requirements herein. 345 - 1 345.2. Materials. The Contractor shall furnish materials to the project meeting the following requirements prior to mixing. Additional test requirements affecting the quality of individual materials, or the stabilized base, may be required when indicated on the plans. (1) Aggregate. (a) Description. The aggregate snail be composed of oat or more virgin (not previously used in construction) aggregates and/or reclaimed asphalt pavement (RAP). Samples of each aggregate shall be submitted for approval in accordance with Item 6, 'Control of Materials'. (b) Combined Materials. Where more than one virgin aggregate is used, test samples of each virgin aggregate will be proportionately combined prior to testing for Table 1 requirements, except for Los Angeles Abrasion, and crushed face requirements, unless otherwise shown on the plans. (c) Quality. Virgin aggregate for Grades 1 through 3 shall meet the quality requirements shown in Table 1. Grade 4 aggregate shall meet the quality requirements shown on the plans. Aggregate contained in RAP will not be required to meet Table 1 requirements except as shown on the plans. TABLE 1 Aggregate Quality Requirements' R ent Test Metbod Valve Loa Angeles Abrasion**, percent, maximum Tex4lO•A so Wet Ball Mill Value***, maximum Maximum increase Passing No. 40 Tex-116-8 50 20 Plasticity Index, maximum•••• Tex-106-13 li id Limit, maximum'••• Tex-104-6 Sand Equivalent Value, minimum Tax-203-F Eld • Sampled during delivery to the Plant, f m the stockpile or from the cold tEed. unkas otherwise down on the plans. Determined on individual materials when more than one materiel is to be used. •'• May be used in lieu of Los Angeles Abrasion when shown on the plans. •'•• Sampk preparstUm will be in accordance with -Tait Method Tax-101-EL 345-2 (d) Crushed Faces. When shown on the plans, virgin gravel &ball be so crushed as to have it minimum of 60 percent of tho particles retained on the No. 4 sieve with two or more mechanically induced crushed faces, as determined by Test Method Tex-460-A (Part I). (e) Reclaimed Asphalt Pavement (RAP). RAP is defined: as it salvaged, milled, pulverized, broken or crushed asphaltic pavement. The RAP to be used in the mix shall be crushed or broken to the extent that 100 percent will pass the 2 inch sieve. The stockpiled RAP shall not be contaminated by dirt or other objectionable materials. Unless otherwise shown on the plans, stockpiled.. crushed RAP must have either a decantation of no more than 5 percent, or a plasticity index of no more than I0, when tested in accordance with Test Method Tex-406-A, Part I, or Test Method Tex•106-E, respectively. This requirement applies to stockpiled RAP from which the asphalt has not been removed by extraction. State-owned RAP sources that are designated on the plans will be available for use by the Contractor. Only RAP from mate -owned sources will be allowed in mixes using more than 35 percent RAP, unless otherwise shown on the plans. When RAP sources are designated, either in stockpile or existing pavements, the approximate gradation, asphalt content, and asphalt cement properties of this material will be shown on the plans for material existing in pavements, or in a special provision 'Local Material Sources for Reclaimed Asphaltic Pavement' for material in existing stockpiles. Any Contmctor-owned RAP that is to be used on this project shall remain the property of the Contractor while stockpiled and shall not be intermingled with state-owned RAP stockpiles. Any uuaused Contractor - owned RAP material aball be removed from the project site upon completion of the project. Excess RAP removed from designated sources will remain the property of the State and will be delivered to stockpile locations shown an the plans. (2) Asphaltic Material. (a) Asphaltic Stabilized Mixture. Asphalt cement for the asphaltic stabilized mixture shall be of the grade shown on the plans or designated by tho Engineer and shall meet the requirements of Item 300, "Asphalts, Oils r 345-3 and Emulsions". The Contractor shall notify the Engineer of the source of tho asphaltic material prior to design of the asphaltic stabilized mixture. This source shall not be changed during the course of the project without the authorization of the Engineer. Should the source of asphaltic material be changed, the moisture resistance of the new material combination will be evaluated to verify that the requirements of Subarticlo 345.3(1) are met. (b) RAP Stabilized Mixture. When more than 35 percent RAP is used in the produced mixture, the asphalt in the RAP shall be restored to the properties indicated below. Restoration will be made by adding asphalt recycling agent and/or virgin asphalt cement meeting the requirements of Item 300, "Asphalts; ails and Emulsions". The mixture design will include recovery of asphalt from the RAP in accordance with Test Method Tax-211-F. The recovered asphalt shall be blended in the laboratory with the amount of asphalt cement and/or asphalt recycling agent selected for the project. The following tests shall be performed on the laboratory blend: 1. Viscosity, 140 F. poises - Test Method Tex-528-C 2. Thin Film Oven Aging Test - Test Method Tex-510-C 3. Viscosity, 140 F, poises, on residue from the Thin Film Oven Aging Test - Test Method Tex-528-C 4. Penetration at 77 F, 100 g, 5 sec, on residue from the Thin Film Oven Aging Test - Test Method Tex-502-C The viscosity in poises equivalent to the residue penetration at 77 F shall be calculated as set forth in Test Method Tex-535-C. The viscosity index of the residue shall then be calculated as follows: Residue Viscosity, poises, Residue Viscosity Index = gouivalent to Penetration at 77 F Residue Viscosity, 140 F, poises The aging index of the laboratory blended asphalt shall be determined as follows: Aging Index— Residue Viscosity. 140 F. poises Original Viscosity, 140 F, poises 345-4 i The laboratory blended asphalt shall meet the following requirements: Residue Viscosity Index, maximum. ...... 1500 Aging Index, maximum .......................3.0 Samples of asphalt recovered from plant produced mix shall show the asphalt to meet the following requitement when tested in accordance with Test Methods Tex 211 F and Tex•502-C. Minimum Maximum Penetration, 77 F 100 g, 5 sec 30 55 (c) Tack Coat. Asphaltic materials shown as the plans or approved by the Engineer shall meet the requirements of Item 300, `Asphalts, Oils and Emulsions". (3) Additives. Additives to facilitate mixing and/or improve the quality of the asphaltic mixture or tack coat shall be used when noted on the plans or may be used with the authorization of the Engineer. Unless otherwise shown on the plans, the Contractor may choose to use either lime or liquid antistripping agent to reduce the moisture susceptibility of the aggregate. The evaluation and addition of andst:ipping agent will be in accordance with Item 301, 'Asphalt Antistripping Agents% 345.3. Asphalt Stabilized Nrmtw . The asphalt stabilized mixtures shall consist of a uniform mixture of aggregate, hot asphalt cement, and additives if allowed or required. An asphalt mixture design is a laboratory process which includes the determination of the quality of the asphalt and the aggregates, and the testing of the combined mixture. (1) Mixture Design. The Contractor sball furnish the Engineer with representative samples of the materials to be used in production. Using these matetials,'the mix will be designed in accordance with Test Method Tex-126-E to conform with the requirements herein. The Engineer will furnish the mix design for the mixture. The Engineer may accept a design from the Contractor which was derived using these design procedures. c 345 - 5 The second and subsequex►t mixture designs or partial designs for each grade of stabilized mixture which are necessitated by changes in the material or at the request of the Contractor will be charged to the Contractor when a .irate is shown on the plans. When properly proportioned, for the grade specified, the blend of aggregates shall produce an aggregate gradation which will conform to the limits of the master grading shown in Table 2. The gradation of the aggregate will be determined in accordance with Test Method Tex-200-F. Part I (Dry Sieve Analysis). Unless otherwise shown on the plans, the mixture of aggregate, asphalt and additives proposed for use will be evaluated in the design stage for moisture susceptibility, in accordance with Item 301, 'Asphalt Antistripping Agents'. The Engineer may waive this test if a similar design, using the same ingredients, has proven satisfactory. To substantiate the design, trial mixtures shall be produced and tested using all of the proposed project materials and equipment prior to any placement. The Engineer may waive trial mixtures if similar designs have proven satisfactory. The mixture shall contain between 3.0 and 9.0 percent asphalt when designed in ammdance with Test Method Tex-126-E. At optimum asphalt content, the design specimens shall have the following minimum strength when tested in accordance with Test Method Tex-126-E: SLOW GRADE STRENGTH, PSI 1 SO 2 40 3 30 4* 30 * Unless a higher minimum strength is Fbown on the plans (2) Grades. The aggregate gradation shall conform to the master grading limits shown in Table 2 for the grade of mix specified on the plans. 345 - 6 r TABLE 2 MASTER GRADING Percent Passing by Weight Sere Sae GRADE 1 3 3 4 1-3/4' 100 100 AS SHOWN ON pis 1-112' 100 W100 1' 90-100 3/8- 45-70 No.4 30-55 2S-55 No.40 3S-30 1S-40 1S-40 (3) Tolerances. Gradation approval may be based on stockpile samples if a single stockpile is used. If more than one stockpile is used, the r, mixture will be tested in accordance with Test Method Tex-210-F or Test Method Tex 228-F will be used in conjunction with combined cold feed belt samples tested in accordance with Test Method Tex-229-F. Other methods of proven accuracy may too used. The method of test will be determined by the Engineer. However, mixtures produced by weigb-batch plants and all mixtures containing RAP will be tested for gradation in accordance with Test Method Tex-210-F. The gradation of the aggregate shall not vary from the master grading limits for the specified grade except that a tolerance of 2 percent is allowed on the sieve size for each mixture grade which &bows 100 percent passing in Table 2. The asphalt content shall not vary by more than 0.5 percent from that designated by the Engineer using Test Method Tex 210-F or Test Method Tex-228-F. When disagreements concerning determination of specification compliance occur between allowed sampling and testing procedures, extracted aggregate testing shall take precedonce aver cold feed belt sampling. If the mixture produced varies from the master grading limits aad/or the asphalt content tolerance, adjustments shall be made by the Contractor until the mixture meets these requirements. f 345 - 7 345.4. Equipment. (1) General. All equipment for the handling of all materials, mixing, placing and compacting of the mixture shall be maintained in good repair and operating condition and subject to the approval of the Engineer. Any equipment found to be defective and potentially having a negative effect on the quality of the paving mixture will not be allowed. (2) Mixing Plants. Mixing plants may be the weigh -batch type, the modified weigh -batch type, the, drum -mix typo, or the specialized recycling typo. All plants shall be equipped with satisfactory conveyors, power units, mixing equipment, aggregate handling equipment, bins and dust collectors. Automatic proportioning devices are required for all plants and ahall be in accordance with Item 520, 'Weighing and Measuring Equipment'. It shall be the Contractor's responsibility to provide safe and accurate means to enable inspection forces to take all required samples, to provide permanent means for checking the output of any specified metering device, and to perform calibration and weight checks as required by the Engineer. When cold feed belt sampling is to be used for gradation testing. occasional stoppage of the belt may be necessary unless other means of sampling are approved by the Engineer. When using fuel oil heavier than Grade No. 2, or waste oil, the Contractor shall insure that the fuel delivered to the burner is at a viscosity of 100 SSU or less, when tested in accordance with Test Method Tex-534- C, to insure complete burning of the fuel. Higher viscosities will be allowed if recommended by the burner manufacturer. If necessary, the Contractor &hall preheat the oil to maintain the required viscosity. The Contractor shall provide means for obtaining a sample of the fuel, just prior to entry into the burner, in order to perform the viscosity test. The Contractor shall perform this test or provide a laboratory test report that will establish the temperature of the fuel necessary to meet the viscosity requirements. There shall be an in -line thermometer to check the temperature of the fuel delivered to the burner. Regardless of the burner fuel used, the burner or combination of burners and types of fuel used shall provide a complete burn of the fuel and not leave any fuel residue that will adhere to the heated aggregate or become mixed with the asphalt. 345 - 8 {a) Weigh -Batch Type. Cold Aggregate Bin Unit and Proportioning Device. The cold aggregate bin unit shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one bin to another. Thera shall be vertical partitions between each bin and on each end of the bins of sufficient height so that any overflow will be to the front and back and not allow overflow to the aides or between bins. Overflow that might occur shall not fall onto any feeder belt. The proportioning device shall provide a uniform and continuous flow of aggregate in the desired proportion to the dryer. Each aggregate shall be proportioned from a separate bin. If RAP is used, a separate cold bin shall be required. 'The RAP food system ahall be equipped with a scalping screen to remove particles over 2 inches in size. The cold bin system &hall supply the proper amount of RAP to the weigh box. RAP will not be allowed in the hot bins. Dryer. The dryer shall continually agitate the aggregate during heating. The temperature shall be controlled so that the aggregate will not be damaged in the drying and heating operations. no dryer shall be of sufficient am to keep the plant in continuous operation. Screening and Proportioning. The screening capacity and size of the hot aggregate bins shall be sufficient to screen and store the amount of aggregate required to properly operate the plant and keep the plant in continuous operation at full capacity. The hot bins shall be constructod to that oversize and overloaded material will be discarded through overflow chutes. Provisions shall be made to enable inspection forces to have easy and safe scow to the proper location on the mixing plant where representative samples may be taken from the hot bins for testing,. The plant shall be equipped with at least three hot bins. The aggregate shall be separated into the number of bins indicated on the plans or as dira..-ted by the, Engineer. Aggregate Weigh Box and Batching Scale. The aggregate; weigh j^ box and botching scales shall be of sufficient capacity to hold and weigh a complete batch of aggregate. The weigh box and scales shall conform to the requirements of Item 520, 'Weighing and Measuring Equipment% k F 345 — 9 Asphaltic Material Measuring System. If an asphaltic material bucket and scales are used, they shall be of sufficient capacity to hold and weigh the necessary asphaltic material for one batch. The bucket and scales WWI conform to the requirements of Item 520, "Weighing and Measuring Equipment'. If a pressure type flow meter is used to measure the asphaltic material, the requirements of Item 520. 'Weighing and Measuring Equipment', small apply. This system shall include an automatic temperature compensation device to insure a constant percent by weight of asphaltic material in the mixture. provisions of a permanent nature shall be made for checking the accuracy of the asphaltic material measuring device. The asphalt line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line near the temperature specified for the asphaltic material. P&xer. The mixer shall be of the pugmill type and shall have a capacity of not less than 3,000 pounds (of natural -aggregate mixture) in a single batch, unless otherwise shown on the plans. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough and uniform mixture with the asphaltic material shall not be used. All mixers shall be provided with an automatic timer that will lock the discharge doors of the mixer for the required mixing period. The dump door or doors and the shaft seals of the mixer shall be tight caough to prevent spilling of aggregate or mixture from the pugmill. Surge -Storage System and Scales. A surge -storage system may be used to minimize the production interruptions during the normal day's operations. A device such as a gob hopper or other device approved by the Engineer to prevent segregation in the surge -storage bin shall be used. The mixture shall be weighed upon discharge from the surge -storage system. When a surge -storage system is used, scales shall be standard platform truck scales or other equipment such as weigh hopper (suspended) scales and shall conform to Item 520, 'Weighing and Measuring Equipment% If truck scales arc used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. 345 - 10 Recording Device and Record Printer. The mixture shall be weighed for payment. If a surge -storage system is used, an automatic recording device and a digital record printer shall be provided to indicate the date, project identification number, vehicle identification, total weight of the load, tare weight of the vehicle, the weight of asphaltic mixture in each load and the number of loads for the day, unless otherwise indicated on the plans. When surge -storage is not used, batch weights will be used as the basis for payment and automatic recording devices and automatic digital record printers in accordance with Item 520, 'Weighing and Measuring Equipment', shall be required. N Modified Weigh -Batch Type. General. This plant is similar to the weigh -batch type plant. The hot bin screens shall be removed and the aggregate controls placed at the r cold feeds. The cold feed bins shall be the same as those required for the drum -mix type plant. Cold -Aggregate Bin Unit and Feed System. The number of bins in the cold -aggregate bin unit shall be equal to or greater thaw the number of stockpiles of individual materials to be used. The bins shall be of sufficient size to atone the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one bin to another. There shalt be vertical partitions between each bin and on each end of the bins of sufficient height so that any overflow will be to the front and back and not allow overflow to the sides or between bins. Overflow that might occur shall not fall onto any feeder belt. When required by the Engineer, an approved stationary scalping screen shall be placed on top of the field sand bin to eliminate roots and other objectionable material. The feed system shall provide a uniform and continuous flow of aggregate in the desired proportion to the dryer.. The Contractor shall furnish a chart indicating the calibration of each cold bin in accordance with Construction Bulletin C-14, or other methods of cold bin calibration acceptable to the Engineer. If RAP is used, a separate cold bin shall be required. The RAP feed system shall be equipped with a scalping screen to remove particles over 2 r inches in size. The cold bin system shall supply a uniform and proper amount of RAP to the mixture. The RAP ahall be added to the hot aggregate either prior to or at the weigh box. If added prior to the weigh box, the system shall include means acceptable to the Engineer to verify that the correct amount of RAP is continuously being fed. 345-11 Scalping Screen. A scalping screen shall be required after the cold feeds and ahead of the hot aggregate surge bins. Dryer. The dryer shall continually agitate the aggregate during heating. The temperature shall be controlled so that the aggregate will not be damaged in the drying and heating operations. The dryer shall be of sufficient size to keep the plant in continuous operation. Screening and Proportioning. The hot aggregate shall not be separated into sizes after being dried. There shall be one or more surge bins provided between the dryer and the weigh hopper. Surge bins shall be of sufficient size to hold enough combined aggregate for one complete batch of mixture. Aggregate Weigh Box and Batching Scale. The aggregate weigh box and batching scales shall be of sufficient capacity to hold and weigh a complete batch of aggregate. The weigh box and scales shall conform to the requirements of Item 520, 'Weighing and Measuring Equipment'. Asphaltic Material Measuring System. If an asphaltic material bucket and scales are used, they shall be of sufficient capacity to hold and weigh the necessary asphaltic material for one batch. The bucket and scales shall conform to the requirements of Item 520, "Weighing and Measuring Equipment'. If a pressure type flow meter is used to measure the asphaltic material, the requirements of Item 520, "Weighing and Measuring Equipment', shall apply. This system shall include an automatic temperature compensation device to insure a constant percent by weight of asphaltic material in the mixture. Provisions of a permanent nature shall be made for checking the accuracy of the asphaltic material measuring device. The asphalt line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line near the temperature specified for the asphaltic material. Mixer. The mixer shall be of the pugmill type and shall have a capacity of not less than 3,000 pounds (of natural -aggregate mixture) in a single batch, unless otherwise shown on the plans. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough and uniform mixture with the asphaltic material shall not be used. All mixers shall be provided with an automatic timer that will lock the discharge doors 345 -_12 r of the mixer for the required mixing period. The dump door or doors and the shaft seals of the mixer shall be tight enough to prevent spilling of aggregate or mixture from the pugmill. Surge -Storage System and Scales. A surge -storage system may be used to minimize the production interruptions during the normal days operations. A device such as a gob hopper or other device approved by the Engineer to prevent segregation in the surgo-storago bin shall be used. The mixture shall be weighed upon discharge from the surge -storage system. When a surge -storage system is used, scales shall be standard platform truck scales or other equipment such as weigh hopper (suspmded) scales and shall conform to Item 520, 'Weighing and Measuring Equipment'. If truck scales jare used, they shall be placed at a kx.ation approved by the Engineer. ' If'other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. Recording Device and Record Printer. The mixture shall be weighed for payment. If a surge -storage system is used, an automatic recording device and a digital record printer shall be provided to indicate the date, project identification number, vehicle identification, total weight of the load, tare weight of the vehicle, the weight of asphaltic mixture in each load and the number of loads for the day, unless otherwise indicated on the plans. When surge -storage is not used, batch weights will be used as the basis for payment and automatic recording devices and automatic t digital record printers in accordance with Item 520, 'Weighing and l Measuring Equipment', shall be required. F(e) Damn -Mix Type. General. The plant shall be adequately designed and constructed for r• the process of mixing aggregates and asphalt. The plant shall be equipped with satisfactory conveyors, power units, aggregate -handling equipment and feed controls. Cold -Aggregate Bin Unit and Feed System. The number of bins in the cold -aggregate bin unit shall be equal to or greater than the cumber of stockpiles of individual materials to be used. The bins shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to r• prevent overflow of material from one bin to another. There shall be I r- 345-13 vertical partitions between cacti, bin and on each end of the bins of sufficient height so that any overflow will be to the front and back and not allow overflow to the sides or between bins. Overflow that might occur shall not fall onto any foeder belt. When required by the Engineer, an approved stationary scalping screen shall be placed on top of the field sand bin to eliminate roots and other objectionable material. The feed system shall provide a uniform and continuous flow of aggregate in the desired proportion to the mixer. The Contractor shall furnish a chart indicating the calibration of each cold bin in accordance with Construction Bulletin C-14, or other methods of cold bin calibration acceptable to the Engineer. The system shall provide positive weight measurement of the combined cold -aggregate feed by use of belt scales or other approved devices. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device as required by Item 520, 'Weighing and Measuring Equipment% When a belt scale is used, mixture production shall be maintained so that the scale normally operates between 50 percent and 100 percent of its rated capacity. Belt scale operation below 50 percent of the rated capacity may be allowed by the Engineer if accuracy checks show the scale to meet the requirements of Item 520, *Weighing and Measuring Equipment', at the selected rate. It shall be satisfactorily demonstrated to the Engineer that mixture uniformity and quality have not been adversely affected. If RAP is used, a separate cold bin shalt be required. The RAP feed system shall be equipped with a scalping screen to remove particles over 2 inches in size prior to the weighing device. There shall be adequate cold bin controls to provide a uniform amount of RAP to the mixture. When RAP is used, positive weight measurement of RAP shall be provided by the use of belt scales or other approved devices. Scalping Screen. A scalping screen shall be required after the cold feeds and ahead of the combined aggregate belt scales. Asphaltic Material Measuring System. An asphaltic material measuring device meeting the requirements of Item 520, 'Weighing and Measuring Equipment, shall be placed in the asphalt line leading to the mixer so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device output. The asphalt line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line near the temperature 345 - 14 r specified for the asphaltic material. The measuring system 441 include an automatic temperature compensation device to maintain a constant percent by weight of asphaltic material in the mixture. Synchronization Equipment for Feed -Control Systems. no asphaltic material feed -control shall be coupled with the total aggregate weight measuring device to automatically vary the asphalt -feed rate in order to maintain the required proportion. M ing System. The mixing system shall control the temperature so that the aggregate and asphalt will not be damaged in the drying, heating sad mixing operations. A continuously recording thermometer shall be provided which will indicate the temperature of the mixture as it leaves the mixer. Surge -Storage System and Scales. A surge -storage system shall be used to minimize the production interruptions during the normal day's operations. A device such as a gob hopper or other device approved by the Engineer to prevent segregation in the surge -storage bin shall be used. The mixture ahall be weighed upon discharge from the surge -storage system. Scales shall be standard platform truck scales or other equipment such as weigh hopper (suspended) scales and shall conform to Item 520, "Weighing and Measuring Equipment'. If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. Recording Device and Record Printer. Automatic recording devices and automatic digital record printers shall be provided to indicate the date, project identification number. vehicle identification, total weight of the load, tare weight of the vehicle, the weight of asphaltic mixture in each load and the number of loads for the day in accordance with hem 520, 'Weighing and Measuring Equipment', unless otherwise shown on the per• (d) Specialized Recycling Type. General. Alternate methods of heating may be used which will not abnormally age the asphalt cement. This type of plant shall be captble of continually producing a minimum of 150 tons per hour of completed asphalt mixture that will meet all the requirements of this specification. 345-15 Cold -Aggregate Bin Unit and Feed System. The cold -aggregate feed system and controls shall meet all the requirements as listed under the drum -mix type plant. Scalping Screen. A scalping screen shall be required after the cold feeds and ahead of the combined aggregate belt salts. Dryer. The dryer shall continually agitate the RAP and aggregate during heating. The temperature shall be controlled so that the aggregate and asphalt will not be damaged in the drying and heating operations. The dryer shall be of sufficient site to keep the plant in continuous operation. Asphalt Material Measuring System. An asphaltic material measuring device meeting the requirements of Item 520, 'Weighing and Measuring Equipment', shall be placed in the asphalt line leading to the mixer so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device output. The asphalt line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line near the temperature specified for the asphaltic material. The measuring system shall include an automatic temperature compensation device to maintain a constant percent by weight of asphaltic material in the mixture. Synchronization Equipment for Feed -Control Systems. The asphaltic material feed -control shall be coupled with the total aggregate weight measuring device to automatically vary the asphalt -feed rate in order to maintain the required proportion. Mixes. The mixer shall be of the continuous mechanical mixing type. Any mixer that has a tendency to segregate the mixture or fails to secure a thorough and uniform mixture shall not be used. A continuously recording thermometer shall be provided which will indicate the temperature of the mixture as it leaves the mixer. Surge -Storage System and Scales. A surge -storage system shall be used to minimize the production interruptions during the normal day's operations. A device such as a gob hopper or other device approved by the Engineer to prevent segregation in the surge -storage bin shall be used. The mixture shall be weighed upon discharge from the surge -storage system. 345 - 16 7 Scales shall be standard platform truck scales or other equipment such as weigh hopper (suspended) scales and shall conform to Item 520. 'Weighing and Measuring Equipment'. If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight chocks by truck scales for the basis of approval of the equipment. Recording Device and Record Printer. Automatic recording devices and automatic digital record printers shall be provided to indicate the date, projoct identification number, vehicle identification, total weight of the load, rue weight of the vehicle, the weight of asphaltic mixture in each load and the number of loads for the day in accordance with heat 520, 'Weighing and Measuring Equipment', unless otherwise shown cc the plans- (3) Asphaltic Material Heating Equipment. Asphaltic nmterisl beating equipment shall be adequate to beat the required amount of asphaltic material to the desired temperature. The heating apparatus ahsll be equipped with a continuously recording thermometer with a 24-hour chart that will record the temperature of the asphaltic material at the location of highest temmperatum. (d) Spreading and Finishing Machine. The spreading and finishing machine shall be approved by the Engineer and shall meet the requirements indicated below. (a) Screed Unit. Time spreading and finishing machine shall be equipped with a heated compacting screed. It shall produce a finished surface meeting the requirements of the typical cross sections and the surface tests. Extensions added to the screed shall be provided with the same compacting action and heating capability as the main screed unit, except for use on variable depth tapered areas and/or as approved by the Engineer. The spreading and finishing machine shall be equipped with an approved automatic dual longitudinal screed control system and automatic L transverse screed control system. The longitudinal controls shall be capable of operating from any longitudinal grade reference including a atringline, ski, mobile stringline, or matching shoe. F 345 - 17 The Contractor shall furnish all equipment required for grade reference. It shall be maintainod in good operating condition by personnel trainod in the use of this type of equipment. The grade reference used by the Contractor may be of any type approved by the Engineer. Control points, if required by the plans, shall be established for the finished profile in accordance with Item 5, "Control of the Work% These points shall be set at intervals not to exceed 50 feet. The Contractor shalt set the grade reference from the control points. The grade reference shall have sufficient support so that the maximum deflection shall not exceed 1/16 inch between supports. (b) Tractor Unit. The tractor unit shall be equipped with a hydraulic hitch sufficient in design and capacity to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. No portion ' of the weight of hauling equipment, other than the connection, shall be supported by the asphalt paver. No vibrations or other motions of the loading equipment, which could have a detrimental effect on the riding quality of the completed pavement, shall be transmitted to the paver. The use of any vehicle which requires dumping directly into the finishing machine and which the finishing machine cannot push or propel to obtain the desired lines and grades without resorting to hand finishing will not be allowed. (5) Material Transfer Equipment. Equipment to transfer mixture from the hauling units or the roadbed to the spreading and finishing machine will be allowed unless otherwise shown on the plans. A specific type of material transfer equipment shall be required when shown on the plans. (a) Windrow Pick -Up Equipment. Windrow pick-up equipment shall be constructed in such a manner that substantially all the mixture deposited on the roadbed is picked up and loaded into the spreading and finishing machine. The mixture shall not be contaminated with foreign material. The loading equipment shall be designed so that it does not interfere with the spreading and finishing machine in obtaining the required line, grade and surface without resorting to hand finishing. 345 - 18 r (b) Material Feeding System. Material feeding systems "I be designed to provide a continuous slow of uniform mixture to the spreading and finishing machine. ; When use of a material feeding system 'is required on the plans, it shall meet the storage capacity, remixing capability, or other requirements shown on the plans. (6) Motor Grader. 'The motor grader, when used, shall be a self- propelled power motor grader and shall be equipped with smooth tread pneumatic tired wheels, unless otherwise directed. It shall have a blade length of not less than 12 feet and a wheelbase of not less than 16 feet. (7) Rollers. Rollers provided shall meet the requirements for their type as follows; (a) Pneumatic Tire Roller. The roller shall be an acceptable medium pneumatic tire roller conforming to the requirements of Item 213, 7 'Rolling (Pneumatic Tire)% Type B, unless otherwise specified on the plans. Pneumatic -tire rollers used for compaction shall provide a minimum 80 psi ground contact pressure. When used for kneading and sealing the surface only, they shall provide a minimum of SS psi ground contact l pressure. �''' (b) Two -Axle Tandem Roller. Ibis roller shall be an acceptable I; self-propelled tandem roller weighing not less than 8 tons. (c) Three -Wheel Roller. This roller shall be an acceptable self- propelled three wheel roller weighing not less than 10 tons. (d) Three -Axle Tandem Roller. This roller shall be an acceptable self-propelled three axle roller weighing not less than 10 tons. (e) Trench Roller. This roller shall be an acceptable self-propelled r•• trench roller equipped with a sprinkler for keeping the wheels wet and an i adjustable road wheel so that the roller may be kept level during rolling. The drive wheel shall be not less than 20 inches wide. The roller under working conditions shall produce not less than 325 pounds per linear inch of roller width and be so geared that a speed of approximately 1.8 miles per ` hour is obtained in low gear. (I) Vibratory Steel -Wheel Roller. This roller shall have a minimum weight of 6 tons. The compactor shall be equipped with amplitude and frequency controls and slW1 be specifically designed to compact the material an which it is used. 7 345 - 19 (8) Straightedges and Templates. When directed by the Engineer, the Contractor shall provide acceptable 10 foot straightedges for surface testing. Satisfactory templates shall be provided as required by the Eaguieer. (9) Alternate Equipment. When permitted by the Engineer, equipment other than that specified herein which will consistently produce satisfactory results may be used, 34S.S. Stockpiling, Storage and Mixing. (1) Stockpiling of Aggregates. Prior to stockpiling of aggregates, the area shall be cleaned of trash, weeds, grass and shall be relatively smooth and well drained. The stockpiling aha l be done in a manner that will minimize aggregate degradation, segregation, mixing of one stockpile with another, and will not allow contamination with foreign material. The plant shall have at least a two-day supply of aggregates on hand before production can begin and at least a two-day supply shall be maintained through the course of the project, unless otherwise approved by the Engineer. No stockpile shall contain aggregate from more than one source. Prior to starting RAP stockpiling operations, the Contractor shall develop and submit in writing to the Engineer an acceptable stockpile production procedure and management plan which will ensure that a . homogeneous stockpile of RAP is available. Stockpiles of Contractor - owned RAP material shall be completely established at the plant site prior to submission of mixture design samples and shall be of sufficient quantity to meet the material requirements of the project for which they are prepared. When shown on the plans, plant site stockpiles composed of RAP from designated sources shall be of the minimum size shown on the plans prior to submission of mixture design samples. When required by the Engineer, additional material shall not be added to stockpiles that have previously been sampled for approval. Equipment of an acceptable size and type shall be furnished to work the stockpiles and prevent segregation and degradation of the aggregates. (2) Storage and Heating of Asphaltic Materials. The asphaltic material storage capacity shall be ample to meet the requirements of the 345 - 20 plant. Asphalt shall not be heated to a temperature in excess of that specified in Item 30D, "Asphalts, Oils and Emulsions". All equipment used in the storage and handling of asphaltic material shall be kept in a clean condition at all tines and shall be operated in such a manner that them will be no contamination with foreign matter. (3) Feeding and Drying of Aggregate. The feeding of various sizes of aggregate and RAP, if applicable, to the dryer shall be done through the cold aggregate bins and the proportioning device in such a manger that a uniform and constant flow of materials in the required proportions will be maintained. The aggregate shall be dried and heated to the temperature necessary to produce a mixture having the specified temperature. (d) Mixing and Storage. (a) Weigh -Batch PlanL In introducing the batch into the mixer, all aggregate shall be introduced first and shall be mixed thoroughly for a minimum period of five seconds to uniformly distribute the various sins throughout the batch before the asphaltic material is added. The asphaltic material shall then be added and the mixing continued for a wet mixing period of not less than 1S seconds. The mixing period shall be increased if, in the opinion of the Engineer, the mixture is not uniform or the aggregates ate not properly coated. Temporary storing or holding of the asphaltic mixture by the surge - storage system will be permitted during the normal day's operation. Overnight storage will not be permitted unless authorized is the plans or in EEE writing by the Engineer. The mixture coming out of the surge -storage bin shall be of equal quality to that coming out of the mixer. (b) Modified Weigh -Batch Plant. The mixing and storage requirements shall be the same as is required for a standard weigh -batch plant. (c) Drum -Mix Plant. The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixing unit shall be to coordinated that it uniform mixture of the specified grading and asphalt content will be produced. 345 - 21 6 r . Temporary storing or holding of the asphaltic mixture by the surge - storage system will be required during the normal day's operation. Overnight storage will not be permitted unless authorized on the plans or by the Engineer. The mixture coming out of the surge -storage bin shall be of equal quality to that coming out of the mixer. (d) Specialized Recycling Plant. The mixing and storage requirements shall be the same as that stated for the drum -mix plant. (e) Discharge Temperature. The Engineer will select the target discharge temperature of the mixture between 225 F and 350 F. The mixture, when discharged from the mixer, shall not vary from this selected temperature more than 25 F, but in no case shall the temperature exceed 360 F. (f) Moisture Content. The mixture produced from each type of mixer shall have a moisture content not greater than 1 percent by weight when discharged from the mixer, unless otherwise shown on the plans and/or approved by the Engineer. The moisture content will be determined in accordance with Test Method Tex-212-F. (g) RAP. If RAP is used, it shall be nixed and blended so that there is no evidence of unseparated particles in the mixture as it leaves the mixer. 345.6. Construction Methods. (1) General. It than be the responsibility of the Contractor to produce, transport, place and compact the specified paving mixture in accordance with the requirements herein. The asphaltic mixture, when placed with a spreading and finishing machine, or the tack coat shall not be placed when the air temperature is below 50 F and is falling, but it may be placed when the air temperature is above 40 F'and is rising. The asphaltic mixture, when placed with a motor grader, shall not be placed when the air temperature is below 60 F and is falling, but may be placed when the air temperature is above 50 F and is rising. heat. The air temperature will be taken in the shade away from artificial 345'- 22 II It is further provided that the tack coat or asphaltic mixture shall be placed only when the humidity, general weather conditions and temperature and moisture condition of the base, in the opinion of the Engineer, are suitable. If, after being discharged from the mixer and prior to placing, the temperature of the asphaltic mixture is 50 F or more below the selected ` discharge temperature established by the Engineer, all or any part of the load may be rejected and payment will pot be made for the rejected material. (2) Tack Coat. The surface upon, which the tack coat is to be placed shall be cleaned thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using asphaltic materials of this specification. This tack coat shall be applied, as directed by the Engineer, with as approved sprayer at a rate not to exceed 0.10 gallon residual asphalt per square yard of surface. Where the mixture will Where to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform application of tack coat. During the application of tack coat, care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures. The tack coat shall be rolled with a pneumatic fire roller when directed by the Engineer. (3) Transporting. The asphaltic mixture shall be hauled to the work f site in tight vehicles previously cleaned of all foreign material. The j dispatching of the vehicles shall be arranged so that all material delivered is placed and all rolling completed during daylight hours unless otherwise shown on the plans. In cool weather or for long hauls, covering and j insulating of the truck bodies may be required. If necessary, to prevent the mixture from adhering to the body, the inside of the truck may be given a l` light coating of release agent satisfactory to the Engineer. a (4) Placing. (a) The asphaltic mixture shall be dumped and spread on the approved prepared surface with the spreading and finishing machine. When properly compacted, the finished pavement shall be smooth, of uniform texture and density and shall meet the requirements of the typical cross sections and the surface tests. In addition, the placing of the asphaltic mixture shall be done without tearing, shoving, gouging or segregating the mixture. r 345 - 23 Unloading into the finishing machine shall be controlled so that bouncing or,jarring the spreading and finishing machine shall sot occur and the required lines and grades shall be obtained without resorting to hand finishing, except as shown under Subarticle 345.6.(4xd). Unless otherwise shown on the plans, dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with windrow pick-up equipment will be permitted. The windrow pick-up equipment shall be operated in such a manner that substantially all the mixture deposited on the roadbed is picked up and loaded into the finishing machine without contamination by foreign material. The windrow pick-up equipment will be so operated that the finishing machine will obtain the required line, grade and surface without resorting to hand finishing. Any operation of the windrow pick-up equipment resulting in the accumulation and subsequent shedding of accumulated material into the asphaltic mixture will not be permitted. (b) When approved by the Engineer, level -up courses may be spread with a motor grader. (c) The spreading and finishing machine shall be operated at a uniform forward speed consistent with the plant production rate, hauling capability, and roller train capacity to result in a continuous operation. The speed shall be slow enough that stopping between trucks is not ordinarily required. If, in the opinion of the Engineer, sporadic delivery of material is adversely affecting the mat, the Engineer may require paving operations to cease until acceptable methods are provided to minimize 'starting and stopping of the paver. The hopper flow gates of the spreading and finishing machine shall be adjusted to provide an adequate and consistent flow of material. These shall result in enough material being delivered to the augers so that they are operating approximately 85 percent of the time or more. The augers shall provide means to supply adequate flow of material to the center of the paver. Augers shall supply an adequate flow of materjal for the full width of the mat, as approved by the Engineer. Augers should be kept approximately one-half to three-quarters full of mixture at all times during the paving operation. ' (d) When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level up small areas of as existing 345 - 24 pavezont, or placed in small irrogular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer. (e) if a pattern of surface irregularities or segregation is detected, the Contractor shall make an investigation into the causes and immediately take the necessary corrective action. With the approval of the Engineer, placement may continue for no more than one full production day from the time the Contractor is first notified and while corrective actions are being taken. If the problem still exists after that time, paving shall can until the Contractor further investigates the causes and the, Engineer approves further eorr Wvo action to be taken. (S) Compacting. (a) The pavement shall be compacted thoroughly and uniformly with the necessary rollers to obtain the compaction and cross section of the finished paving mixture meeting the requirements of the plans and specifications. (b) When rolling with the three -wheel, tandem or vibratory rollers, rolling shall start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least are foot, unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at the low aide and progress toward the high side, unless otherwise directed by the Engineer. When rolling with vibratory steel -wheel rollers, equipment operation shall be in accordance with Item 217, •Rolling (Vibratory)' and the manufacturer's recommendations, unless otherwise directed by the Engineer. Vibratory rollers shall not be left vibrating while not rolling or when changing directions. Unless otherwise shown on the plans or approved by the Engineer, vibratory rollers shall not be allowed in the vibrating mode on mats with a plan depth of less than 1-112 inches. The motion of the rollers than be slow enough to avoid other than normal initial displacement of the mixture. If any displacement occurs, it shall be corrected to the satisfaction of the Engineer. The roller shall not be allowed to stand on pavement which has not been fully compacted. To prevent adhesion of the surface mixture to the steel wheel rollers, the wheels shall be kept thoroughly moistened with water, but an excess of i. 345 - 25 water will not be permitted. Necessary precautions shall be taken to prevent the dropping of diesel, gasoline, oil, grease or other foreign matter on the pavement, either when the rollers are in operation or when standing. (c) The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the rollers, shall be thoroughly compacted with lightly oiled tamps. (d) Rolling with a trench roller will be required an widened areas, in trenches and other limited areas where satisfactory compaction cannot be obtained with the approved rollers. (6) In -Place Compaction Control. In -place compaction control is required for all mixtures. Unless otherwise shown on the plans, density control shall be required. (a) Density Control. The material shall be placed and compacted to a minimum density as determined by Test Method Tex-126-E or as specified on the plans. The gyratory density shall be determined foom material sampled from the mixing plant and molded in accordance with Test Method Tex-126-E. Procedures and methods outlined in Test Method Tex- 126-E shall also be used in determining the actual in -place density, unless determined otherwise by the Engineer. The field specimens utilized for the in -place density testing may be either cores or sections of asphalt stabilized base tested according to Test Method Tex-207-F. The nuclear -density gauge or other methods of determining in -place compaction which correlate satisfactorily with those results obtained through the use of Test Method Tex-126-E may be used. Unless otherwise shown on the plans, the Contractor shall be responsible for obtaining the required roadway specimens at his expense and in a manner and at locations selected by the Engineer. The Contractor shall be responsible for determining the number and type of rollers to be used to obtain the required density. The rollers shall be operated in accordance with the requirements of this specification and as approved by the Engineer. If the in -place density falls 0.1 to 1.0 percentage points below the minimum density from Test Method Tox-126-E. the Contractor shall investigate the causes and make the necessary corrections. Production may proceed for not more than one full day while corrections to the construction 345 - 26 operations or mixture arc being made to obtain the minimum density. if the minimum density is not obtained after one day, production shall cease. The Contractor shall further investigate the cause. At that point a test strip as described below shall be required. If the in -place density is more than 1.0 percent below the minimum density, production shall cease immediately and a test strip as described below shall be required. In either case, the Contractor shad only be allowed to place a test section of one lane width, not to exceed 0.2 mile in length, to demonstrate . that the minimum density can be obtained. This procedure will continue until a test section meeting the minimum density requirement is produced. Only two (2) test sections per day will be allowed. When a test suction producing satisfactory density is placed, full production may then resume. Increasing the asphalt content of the mixture in order to increase in - place density shall not be allowed. The Contractor is encouraged to perform supplemental compsction testing for his own information. (b) Ordinary Compaction Control. When the requirement of density control has been removed by plans note, one (1) three -wheel roller. one (1) pneumatic -tire roller, and one (1) tandem roller shall be furnished for each compaction operation except as provided below or approved by the Pa Engineer. The use of a tandem roller may be waived by the Engineer when k the surface is already adequately smooth and further steel -wheel rolling is shown to be ineffective- With approval of the Engineer, the Contractor n may substitute a vibratory roller for the three wheel roller and/or the tandem roller. Use of at least one (1) pneumatic -tire roller is required. Additional or heavier rollers shall be furnished if required by the Engineer. Rolling patterns shall be established by the Contractor as outlined in Test Method Tex 207-F, Part IV, to achieve the maximum compaction, unless otherwise directed by the Engineer. The selected rolling pattern shall be followed unless changes in the mixture or placement conditions occur which affect compaction. When changes in the mixture or placement conditions occur, a new rolling pattern shall be established. (c) Compaction Cessation Temperature. Regardless of the method required for in -place compaction control, all rolling for compaction shall be completed before the mixture temperature drops below 175 F. t 345 - 27 (7) Surface Finish. The compacted material shall conform to the typical cross sections, lines and grades shown on the plans, and as directed by the Engineer, and shall have a smooth surface. The surface shall be tested with a 10 foot straightedge at locations selected by the Engineer. The variation of the surface from the testing edge ahall not exceed 1/8 inch between any two (2) contacts, when measured longitudinally or transversely. (8) Opening to Traffic. The completed asphalt stabilized base course shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on the pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, flushes, ruts or deteriorates in any manner prior to final acceptance of the work, it will be the Contractor's responsibility to correct this condition at his expense, to the satisfaction of the Engineer and in conformance with the requirements of this specification. 345.7. Measurement. The quantity of asphalt stabilized base will be measured by the composite weight method. Asphalt stabilized base will be measured by the ton of 2000 pounds of the composite 'Asphalt Stabilized Base' of the grade actually used in the completed and accepted work in accordance with the plans and specifications for the project. The composite asphalt stabilized base mixture is hereby defined as the asphalt, aggregate, RAP and additives as noted in the plans and/or approved by the Engineer. If mixing is done by a drum -mix plant or specialized recycling plant, measurement will be made on scales as specified herein. If mixing is done by a weigh -batch plant or modified weigh -batch plant, measurement will be determined on the batch scales unless surge, storage is used. Records of the number of batches, batch design and the weight of the composite 'Asphalt Stabilized Base' shall be kept. Where surge -storage is used, measurement of the material taken from the surge - storage bin will be made an truck scales or suspended hopper scales. 345 - 28 L: r i 71 L W.8. Payment. (1) The work performed and materials furnished in accordance with this Item and measured as provided under 'Measurement' will be paid for at the unit price bid for the 'Asphalt Stabilized Base' of the grade specified. The payment based on the unit bid price shall be full compensation for quarrying, furnishing all materials, additives, freigbt involved, for all beating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing, rolling and finishing asphalt stabilized mixture, transporting RAP from designated sources. transporting any excess RAP to locations shown an the plans, and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. (2) All templates, stsaigbtedges, core drilling equipment, scales and other weighing and measuring devices necessary for the proper construction, measuring and checking of the work shall be famished, operated and maintained by the Contractor at his expense. (3) State-owned RAP from sources designated cm the plans will be available. at no cost, to the Contractor. 345 - 29 I' Modifications to ,r ITEM P-401-PLANT MIX BITUMINOUS PAVEMENTS Item P-401 Plant Mix Bituminous Pavements, of the project specifications shall be: modified as follows: 1. Paragraph 401-1.1. In the first sentence of this paragraph, insert the word "surface". 2. Paragraph 401-2.1a. Coarse Aggregate.- Delete all references to slag. Slag material shall not be approved for construction of this project. 3. Paragraph 401-2.1a. Coarse Aggregate. Insert "40" into the blank provided in the second sentence of this paragraph. Delete the :last sentence in the first subparagraph and insert the following: "The aggregate shall show no signs of disintegration nor shall the sodium sulfate soundness loss exceed 9 percent, after five cycles, when tested in accordance with �.' ASTM C88. If the requirements for sodium sulfate soundness cannotbe met, a weighted loss in excess of 9 percent, but not to exceed 14 percent, will be accepted provided the coarse aggregate can be shown to have a satisfactory service record of at least five years of duration under similar conditions of service and exposure." 4. Paragraph 401-2.1a. Coarse Aggregate. Insert "75" into the first blank and "90" into the second 'w• blank provided in the first sentence of the second subparagraph. 5. Paragraph 401-2.3 BITUMINOUS MATERIAL - In the first subparagraph, insert "Viscoci Grade ty AC-10, meeting the requirements of ASTM D3381" into the blank provided. 6. Paragraph 401-3.2 JOB MIX FORMULA - Add the following sentence to ithe first subparagraph: "The job mix formula shall be prepared by a commercial laboratory at the Contractor's expense." 7. Paragraph 401-3.2 JOB MIX FORMULA - In the fifth subparagraph, insert "30" into the blank provided. 8. TABLE 1 - MARSHALL DESIGN CRITERIA - Delete the table shown and insert the following. The design criteria required for aircraft gross weights of 60,000 pounds or :more, or tire pressures J. j . greater than 100 pounds per square inch (psi) shall be utilized in the design of pavements for this ' is project. R ij 2701-98 401 -a . I r t r r r i r r TABLE 1. MARSHALL DESIGN CRITERIA _ Required Test Value 75 Test Property Number of Blows Stability, pounds, minimum 2,150 Flow, 0.01 inches 10-14 Air Voids, percent 2.8 - 4.2 Percent Voids in Mineral See Table 2* Aggregate, minimum *Calculations to be based on Effective Specific Gravity 9. TABLE 3 - AGGREGATE - BITUMINOUS PAVEMENTS - Delete the table shown and insert the following: TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS Sieve Size Percentage By Weight Passing Sieves 3/4-inch 100 1/2-inch 79 - 99 3/8-inch 68 - 88 No. 4 48 - 68 No. 8 33 - 53 No. 16 20 - 40 No. 30 14 - 30 No. 50 9 - 21 No. 100 6 - 16 No. 200 3-6 Asnhalt Percent 5.0 - 7.5 10. Paragraph 401-3.3 RECYCLED ASPHALT CONCRETE. Delete this entire paragraph. Recycled asphalt concrete will not be used on this project. 11. Paragraph 401-3.4 TEST SECTION. - In the second sentence in the first subparagraph, insert "300- feet" into the first blank and "20-feet" into the second blank. 12. Paragraph 401-4.10 TRANSPORTING, PLACING, AND FINISHING. In the fifth sentence of the fourth subparagraph, insert "12-feet" into the blank provided. 13. Paragraph 401-5.2f(5) Smoothness. In the first sentence, insert "A -inch" into the blank provided. In the third sentence, insert "2,000 square yards" into the blank provided. 2701-98 401 - b 14. Paragraph 401-5.2f(6) Grade. In the third sentence, insert "2,000" into the blank provided. 15. TABLE 5. ACCEPTANCE LIMITS - STABILITY, FLOW, AIR VOIDS, DENSITY. Use the specification tolerances listed for pavements designed for aircraft gross weights of 60,000 pounds or more, or tire pressures of 100 psi or more. 16. Paragraph 401-5.4 LEVELING COURSE. Delete this entire paragraph. 17. Paragraphs 401-7 MEASUREMENT and 401-8.1 PAYMENT.. - Delete all references to measurement or payment for bituminous material. No separate measurement or payment will be made for bituminous material used in bituminous surface course. 18. Paragraph 401-8.1 PAYMENT. --Insert "100" in the first sentence of the second subparagraph in the blank provided. Delete the parenthetical reference to bituminous material. 19. Paragraph 401-8.lb. Payment. Delete this entire paragraph and insert the following:. "Payment will be made under: Item P-401, Bituminous Surface Course, per ton." 2701-98 401 - c 1/25/34 AC 15015370-10A CHG 6 ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS DESCRIPTION 401-1.1 This item shall consist of a [ ] course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Each course shall be con- structed to the depth, typical section, or elevation required by the plans and shall be rolled, finished, and approved before the placement of the' next course. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, or crushed slag with or with- out sand or other inert finelydivided mineral ate. The aggreg portion of materials retained on the No. 8 sieve is coarse aggregate. The portion passing the No. 8 (2.36 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent films of matter that would prevent thorough coating and bonding with the bituminous material and be free from organic matter and other deleterious substances. The percentage of wear shall not be greater than [ J percent r when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed [ ] percent, or the magnesium sulfate soundness loss shall not exceed [ ] percent, after five cycles, when tested in accord- ance with ASTM C 88. Aggregate shall contain at least [ J percent by weight of individual pieces having two or more fiactured faces and [ ] percent by weight having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle be- tween the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by crushing. The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces, when tested in accord- ance with ASTM D 4791. Slag shall be air—cooled, blast furnace slag, and shall have a compacted weight of not less than 70 pounds per rcubic foot (1.12 mg/cubic meter) when tested in accordance with ASTM C 29. 401 — 1 AC 15015370-10A CHG 6 1/25/94 b. Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggre- gate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter and shall contain no clay balls. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. Natural (nonmanufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the work- ability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to require- ments of this specification. [The fine aggregate shall not contain more than 20 percent natural sand by weight of total aggregates.) The aggregate shall have sand equivalent values of 35 or greater when tested in accordance with ASTM D 2419. c. Sampling. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. — 401-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242. _ 401-2.3 BITUMINOUS MATERIAL. Bituminous material shall conform to the following requirements: [ I. 401 — 2 1 /25/94 AC 150/5370-10A CHG 5 The Contractor shall furnish vendor's certified test reports for each lot of bituminous material shipped to the project. The vendor's certified test report for the bituminous material can be used for acceptance or tested independently by the Engineer. 401-2A PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Con- tractor shall submit certified test reports to the Engineer for the following materials: a. Coarse Aggregate. (1) Percent of wear. (2) Soundness. (3) Unit weight of slag. b. Fine Aggregate. (1) Liquid limit. (2) Plastic index. (3) Sand equivalent. c. Mineral Filler. d. Bituminous Material. The certification(s) shall show the appropriate ASTM test(s) for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. COMPOSITION 401-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of well — graded aggregate, filler if required, and bituminous material. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 401-3.2 JOB MIX FORMULA. No bituminous mixture for payment shall be produced until a job mix formula has been approved by the Engineer. The bituminous mixture shall be designed using procedures contained in Chap. ter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS 2), Mix r Design Methods for Asphalt Concrete, and shall meet the requirements of Tables 1 and 2. { The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in para- graph 401-5.2b. The criteria is based on a production process which has a material variability with the following standard deviations: 401 — 3 AC 15015370-1 QA CHG 6 1/25194 Stability abs.) = 270 - Flow (0.01 inch) = 1.5 Air Voids (%) = 0.65 If material variability exceeds the standard deviations indicated, the job mix formula and subsequent production targets should be based on a stability greater than shown in Table 1, and the flow and air voids should be targeted close to the mid —range of the criteria in order meet the acceptance requirements. If the Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D 4867, is less than 75, the aggregates shall be rejected or the asphalt treated with an approved anti —stripping agent. The amount of anti — stripping agent added to the asphalt shall be sufficient to produce a TSR of not less than 75. If an antistrip agent is required, it will be provided by the Contractor at no additional cost. The job mix formula shall be submitted in writing by the Contractor to the Engineer at least [ ] days prior to the start of paving operations and shall include as a minimum: a. Percent passing each sieve size. — b. Percent of asphalt cement. c. Asphalt viscosity or penetration grade. — d. Number of blows of hammer compaction per side of molded specimen. e. Mixing temperature. f. Compaction temperature. g. Temperature of mix when discharged from the mixer. h. Temperature —viscosity relationship of the asphalt eemeru. — i. Plot of the combined gradation on the Federal Highway Administration (FHWA) 45 power gradation curve. j. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight verses asphalt content. k. Percent natural sand. 1. Percent fractured faces. m. Percent elongated particles. n. Tensile Strength Ratio (TSR). — o. Antistrip agent (if required). The Contractor shall submit samples to the Engineer, upon request, for job mix formula verification testing. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula must be approved by the Engineer before the new material is used. — 401 — 4 F r r 1/2M4 AC 150/5370-10A CHG 6 TABLE 1. MARSHALL DESIGN CRITERIA TEST PROPERTY ' Number of blows ' Stability, pounds (newtons) minimum Flow. 0.01 in. (025 mm) Air voids (percent) Percent voids in See Table 2 mineral aggregate, minimum TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE Maximum Particle Sim Minimum Voids in Min- eral Aggregate. in. Into percent Percent 'A 12.5 16 3/4 19.0 15 1 25.0 14 I 31.25 13 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory screens, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM Standard C 136 and C 117. The gradations in Table 3 represent the limits which shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as selected (and used in the JW, shall have a gradation within the limits des- ignated in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be well graded from coarse to fine. Deviations from the final approved mix design for bitumen content and gradation of aggregates shall be within the action limits for individual measurements as specified in paragraph 401-6.5a. The limits still will apply if they fall outside the master grading band in Table 3. The maximum size aggregate used shall not be more than one-half of the thickness of the course being constructed. 401 - 5 AC 15015370-10A CHG 6 1125194 TABLE 3. AGGREGATE — BITUMINOUS PAVEMENTS Percentage by Weight Sieve Size Passing Sieves 1 t/4 in. (31.25 mm) 1 in. (25.0 mm) 3/4 in. (19.0 mm) th in. (12.5 mm) 3A in. (9.5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (0.60 mm) No. 50 (0.30 mm) No. 100 (0.15 mm) No. 200 (0.075 mm) Asphalt percent Stone or gravel Stag The aggregate gradations shown arc based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute Manual Series No. 2 (MS-2), Appendix A. 401 — 6 1/25/94 AC 150/5370-10A CHG 6 401-3.3 RECYCLED ASPHALT CONCRETE. Recycled asphalt concrete shall consist of reclaimed asphalt pavement (RAP), coarse aggregate, fine aggregate, mineral filler, asphalt cement, and recycling agent, if necessary. .• Reclaimed asphalt pavement may be used for all courses. The RAP shall be of a consistent gradation and asphalt content. The Contractor nary obtain the RAP from the job site or an existing source. All new aggregates used in the recycled mix shall meet the requirements of paragraph 401-2.1. New bituminous + material shall meet the requirements of paragraph 401 23..Recycling agents shall meet the requirements of ASTM D 4552. The recycled asphalt concrete mix shall be designed using procedures contained in the Asphalt Institute's Manual Series Number 20 (MS-20), Asphalt Hot —Mix Recycling, in conjunction with MS-2 (MS 2). The job mix shall meet the requirements of paragraph 401-3.2. In addition to the requirements of paragraph 401-3.2, the job mix formula shall indicate the percent of reclaimed asphalt pavement, the percent and viscosity grade of new asphalt, the percent and grade of hot —mix recycling agent (if used), and the properties (including viscosity and penetration) of the asphalt blend. r" The Contractor shall submit documentation to the Engineer, indicating that the mixing equipment proposed for use t, is adequate to mix the percent of RAP shown in the job mix formula and meet all local and national environmental regulations. t 401-3.4 TEST SECTION. Prior to full production, the Contractor shall prepare and place a quantity of bitu- minous mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test section [ ] long and [ ] wide placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. The underlying grade or pavement struc- ture upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. 401 — 7 AC 15Q15370-1DA CHG 6 1/25/94 Three random samples shall be taken at the plant and tested for stability, flow, and air voids in accordance with paragraph 401-5.la(2). Two random samples of mixture shall be taken at the plant and tested for aggregate grada- tion and asphalt content in accordance with paragraphs 401-6.3a and 3b and evaluated in accordance with para- graphs 401-6.5a and 5b. Three randomly selected cores shall be taken from the finished pavement mat, and three from the longitudinal joint, and tested in accordance with paragraph 401-5.lb(4). Random sampling shall be in accordance with procedures contained in ASTM D 3665. Mat density and air voids shall be evaluated in accordance with paragraph 401-5.2f(1). Stability and flow shall be evaluated in accordance with paragraph 401-5.2f(2). Joint density shall be evaluated in accordance with para- graph 401-52f(3). Voids in the mineral aggregate (VMA), for each plant sample, shall be computed in accordance with procedures contained in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS 2), Mix Design Methods for Asphalt Concrete. The test section shall be considered acceptable if; 1) stability, flow, mat density, air voids, and joint density are 90 percent or more within limits, 2) gradation and asphalt content are within the action Limits specified in para- graphs 401-6.5a and 5b, and 3) the voids in the mineral aggregate is within the limits of Table 2. If the initial test section should prove to be unacceptable, the necessary adjustments to the job mix formula, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Con- tractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable section has been constructed and accepted by the Engineer. The initial test section, whether acceptable or unacceptable, and any subsequent section that meets specification requirements shall be paid for in accordance with paragraph 401-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the 'plant for the job mix formula. It should be recognized that the aggregates produced by the plant may not satisfy the gradation requirements or produce a mix that exactly meets the JMF. In those instances, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates. Specimens should be prepared and the optimum bitumen content determined in the same manner as for the original design tests. 401-3.5 TESTING LABORATORY. The laboratory used to develop the job mix formula shall meet the re- quirements of ASTM D 3666. A certification signed by the manager of the laboratory stating that it meets these requirements shall be submitted to the Engineer prior to the start of construction. The certification shall contain as a minimum: a. Qualifications of personnel; laboratory manager. supervising technician, and testing technicians. b. A listing of equipment to be used in developing the job mix. c. A copy of the laboratory's quality control system. d. Evidence of participation in the AASHTO Materials Reference Laboratory (AMRL) program CONSTRUCTION METHODS 401-4.1 WEATHER LIIVIITAVONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. 401 - 8 1 /25/94 AC 150/5370-10A CHG 6 TABLE 4. BASE TEMPERATURE LIMITATIONS Mat Thickness Deg. F Deg. C 3 in. (7.5 cm) or greater 40 4 Greater than 1 in. (2.5 cm) but 45 7 less than 3 in. (7.5 cm) 1 in. (2.5 cm) or less 50 10 401- 4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall con- form to the requirements of ASTM D 995 with the following changes: a. Requirements for All Plants. (1) Truck Scales. The bituminous mixture shall be weighed on approved scales furnished by the Contrac- tor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of -the General Provi- sions, Section 90-01. (2) Testing Facilities. The Contractor shall provide laboratory facilities at the plant for the use of the rEngineer's acceptance testing and the Contractor's quality control testing, in accordance with paragraph 401-62d. (3) Inspection of Plant. The Engineer. or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. r• (4) Storage Bins and Surge Bins. Paragraph 3.9 of ASTM D 995 is deleted. Instead, the following ap- plies. Use of surge bins or storage bins for temporary storage of hot bituminous mixtures will be permitted as ` follows: r+ (a) The bituminous mixture may be stored in surge bins for period of time not to exceed 3 hours. (b) The bituminous mixture may be stored in insulated storage bins for a period of time not to exceed 24 hours. l The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. If the Engineer determines that then; is an excessive amount of heat loss, segregation or oxidation of the mixture due to temporary storage, no overnight storage will be allowed. 401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds. To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture. will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. �• 401-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-propelled, with an activated screed, heated g as necessary, and shall be capable spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. r The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed without segrega- tion. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If an automatic grade control device is used, the paver shall be equipped with a control system capable of automad- �- tally maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices which will 401-9 AC 16015370-10A CHG 6 1125/94 maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet (9.14 m) in length. b. Taut stringline (wire) set to grade. c. Short ski or shoe. d. Laser control. 401-4.S ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. The use of equipment which causes excessive crushing of the aggregate will not be permitted. 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in a man- ner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325 degrees F (160 degrees Q. 401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be heated and dried prior to introduction into the mixer. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350 degrees F (175 degrees Q when the asphalt is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory work- ability. 401-4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specifred by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mix- ture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D 2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95 percent of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all bituminous mix upon discharge shall not exceed OS percent. 401 10 1125/94 AC 15015370-10A CHG 6 r 401-4.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat shall be applied in accordance with ,., Item P-602 or P-603, if required by the contract specifications. 401-4.10 TRANSPORTING, PLACING, AND FINISHING. The bituminous mixture shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-3. Deliveries shall be scheduled so that placing and compacting of mixture is uniform with minimum stopping and starting of the paver. Adequate artificial lighting shall be provided night placements. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. 7 [The Contractor may elect to use a material transfer vehicle to deliver mix to the paver.] The mix shall be placed and compacted at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250 degrees F (107 degrees Q. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of tha bituminous mat. Unless otherwise permitted, placement of the mixture shall begin along the centerline of a crowned section or on the high side of area with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of [ ] except where edge lanes require less width to complete the area. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot (30 cm); however, the joint in the surface top course r shall be at the centerline of the pavement. Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m). On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread and luted by hand tools. 401-4.11 COMPACTION OF MIXTURE. After placing, the mixture shall be thoroughly and uniformly compacted by rolling. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid r displacement of the hot mixture and be effective in compaction Any displacement occurring as a result of reversing the 1 direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall eontimue until the surface is of uniform texture, true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened (and scrapers used), but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hand tampers. Any mixture that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401 — 11 AC 150/5370-10A Chq 10 3/11/98 401-4.12 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal joints which are irregular, damaged, uncompacted, or otherwise defective shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall be given a tack coat of bituminous material prior to placing any fresh mixture against the joint. MATERIAL ACCEPTANCE 401-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor. Testing organizations performing these tests shall meet the requirements of ASTM D 3666. All equipment in Contractor furnished laboratories shall be calibrated by the testing organization prior to the start of operations. a. Plant -Produced Material. Plant -produced material shall be tested for stability, flow, and air voids on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. A lot will consist Of.. - one day's production not to exceed 2,000 tons (1 814 000 kg), or - a half day's production where a day's production is expected to consist of between 2,000 and 4,000 tons (1 814 000 and 3 628 000 kg), or - similar subdivisions for tonnages over 4,000 tons (3 628 000 kg). Where more than one plant is simultaneously producing material for the job, the lot sizes shall apply separately for each plant. (1) Sampling. Each lot will consist of four equal sublots. Sufficient material for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D 3665. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D 1559, paragraph 4.5, at the number of blows required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test portions prepared from the same sample increment. The sample of bituminous mixture shall be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens should be as specified in the job mix formula. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D 1559, paragraph 5. Air voids will be determined by the Engineer in accordance with ASTM D 3203. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D 2726 using the procedure for laboratory -prepared thoroughly dry specimens, or ASTM D 1188, whichever is applicable, for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured for each sublot in accordance with ASTM D 204I, Type C, D, or E container. The value used in the air voids computation for each sublot shall be based on the maximum specific gravity measurement for the sublot. 401 — 12 N 3/11/98 AC 150/5370-t0A CHG 10 The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. (3) Acceptance. Acceptance of plant produced material for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b. L Field Placed Material. Material placed in the field shall be tested for mat and joint density on a lot basis. (1) Mat Density. The lot size shall be the same as that indicated in paragraph 401-5. La and shall be divided into four equal sublots. One core of finished, compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Cores shall not betaken closer than one foot from a transverse or longitudinal joint. (2) Joint Density. The lot size shall be the total length of longitudinal joints constructed by a lot of material as defused in paragraph 401-5.1a. The lot shall be divided into four equal sublots. One core of finished, compacted materials shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. (3) Sampling. Samples shall be neatly cut with a core drill. The cutting edge of the core drill bit shall be of hardened steel or other suitable material with diamond chips embedded in the metal cutting edge. The minimum diameter of the sample shall be three inches. Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored pavement. Cored holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D 2726 or ASTM D 1198, whichever is applicable. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.la(2). (5) Acceptance. Acceptance of field placed material for mat density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2c. Acceptance for joint density will be determined in accordance with the requirements of paragraph 401-5.2d. c. Partial Lots - Plant -Produced Material. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, i.e., n = 5 or n = 6, for example. d. Partial Lots Field Placed Material. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, less than (3) cored samples shall be obtained for the acceptance plan calculations, i.e., n = 3. 401 — 13 AC 160/5370-10A Chq 10 3/11/98 401-5.2 ACCEPTANCE CRITERIA. a. General. Acceptance will be based on the following characteristics of the bituminous mixture and completed pavement as well as the implementation of the Contractor's Quality Control plan and test results: (1) Stability (4) Mat density (7) Smoothness (2) Flow (5) Joint density (8) Grade (3) Air voids (6) Thickness Stability, flow, air voids, mat density, and joint density will be evaluated for acceptance on a lot basis using the method of estimating percentage of material within specification limits (PWL). Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L) or below the upper specification tolerance limit (U). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 401-5.2.f(4). Acceptance for smoothness will be based on the criteria contained in paragraph 401-5.2f(5). Acceptance for grade will be based on the criteria contained in paragraph 401-5.2f(6). The Engineer may at any time, not withstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of bituminous mixture which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and, if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Stability, Flow. and Air Voids. Evaluation for acceptance of each lot of plant produced material for stability, flow, and air voids shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. c. Mat Density. Evaluation for acceptance of each lot of in -place pavement for mat density shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Joint Density. Evaluation for acceptance of each lot of in -place pavement for joint density shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. e. Percentage of Material Within Specification Limits (PWL). The percentage of material within specification limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance limits (L) and (U) are contained in Table 5. f. Acceptance Criteria. (1) Mat Density and Air Voids. if the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 401-8.1. (2) Stability and Flow. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall determine the reason and take corrective action. If the PWL is below 80 percent, the Contractor must stop production and make adjustments to the mix. (3) Joint Density. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. If the PWL is less than 90 percent, the Contractor shall evaluate the method of compacting joints. If the PWL is below 80 percent, the Contractor shall stop production until the reason for poor compaction can be determined. (4) Thickness. Thickness shall be evaluated for compliance by the Engineer to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density measurement_ 401 — 14 F 3/11198 - AC 150/5370-10A CHG 10 (5) Smoothness. The finished surfaces of the pavement shall not vary more than [ ] for the [surface] [base] course. Each lot shall be evaluated with a 12-foot (3.6 m) straightedge. The lot size shall be [ ] square yards r., (square meters). Measurements will be made perpendicular and parallel to the centerline at distances not to exceed 50 feet (15.2 m). When more than 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area and replace with new material. Sufficient material shall be removed to allow at least one inch of asphalt concrete to be placed. Skin patching shall not be permitted. High points may be ground off. FM (6) Grade. The finished surface of the pavement shall not vary from the gradeline elevations and cross sections shown on the plans by more than 112 inch (12.70 mm). The finished grade of each lot will be determined by running levels at intervals of 50 feet (15.2 m) or less longitudinally and transversely to determine the elevation of the completed pavement The lot size shall be [ ] square yards (square meters). When more than 15 percent of all the measurements within a lot are outside the specified tolerance, the Contractor shall remove the deficient area and replace with new material. 'Sufficient material shall be removed to allow at least one inch of asphalt concrete to be placed. Skin patching for correcting low areas shall not be permitted. High points may be ground off. g. Outliers. All individual tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E 178, at a significance level of 5 percent Outliers shall be discarded, and the PWL shall be determined using the remaining test values. TABLE S. ACCEPTANCE LIMITS FOR STABILITY, FLOW, AIR VOIDS, AND DENSITY Pavements Designed for Aircraft Pavements Designed for Aircraft Gross Gross Weights of 60,000 Lbs. or Weight Less Than 60,000 Lbs. or Tire More or Tire Pressure of 100 Psi or Pressure Less Than 100 Psi More Test Property 75 50 Number Blows Specification Tolerance Limit Specification Tolerance Limit L U L U 1800 - 1000 - Stability, minimum, pounds Flow, 0.01-inch 8 16 8 20 Air Voids Total Mix, percent 2 5 2 5 Mat Density, percent 96.3 - 96.3 - Joint Density, percent 93.3 - 93.3 - 401 15 AC 150/5370.10A Chq 6 1/25/94 401-5.3 RESAMPLING PAVEMENT. a. General. Resampling of a lot of pavement for mat density will be allowed if the Contractor requests, in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5.lb and 401-5.2c. Only one resampling per lot will be permitted. (1) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for Resampled Lots. The redefuied PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 6. c. Outliers. If the tests within a lot include a very Large or a very small value which appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E 178, at a significance level of 5 percent, to determine if this value should be discarded when computing the PWL. [401-5.4 LEVELING COURSE. Any course used for truing and leveling shall meet the requirements of paragraph 401-3.2 and 5.2b, but shall not be subject to the density requirements of paragraph 401-5.2c and d. The leveling course shall be compacted with the same effort used to achieve density of the test section. The truing and leveling course shall not exceed a nominal thickness of 1-1/2 inches (37.5 mm) J CONTRACTOR QUALITY CONTROL 401-6.1 GENERAL. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements which effect the quality of the pavement including, but not limited to: a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Finishing L Joints k Compaction J. Surface smoothness 401-6.2 TESTING LABORATORY. The Contractor shall provide a fully equipped asphalt laboratory located at the plant or job site. It shall be available for joint use by the Contractor for quality control testing and by the Engineer for acceptance testing and must have adequate equipment for the performance of the tests required by these specifications. The Engineer shall have priority in use of the equipment necessary for acceptance testing. The effective working area of the laboratory shall be a minimum of 150 square feet (14 square meters) with a ceiling height of not less than 7.5 feet (2.3 meters). Lighting shall be adequate to illuminate all working areas. It shall be equipped with heating and air conditioning units to maintain a temperature of 70 degrees F + 5 degrees (21 degrees C + 2.3 degrees C). 401 — 16 r 1/25/94 AC 15015370-10A CHG 6 Laboratory facilities shall be kept clean and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the lab- oratory facility, equipment,. supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting test results, the incorporation of the materials into the work shall be suspended imme- diately and will not be permitted to resume until the deficiencies are satisfactorily corrected. 401-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the Quality Control Program. The testing program shall include, but not necessarily limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Asphalt Content. A minimum of two extraction tests shall be performed per lot in accordance with ASTM D 2172 for determination of asphalt content. The weight of ash portion of the extraction test, as described in ASTM D 2172, shall be determined as part of the first extraction test performed at the beginning of plant produc- tion; and as part of every tenth extraction test performed thereafter, for the duration of plant production. The last weight of ash value obtained shall be used in the calculation of the asphalt content for the mixture. �- The use of the nuclear method for determining asphalt content in accordance with ASTM D 4125 is permitted, provided that it is calibrated for the specific mix being used b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical anal- ysis of extracted aggregate in accordance with AASHTO T 30 and ASTM C 136 (Dry Sieve). When asphalt content is determined by the nuclear method, aggregate gradation shall be determined from hot bin samples on batch plants. or from the cold feed on drum mix or continuous mix plants, and tested in accordance with ASTM C 136 (dry sieve) using actual batch weights to determine the combined aggregate gradation of the mixture. c. Moisture Content of Aggregate. The moisture content of aggregate used for production shall be deter- mined a minimum of once per lot in accordance with ASTM C 566. d. Moisture Content of Mixture. The moisture content of the mixture shall be determined once per lot in accordance with ASTM D 1461. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to deter- mine the temperatures of the dryer, the bitumen in the storage tank, the mixture at the plant, and the mixture at the job site. L In -Place Density Monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D 2950. g. Additional Testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. L Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 401-6.4 SAMPLING. When directed by the Engineer, the Contractor shall sample and test any material which appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 401-6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measure- ments and range (i.e., difference between highest and lowest measurements) for aggregate gradation and asphalt content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contrac- tor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual Measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation and asphalt content. The control charts shall use the job 401 - 17 AC 150/5370-10A CHG 6 1/2S/94 mix formula target values as indicamrs of central tendency for the following test parameters with associated Action and Suspension Limits: CONTROL CHART LIMITS FOR INDIVIDUAL MEASUREMENTS Sieve Action Linut Suspension Unit 3/. inch (19.0 mm) 0% 0% 1/2inch (12.5 mm) ±6% ±9 Me inch (9.5 mm) ±6% ±9% No. 4 (4.75 mm) ±6% ±9% No. 16 (1.18 mm) ±5% ±7.5% No. 50 (0.30 mm) ±3% ±4.5% No. 200 (0.075 mm) 190 ±3 Asphalt Content ±0.45sFo ±0.7096 b. Range. Control charts for range shall be established to control pros variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below art based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot. the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. CONTROL CHART LIMITS BASED ON RANGE (Based on e : 2) process sieve Va inch (12.5 mm) 3/a inch (9.5 mm) No. 4 (4.75 mm) No. 16 (1.18 mm) No. 50 (0.30 mm) No. 200 (0.075 mm) Asphalt Content Suspcosibo Link _ 11 percent 11 percent 11 percent -- 9 percent 6 percent) 3.5 percent 0.9 percent c. Corrective Action. The Quality Control Plan shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain seta of rules to gauge when a process is — out of control and detail what action will be taken to bring the process into control. As a minimum. a process shall be deemed out of control and production stopped and corrective action taken, it (1) One point falls outside the Suspension Limit line for individual measurements or r_zge; or — (2) Two points in a raw fall outside the Action Limit line for individual measumments. 401 — 18 r r 3/11/98 AC 150/5370-10A CHG 10 1. METHOD OF MEASUREMENT 401-7.1 MEASUREMENT. Plant mix bituminous concrete pavement shall be measured by the number of tons (kg) of bituminous mixture [and the number of tons (kg) of bituminous material] used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. [The weight of bituminous material shall be adjusted in accordance with the percentage of bitumen as determined in paragraph 401-6.3a.] BASIS OF PAYMENT 401-8.1 PAYMENT. Payment for an accepted lot of bituminous concrete pavement shall be made at the contract unit price per ton (kg) for bituminous mixture (and bituminous material) adjusted according to paragraph 401-8.la, subject to the limitation that: The total project payment for plant mix bituminous concrete pavement shall not exceed [ ] percent of the product of the contract unit price and the total number of tons (kg) of bituminous mixture [.and [ ] percent of the product of the contract unit price and the number of tons ft of bituminous material) used in the accepted work (See Note 2 under Table 6). The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100 percent. [The lot pay factor shall apply to both the bituminous mixture and the bituminous material.] TABLE 6. PRICE ADJUSTMENT SCHEDULE' Percentage of Material Within Specification Limits Lot Pay Factor (Percent of Contract Unit Price) (PWL) 96 —100 106 90 — 95 PWL + 10 75 — 89 0.5PWL + SS SS — 74 I APWL —12 Below SS Reject 2 'ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A'PAY FACTOR OF 106 PERCENT FOR EACH LOT, ACTUAL PAYMENT ABOVE 100 PERCENT SHALL BE SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION SPECIFIED IN PARAGRAPH 401-8.1. 2 The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price AND THE TOTAL PROJECT PAYMENT LIMITATION SHALL BE REDUCED BY THE AMOUNT WITHHELD FOR THE REJECTED LOT. 401 — 19 AC 15015370.10A Chq 10 3111 /98 For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100 percent for accepted lots of bituminous concrete pavement shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100 percent. b. Payment. Payment will be made under. Item P-401-8. la Bituminous [Surface] [Base] Course --per ton (kg) [Item P-401-8.1b Bituminous Material --per ton (kg)] TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Test Method for Materials Finer than 75-um (No.200) Sieve in Mineral Aggregates by Washing ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 183 Sampling Hydraulic Cement ASTM C 566 Total Moisture Content of Aggregate by Drying ASTM D 75 Sampling Aggregates ASTM D 995 Requirements for Mixing Plants for Hot -Mixed Hot -Laid Bituminous Paving Mixtures ASTM D 118 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Paraffm-Coated Specimens ASTM D 1461 Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D 1559 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus ASTM D 2041 Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2489 Degree of Particle Coating of Bituminous -Aggregate Mixtures ASTM D 2726 Bulk Spec Gravity of Compacted Bituminous Mixtures Using Saturated Surface -Dry Specimens ASTM D 3203 Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D 2950 Density of Bituminous Concrete in Place by Nuclear Method ASTM D 3665 Random Sampling of Paving Materials 401 — 20 1 3111/98 AC 150/5370-10A CHG 10 ASTM D 3666 Inspection and Testing Agencies for Bituminous Paving Materials ASTM D 4125 Asphalt Content of Bituminous Mixtures by the Nuclear Method ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D 4791 Flat or Elongated Particles in Coarse Aggregate ASTM D 4867 Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM E 179 Practice for Dealing With Outlying Observations AASHTO T 30 Mechanical Analysis of Extracted Aggregate The Asphalt Institute's Mix Design Methods for Asphalt Concrete Manual No. 2 (MS-2) The Asphalt Institute's Hot -Mix Recycling Manual No. 20 (MS-20) MATERIAL REQUIREMENTS ASTM D 242 Mineral Filler for Bituminous Paving Mixtures ASTM D 946 Asphalt Cement for Use in Pavement Construction ASTM D 3381 Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D 4552 Classifying Hot -Mix Recycling Agents 7 401 — 21 PM Modifications to ITEM P-602 BITUMINOUS PRIME COAT j" Item P-602 Bituminous Prime Coat, of the project specifications shall be modified as follows: I 1. Paragraph 602-2. L BITUMINOUS MATERIALS - Delete the second sentence of the first paragraph. 2. Table 1 Bituminous Material - Delete all references to emulsified asphalt and RC materials. Add the designation MC-30 meeting ASTM D2027 with application temperature of 70 150' F. 3. Paragraph 602-3.2. EQUIPMENT - Delete the first and second paragraphs and insert the following: "The equipment used by the Contractor for applying the bituminous prime coat shall include a self -powered pressure bituminous material distributor. The Contractor shall provide equipment for heating the bituminous material. The bituminous material distributor shall have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds per inch of tire width, and it shall be 'designed, equipped and operated so that bituminous material, at an even heat, may be: applied uniformly on variable widths of surface at readily controlled rates fi-om 0.05 to 2.0 gallons per square yard. The material ;shall be applied within a pressure range of 25 to 75 pounds per square inch and with an allowable variation from any specified rate not to exceed 5 percent. Bituminous material distributor equipment shall include a tachometer, pressure; gauges, r•, volume -measuring devices, and a thermometer for reading temperatures of tank contents." P 4. Paragraph 602-4.1 METHOD OF MEASUREMENT -Bituminous material for prime coat shall be measured by the gallon. References to measurement by any other basis shall be deleted. r 5. Paragraph 602-5.1 BASIS OF PAYMENT Payment for bituminous material for prime coat ' shall be paid for at the contract unit price per gallon. References to payment by any other basis shall be deleted. 6. To the list of MATERIAL REQUIREMENTS, add ASTM D2027, Asphalt, Cutback (Medium - Curing Type). r- r +- 2701-98 602 - a 2/17/89 AC 150/5370-10A ITEM P-602 BITUMINOUS PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The types, grades, controlling specifications, and application tem- peratures for the bituminous materials are given in Table 1. The Engineer shall designate the specific materi- �"� al to be used. TABLE 1. BITUMINOUS MATERIAL �^" I Application Type and Grade Specification Temperatures t j Deg. F Deg. C Emulsified Asphalt SS-1, SS-lh- ; ASTM D 977 70-160 I 20-70 MS-2, HFMS-1 1 ASTM D 977 70-160 20-70 r CSS-1, CSS-lh ASTM D 2397 70-160 20-70 CMS-2 ASTM D 2397 70-160 20-70 Cutback Asphalt ! RC-30 ASTM D 2029 80+ 30+ RC-70 ASTM D 2028 120+ 50+ RC-250 i ASTM D 2U28 I 165+ I 7j-r t The maximum temperature for cutback asphalt shall be that at which fog&g occum CONSTRUCTION METHODS 602-3.1 WEATHER LIIVIITATIONS. The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmos- pheric temperature is above 60' F (15' C), and when the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. 602-3.2 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bi- tuminous material distributor and equipment for heating bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specifted rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pres- sure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. r 602 - 1 AC 150/5370-10A 2/17/89 The bituminous material including solvent shall be uniformly applied with a bituminous distributor at the rate of 0.25 to 0.50 gallons per square yard (1.20 to 2.40 liters per square meter) depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engi- neer prior to application. Following the application. the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval, including supplying and spreading any sand necessary to blot up excess bituminous material. 602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manu. facturer or producer of the bituminous materials to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by service tests, shall be accepta- ble. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. All such test reports shall be subject to verification by test- ing samples of materials received for use on the project. 602-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 602-4.1 The bituminous material for prime coat shall be measured by the [gallon (liter))[ton(kg)]. Volume shall be corrected to the volume at 60' F (15' C) in accordance with ASTM D 1250 for cutback asphalt. and Table IV-3 of The Asphalt Institute's Manual MS-6 for emulsified asphalt. BASIS OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per (gallon (llter))[ton (kg)] for bituminous prime coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-602-5.1 Bituminous Prime Coat —per [gallon (liter))[ton (kg)) MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt ASTM D 2028 Asphalt, Cutback (Rapid Curing Grade) ASTM D 2397 Cationic Emulsified Asphalt 602 - 2 2/17/89 AC 150/5370-10A TESTING REQUIREMENTS ASTM D 1250 Petroleum Measurement Tables Asphalt Institute Manual Temperature -Volume Corrections for Emulsified Asphalts MS-6 Table IV-3 602 - 3 { Modifications to ITEM P-603 BITUMINOUS TACK COAT Item P-603 Bituminous Tack Coat, of the project specifications shall be modified as follows 1. Paragraph 603-2.1 Bituminous Materials - Delete references to tar. Delete the second sentence rl of the first paragraph. 9 2. TABLE 1. BITUMINOUS MATERIAL -Delete all references to tar. Add the designation RC- 250 meeting ASTM D2028 with an application temperature of 125' - 180°F. g 3. Paragraph 603-3.2 Equipment - Delete the first and second paragraphs and insert the following: "The equipment used by the Contractor for applying the bituminous tack '�. coat shall include a self -powered pressure bituminous material distributor. The Contractor shall provide equipment for heating the bituminous material. The bituminous material distributor shall have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds .per inch of tire width, and it shall be designed, equipped and operated so that bituminous material, at an even heat, may bf; applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The material 'shall be applied 'within a ~` pressure range of 25 to 75 pounds per square inch and with an allowable variation from any specified rate not to exceed 5 percent. Bituminous material distributor equipment shall include a tachometer, pressure gauges, volume -measuring devices, and a thermometer for reading temperatures of tank contents. " s 4. Paragraph 4. METHOD OF MEASUREMENT - Bituminous material for tack coat shall be measured by the gallon. References to measurement by any other basis shall be deleted. a- g 5. Paragraph 5. BASIS OF PAYMENT Payment for bituminous material for tack coat shall be i4 paid for at the contract unit price per gallon. References to payment by any other basis shall be deleted. WA I i i 2701-98 603 a , s 2/17/89 AC 150/5370-10A ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be either cutback asphalt, emulsi- fied asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specifica- tion, and application temperature of bituminous material to be used shall be specified by the Engineer. �,. TABLE 1. BITUMINOUS MATERIAL Application Temperature Type and Grade Specification i Deg. F Deg. C r 4 Emulsified Asphalt I SS-1, SS-lh ASTM D 977 75-130 1 25-55 CSS-1, CSS-lh i ASTM D 2397 75-130 T 25-55 Cutback Asphalt I r- RC-70 ASTM D 2028 120-160 50-70 i Tom, RTCB 5, RTCB 6 AASHTO M 52 1 60-120 1 15-50 'Poll I I CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60' F (15' C). The temperature requirements may be waived, but only when so directed by the Engineer. I~ 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pres- r sure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures F of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. r A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. t L 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, r- the full width of surface to be treated shall be swept with a power broom and/or airblast to remove all i loose dirt and other objectionable material. 603-1 AC 150/5370-10A 2/17/89 Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distribu- tor at the rate of 0.05 to 0.15 gallons per square yard (0.24 to 0.72 liters per square meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 603-3.4 BITUMINOUS MATERLAL-CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufactur- er or producer of the bituminous material to furnish material subject to this and all other pertinent require- ments of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the project. 603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 603-4.1 The bituminous material for tack coat shall be measured by the [gallon (liter)] [ton (kg)]. Volume shall be corrected to the volume at 60' F (15' C) in accordance with ASTM D 1250 for cutback asphalt, ASTM D 633 for tar, and Table IV-3 of The Asphalt Institute's Manual MS-6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 603-5.1 Payment shall be made at the contract unit price per [gallon (liter)] [ton (kg)] of bituminous materi- al. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and appli- cation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-5.1 Bituminous Tack Coat —per [gallon (liter)][ton (kg)] MATERIAL REQUIREMENTS ASTM D 633 1Volume Correction Table for Road Tar ASTM D 977 Emulsified Asphalt 603 - 2 r 2/17/89 AC 150/5370-IOA ASTM D 1250 Petroleum Measurement Tables ' ASTM D 2028 Liquid Asphalt (Rapid -Curing Type) ASTM D 2397 Cationic Emulsified Asphalt " - AASHTO M 52 Tar for Use in Road Construction Asphalt Institute Manual Temperature -Volume Corrections for Emulsified Asphalts MS-6 Table IV-3 l; C"# I Poo I PM r� i i 603 - 3 Modifications to ITEM P-605 JOINT SEALING FILLER Item P-605 Joint Sealing Filler, of the project specifications shall be modified as follows: 1. Paragraph 605-1.1 Delete this paragraph and insert the following: "The work to be done under this section consists of furnishing dl labor, materials and equipment necessary to saw and seal the joint between the new bituminous shoulder pavement and the existing concrete runway and taxiway pavement, in accordance with thesespecifications and as shown on the plans or as designated by the Engineer. 2. Paragraph 605-2.1 JOINT SEALERS. Delete the first paragraph and insert the following: "Joint sealing material shall meet the requirements of one of the following: (a) ASTM D 3405 - Joint Sealants, Hot -Poured, for Concrete' and Asphalt Pavements, to be used in joints between portland cement concrete pavement and bituminous pavement shoulders. 3. Paragraph 605-2.2 LUBRICANT - Delete this entire paragraph. 4. Paragraph 605-3.1 TIME OF APPLICATION Delete the second sentence of this paragraph and insert the following: "Joint sealant material may be applied when the air temperature and the pavement temperature are above 50°F and rising. Joint sealant material may not be applied when the weather Is foggy or when rain threatens. 5. Paragraph 605-3.2 PREPARATION OF JOINTS - Delete this entire paragraph and insert the following new paragraph: "605-3.2 PREPARATION OF JOINTS TO BE SEALED: All joints will be saw -cut and prepared and filled in a manner which meets the intent of these specifications, which is in accordance with details shown on the plans and which meets the manufacturer's suggested methods of application. The joint shall be cleaned out by the use of oil -free high pressure air jet. All methods employed in performing the work and all equipment, tools and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer, and whenever found unsatisfactory they shall be either improved to satisfactory condition or removed from the job site. 2701-98 605 - a rR Joints between portland cement concrete and bituminous pavement shoulders shall be sawcut to the dimensions shown on the drawings. The joint shall s be cleaned out by the use of an oil -free high pressure air jet. After the joints have been blown by air, the compressible filler shall be installed in the joint followed by the installation of the bond breaker, if required." 6. Paragraph 605-3.3 INSTALLATION OF SEALANTS - Delete the fourth paragraph. Preformed elastomeric joint seals are not approved for use on this project. '! 7. Paragraph 605-3.3 INSTALLATION OF SEALANTS Insert the following new paragraphs after the second paragraph: "After completion of the work, all debris resulting from the construction shall be cleaned up and removed from the site of the work to an approved place of disposal. Areas which have been disturbed during the construction shall be raked or graded as required and left in a clean and neat condition. The entire premises of the work shall be left in a clean condition satisfactory to the Engineer, and all costs of cleanup shall be included in the contract unit prices for the items of work involved." 8. Paragraph 605-4.1. Delete this entire paragraph and insert the following: "The actual linear feet of joints between new bituminous pavements and existing portland cement concrete pavements saw -cut and sealed shall be measured in the field by the Engineer within the limits shown on the plans and as determined by the Engineer. Joint sealant materials used to fill the joints between new bituminous pavements and existing portland cement concrete pavements shall be considered subsidiary to this item, and no separate measurement or payment will be made for sealant materials." 9. Paragraph 605-5.1. Delete this paragraph and insert the following: "Payment for saw -cutting and sealing joints between new bituminous shoulders and existing portland cement concrete pavements will be made at the contract unit price bid per linear foot. This price shall be full compensation for all labor, equipment, tools, materials and incidentals necessary to complete the item. Payment will be made under: Item P-605 Saw Cut and Seal Joints Between New Bituminous Pavements and Existing Portland Cement Concrete Pavements, including sealant material, per linear foot.' 2701-98 605 - b 2/17/89 AC 150/5370-10A -� ITEM P-605 JOINT SEALING FILLER DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capa- ble of effectively sealing joints and cracks in pavements. MATERIALS 605-2.1 JOINT SEALERS. Joint sealing materials shall meet the requirements of Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed contained. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification.' Each lot of preformed joint sealer delivered to the jobsite shall be accompanied by the manufacturer's certifi- cation stating that it meets the requirements of this specification. F 605-2.2 LUBRICANT. Lubricant for installation of preformed joint seal shall be a one -component po- ,.. lychloroprene compound containing only soluble phenolic resins blended together with anti -oxidants and acid acceptors in aromatic hydrocarbon solvent mixture and shall meet the following requirements: 605 - 1 AC 150/5370-10A 2/17/89 Average weight per gallon, pounds Solids content, percent by weight Film strength, psi Elongation, percent Requirements ASTM 7.8 22-28 D 1644, Method A 2,300 min. D412 750 min. D412 Each shipment of lubricant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's same, batch or lot number, and the date of manu- facture and shall be accompanied by the manufacturer's certification stating that the lubricant meets the re- quirements of the specification. This lubricant shall be stored at a temperature between 50° F (10' Q and 80' F (30' Q and shall be used within 270 days of its manufacture. 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 above [40' F (40 G)][(50' F (10' Q at the time of installation of the [preformed joint wall [poured joint sealing material]. 605-3.2 PREPARATION OF JOINTS. Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by [sandblast- ing] [wire brushing] [high pressure water blast]. Upon completion of cleaning, the joints shall be blown out with compressed air. The joint faces shall be surface dry when the seal, is applied. Prior to resealing joints, the existing joint material shall be removed to the depth as shown on the plans. If joint sealer other than that originally used is specified, all existing joint sealer shall be removed. 605-3.3 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type, 605 - 2 2/17/69 AC 150/5370-10A { constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20' F (-il' C) below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container.. A direct connecting pressure type ex- truding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. Cold Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. Sealant which does not bond to the concrete surface of the joint walls, contains voids, or fails to set to a tack -free condition will be rejected and replaced by the Contrac- *- for at no additional cost. Before sealing the joints, the Contractor shall demonstrate that the equipment and s for preparing, mining, and placing the sealant will produce a satisfactory joint Beal. This shall in- procedureclude the preparation of two small batches and the application of the resulting material. r [Preformed Elastomeric Joint Seals. Preformed joint sealer shall be placed using equipment capable of install- ing the sealer in the upright position, without cutting, nicking, distorting, or otherwise damaging the seal. Lu- bricant shall be applied to the concrete or the preformed seal, or both, and the seal shall be installed in a substantially compressed condition and at the depth below the surface of the pavement as shown in the plans. The method of installation shall be such that the joint sealer will not be stretched more than 5 percent of the minimum theoretical length, or compressed more than 2 percent. The method of installation shall be checked for stretching or compression, using transverse joint sealer. The check shall consist of installing sealer in five joints of at least 25 feet (1.5 m) in length, removing the sealer immediately after installation, and checking the length. This check may be modified by premarking or precutting the sealer to length prior to installation If this is �..• compatible with the equipment being used. If the measured length of any of these five sealers indicated that the a sealer is stretched or compressed beyond these limits, the installation shall be modified to correct the situation. Once satisfactory sealing operations have started, one joint length per every hundred shall be removed and �..� checked. If the limits are exceeded, the joint sealers on either side should be removed until the condition disap- pears. The affected joints shall be resealed in a satisfactory manner at no cost to the owner, and the method of installation shall be checked again for satisfactory procedure. The seal shall be installed in the longest practica- ble lengths in longitudinal joints and shall be cat at the joint intersections for continuous Installation of the seal in the transverse joints.] t METHOD OF MEASUREMENT 605-4.1 Joint sealing material shall be measured by the [gallon (liter)] [pound (kg)] [linear foot (meter)) of r sealant in place, complete, and accepted. d 605 - 3 AC 150/5370-10A BASIS OF PAYMENT 2/17/89 - 605-5.1 Payment for joint sealing material shall be made at the contract unit price per [gallon (liter)] [pound (kg)] [linear foot (meter)]. The price shall be full compensation for furnishing all materials, for all prepara- tion, 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 Joint Sealing Filler - per gallon (liter) Item P-605-5.2 Joint Sealing Filler - per pound (kg) Item P-605-5.3 Preformed Sealer - per linear foot (meter) ASTM D 412 ASTM D 1644 ASTM D 1854 ASTM D 2628 ASTM D 3405 ASTM D 3406 ASTM D 3569 ASTM D 3581 Fed. Spec. SS-S-200 TESTING REQUIREMENTS Tests for Rubber Properties in Tension Tests for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS Jet -Fuel -Resistant Concrete Joint Sealer, Hot -Poured Elastic Type Preformed Polychloroprene Elastomeric Joint Seals for Con- crete Pavements Joint Sealants, Hot -Poured, for Concrete and Asphalt Pave- ments Joint Sealants, Hot -Poured, Elastomeric-Type, for Portland Cement Concrete Pavements Joint Sealant, Hot -Poured, Elastometric, Jet -Fuel -Resistant Type, for Portland Cement Concrete Pavements Joint Sealant, Hot -Poured, Jet -Fuel -Resistant Type, for Port- land Cement Concrete and Tar -Concrete Pavements Sealing Compounds, Two Component, Elastomeric, Polymer Type, Jet -Fuel Resistant, Cold Applied 605 - 4 Modifications to ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE Item P-610 Structural Portland Cement Concrete of the project specifications shall be modified as follows: 1. Paragraph 610-1.1. Revise the first portion of the sentence to read: "This item shall consist of either plain or reinforced structural portland cement concrete prepared........ ....!. 2. Paragraph 610-2.2 COARSE AGGREGATE -Add the. following: "Coarse aggregate shall be well graded from coarse to fine, and sb.all meet the 1" to No. 4 gradation from Table L" ' 3. Para 6 Paragraph 1 0-2.4 CEMENT - .Revise the first sentence. to read as follows: "Cement shall conform to the .requirements of ASTM C 150, Type. L " 4. Paragraph 610-2.7. PREMOLDEDJOINT MATERIAL -Revise the first sentence to read as follows: �... "Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751 or ASTM D 1752." 5. Paragraph 610-2.9. STEEL REINFORCEMENT - Revise the first sentence to read as follows: "Steel reinforcing shall consist of deformed bars of either structural, intermediate, or hard grade billet steel meeting ASTM A 615, Grade 60, or welded wire fabric meeting ASTM A185. " 6. Paragraph 610-3.2 CONCRETE COMPOSITION - Revise the first sentence to read as follows: 1 "The concrete shall develop a''compressive strength of 3,500 psi....." 7. Paragraph 610-4.1 - Delete this paragraph and insert the following: j M "Portland Cement Concrete shall not be measured, and no separate payment will be made for this item" 2701-98 610 - a r- id 8. Paragraph 610-4.2 - Delete this paragraph. 9. Paragraph 610-5.1 - Delete this paragraph and insert the following: "Portland Cement Concrete shall be considered subsidiary to other items in the bid form, and no separate payment shall be made for this item. The cost for portland cement concrete shall be included in other items in the bid form. P k PM 2701-98 610 - b r rr"* 2/17/89 AC 160/5370-10A ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of (plain)(reinforced] structural portland cement concrete, prepared and con- structed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the 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 con- crete is placed therein. In no case shall the use of pit -run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2, when tested in accordance with ASTM C 136: TABLE 1. GRADATION FOR COARSE AGGREGATE Sieve Designation (square openings) Percentage by Weight Passing Sieves No. 4 to 3/1 in.(4.75-19.0 mm) 100 90400 20-55 0-10 No. 4 to 1 in.(4.75-25.0 mm) 100 90-100 25-60 0-10 No. 4 to 1 % in.(4.75-38.1 100 95-100 35-70 10-30 0-5 mm) 610 - 1 AC 150/6370-10A 2/17189 TABLE 2. GRADATION FOR FINE AGGREGATE Sieve Designation (square openings) Percentage by Weight Passing Sieves 100 'Ys inch (9.5 mm) No. 4 (4.75 mm) 95-100 No. 16 (1.18 mm) 45-80 No. 30 (0.60 mm) 25-55 No. 50 (0.30 mm) 10-30 No. 100 (0.15 mm) 2-10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may accepted, pro- vided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementi- tious materials other than portland cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. Cement shall conform to the requirements of [ ] Type [ I The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegeta- ble matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material. the Contractor shall be required to submit the results of com- plete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the 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. Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting the requirements of ASTM C 618. Air -entraining admixtures shall meet the requirements of ASTM C 260. Air -entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, Type A, water - reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM [ ] 610 - 2 9p� 2/17/89 AC 160/5370-10A 610-2.8 JOINT FII.I.ER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified in the proposal. 610-29 STEEL REINFORCEMENT. Reinforcing shall -consist of [ ] conforming to the require- ments of [ ]. 610-2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications: Waterproof Paper for Curing Concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 309, Type 2 CONSTRUCTION METHODS 610,31 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and inci- dental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of suffi- cient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of [ ] psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of entrained air, plus or minus I percent, as determined by ASTM C 231 and shall have a slump of not more than 4 inches (10 cm) as determined by ASTM C 143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accord- ance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. 1 Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. r 1 610 - 3 AC 150/5370-10A 2/17/89 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 610-3.7 MIXING CONDTI ONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40' F (4' C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50' (10' C) nor more than 100' F (38' C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall be con- structed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. 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 the Contractor when required. 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise ap- proved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a dis- tance of more than 5 feet (1.5 m), or depositing a large quantity at one point, will not be permitted. Con- crete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. 610 - 4 2/17/89 AC 160/5370-10A r The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When !� necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and -ade- quate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the rein- forcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segrega- tion occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. r610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars !" or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete which has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimen. sions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610-3.14 DEFECTIVE WORK. Any defective work disclosed after the forms have been removed shall be r immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactori- ly, the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FI1%1ISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed " while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden ' float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Con- tractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by cover- ing with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface 'covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. �., 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. �► 610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40' F (4' C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between SO' and 100' F (10' and 38' Q. Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of �... cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, 610 - 5 AC 150/5370-10A 2/17/89 canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the tempera- ture of the mix at not less than 50' F (10' C) until at least 60% of the designed strength has been attained. 610-3.19 FIIJUNG JOINTS. All joints which require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 Portland cement concrete shall be measured by the number of cubic yards (cubic meters) of con- crete complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, falsework, cofferdams, pumping, bracing, expansion joints, or finishing of the con- crete. No deductions in yardage shall be made for the volumes of reinforcing steel or embedded items. 610-4.2 Reinforcing steel shall be measured by the calculated theoretical number of pounds (kg) placed, as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars of equal nominal size. If so indicated on the plans, the poundage to be paid for shall include the weight of metal pipes and drains, metal conduits and ducts, or similar materials indicated and included. BASIS OF PAYMENT 610-5.1 Payment shall be made at the contract unit price per cubic yard (cubic meter) for structural port - land cement concrete and per pound (kg) for reinforcing steel. These prices shall be full compensation for furnishing all materials and for all preparation, delivering and installation of these materials, and for all ` labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-610-5.1 Item P-610-5.1 ASTM C 31 ASTM C 39 ASTM C 136 ASTM C 138 ASTM C 143 ASTM C 231 ASTM A 184 ASTM A 185 Structural Portland Cement Concrete —per cubic yard (cubic meter) Steel Reinforcement —per pound (kg) TESTING REQUIREMENTS Making and Curing Test Specimens in the Field Compressive Strength of Cylindrical Concrete Specimens Sieve or Screen Analysis of Fine and Coarse Aggregate Unit Weight, Yield, and Air Content of Concrete Slump of Portland Cement Concrete Air Content of Freshly Mixed Concrete by the Pressure Method MATERIAL REQUIREMENTS Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement Welded Steel Wire Fabric for Concrete Reinforcement 610 - 6 r� 2/17/89 AC 150/5370-10A ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete Pavement ASTM A 615 Deformed and Plain Billet -Steel Bars for Concrete Reinforce- ment r` ASTM C 33 Concrete Aggregates ASTM C 94 Ready -Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 260 Air -Entraining Admixtures for Concrete r ASTM C 309 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 595 Blend Hydraulic Cements 4 ASTM C 618 Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Con- crete Paving and Strucft%W Construction ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expan- sion Joint Fillers for Concrete Paving and Structural Con- struction 7 610 - 7 r ••• Modifications to ITEM P-620 RUNWAY AND TAXIWAY PAINTING Item P-620 Runway and Taxiway Painting, of the project specifications shall be modified as follows: 1. Paragraph 620-1.1 - Add the following sentence to this paragraph: "This item shall also include reflective media as specified under paragraph 620-2.2 of this section." 2. Paragraph 620-2.1 Paint - Runway and taxiway paint shall meet the requirements of Federal { Specification TT-P-1952B. Paint used to mark temporary displaced threshold or temporary closed runway may consist of diluted paint meeting this specification. 3. Paragraph 620-3.2 Eguipment - Insert the following paragraph: "The mechanical marker shall be an atomizing spray -type marking machine suitable for the application of 'traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply marking of uniform cross sections and clear-cut edges without running or spattering." 4. Paragraph 620-3.3 Preparation of Surface - Insert the following immediately after the first paragraph: "If paint flakes off or comes loose during the Contractor's guaranty period, the painted area shall be re -cleaned and re -painted at the Contractor's , expense." 5. Paragraph 620-3.5 APPLICATION - In the third sentence of the second subparagraph, insert r. "48 hours" into the blank provided. 6. Insert the following new paragraph:' "3.7 Defective Workmanship or Material. When any - material not conforming to the requirements of the specifications or plans has been •- delivered to the project or incorporated int eh work or any work performed is of inferior quality, such material or work shall be considered defective and shall be corrected as 'directed by the Engineer, at the Contractor's r- expense. 7. Add the following new paragraph. r "620-3.7 REMOVING MARKINGS -Markings or stripes which are to be removed shall be removed by sandblasting or water blasting. Care shall be r 2701-98 620 a r. taken so that the pavement surface is not damaged in the removal process. After the markings have been removed from the paving, bituminous surfaces shall be covered with an asphaltic emulsion and concrete surfaces shall be covered with white pigmented curing compound." 8. Paragraph 4. METHOD OF MEASUREMENT - The quantity of measurement of runway and taxiway painting and removal of runway and taxiway marking to be paid for shall be the number of square feet of painting or removal, including reflective media, regardless of the color of the paint applied or removed. Reference to measurement by any other basis shall be deleted. 8. Paragraph 5. BASIS OF PAYMENT - Payment shall be made at the contract unit price per square foot for runway and taxiway painting, including reflective media and removal of runway and taxiway marking. Reference to payment any other basis shall be deleted. Payment will be made under: Item P-620, Runway and Taxiway Painting, including temporary and permanent marking, per square foot; and Item P-620, Remove Temporary Runway and Taxiway Marking, per square foot. " 2701-98 620 - b AC 150/6370-10A CHG 9 9110196 ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor sluall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be [Waterborne, Epoxy, Methacrylate, or Solvent base] in accordance with the requirements of paragraph 620-2.2[ ]. Paint shall be furnished in [ ] in accordance with Federal Standard No 595. Paint shall be furnished in [Type I — Standard drying time for no -pick-up] [Type II — Fast drying time for no -pick-up] when tested in accordance with ASTM D 711. a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952. b. EPDXY. Paint shall be a two component, minimum 99 percent solids type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: Titanium Dioxide, ASTM D 476, type II shall be 18 percent minimum (16.5 percent minimum at 100 percent purity). (b) Yellow and Colors: Titanium Dioxide, ASTM D 476 type II shall be 14 to 17 percent. Organic yellow, other colors, and tinting as required to meet color standard. Epoxy resin shall be 75 to 79 percent. 4 ; 620 — 1 9/10/96 AC 150/5370-10A CHG 9 (2) Epoxy Content. Component A. The weight per epoxy equivalent, «•hen tested in accordance with ASTM D 1652 shall be the manufacturer's target plus or minus 50. (3) Amine Number. Component B. When tested in accordance with ASTM D 2074 shall be the manufacturer's target plus or minus 50. (4) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen, as defined in 29 CFR 1910.1200. (5) Daylight Directional Reflectance: (a) White: The daylight directional reflectance of the white paint shall not be less than 75 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141, Method 6121. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 38 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (6) Accelerated weathering. (a) Sample preparation. Apply the paint at a wet film thickness of 0.013 inch (0.33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Federal Test Method Standard No. 141, Method 2013. Air dry the sample 48 hours under standard conditions. (b) Testing conditions. Test in accordance with ASTM G 53 using both Ultra Violet (UV- B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 degrees C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2b(5) above. Evaluate for conformance with the color requirements. (7) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (8) Dry opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141. The wet film thickness shall be 0.015 inch (0.12 mm). The minimum opacity for white and colors shall be 0.92. (9) Abrasion resistance. Subject the panels prepared in paragraph 620-2.2b(6) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 inch (18.97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: five liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films shall require not less than 150 liters of sand for the removal of the paint films. (10) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. c. METHACRYLATE. Paint shall be a two component, minimum 99 percent solids type system conforming to the following: (1) Pigments. Component A. Percent by weight. (a) White: 620 — 2 AC 160/5370-10A CHG 9 9/10/96 P Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Methacrylate resin shall be 18 percent minimum. r" (b) Yellow and Colors: E Titanium Dioxide, ASTM D 476, type II shall be 6 percent minimum. Organic yellow, other colors, and tinting as required to meet color standard. Methacrylate resin shall be 18 percent minimum. (2) Prohibited Materials. The manufacturer shall certify that the product does not contain mercury, lead, hexavalent chromium, halogenated solvents, nor any carcinogen, as defined in 29 CFR 1910.1200. (3) Daylight Directional Reflectance: (a) White: The daylight directional reflectance of the white paint shall not be less than 80 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141, Method 6121. (b) Yellow: The daylight directional reflectance of the yellow paint shall not be less than 55 percent (relative to magnesium oxide), when tested in accordance with Federal Test Method Standard No. 141. The x and y values shall be consistent with the Federal Hegman yellow color standard chart for traffic yellow standard 33538, or shall be consistent with the tolerance listed below: x .462 x .470 x .479 x .501 y .438 y .455 y .428 y .452 (4) Accelerated weathering. (a) Sample preparation. Apply the paint at a wet film thickness of 0.013 inch (0.33 mm) to four 3 by 6 inch (8 by 15 cm) aluminum panels prepared as described in Method 2013 of Federal Test Method Standard No. 141. Air dry the sample 48 hours under standard conditions. (b) Testing conditions. Test in accordance with ASTM G 53 using both Ultra Violet (UV- B) Light and condensate exposure, 72 hours total, alternating 4 hour UV exposure at 60 degree C, and 4 hours condensate exposure at 40 degrees C. (c) Evaluation. Remove the samples and condition for 24 hours under standard conditions. Determine the directional reflectance and color match using the procedures in paragraph 620-2.2c(3) above. Evaluate for conformance with the color requirements. (5) Volatile Organic Content. Determine the volatile organic content in accordance with 40 CFR Part 60 Appendix A, Method 24. (6) Dry opacity. Use Procedure B, Method B of Method 4121 of Federal Test Method Standard No. 141. The wet film thickness shall be 0.015 inch (0.12 mm). The minimum opacity for white and colors shall be 0.92. (7) Abrasion resistance. Subject the panels prepared in paragraph 620-2.2c(4) to the abrasion test in accordance with ASTM D 968, Method A, except that the inside diameter of the metal guide tube shall be from 0.747 to 0.750 inch (18.97 to 19.05 mm). Five liters of unused sand shall be used for each test panel. The test shall be run on two test panels. [Note: five liters of sand weighs 17.5 lb. (7.94 kg).] Both baked and weathered paint films r shall require not less than 150 liters of sand for the removal of the paint films. i (8) Hardness, Shore. Hardness shall be at least 80 when tested in accordance with ASTM D 2240. d. SOLVENT BASE. Paint shall meet the requirements of Federal Specification [TT-P-85, or TT-P-1101. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements of Fed. Spec. TT-B-1325, F 620 — 3 9/10196 AC 15015370-10A CHG 9 [ ]. Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. 1620-2.4 SILICA SAND. Silica sand shall be foundry grade silica sand composed of at least 99.5 percent silicon dioxide when tested in accordance with ASTM C 146. The gradation of the silica sand shall meet the paint manufacturer's recommendations and shall approximate a 50/60 graded sand when tested in accordance with ASTM C-136.1 CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 degrees F (7 degrees C) and rising. 620-3.2_ EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead and/or silica sand dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials. [Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high pressure water shall be used to remove curing materials.] 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. [The locations of markings to receive silica sand shall be shown on the plans.] 620 — 4 AC 16015370-10A CHG 9 9110196 - 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface have been approved by the Engineer. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner %%ill not be permitted. A period of ( J shall elapse between placement of a bituminous surface course or seal coat and application of the paint. TABLE 1. APPLICATION RATES FOR PAINT, GLASS BEADS, AND SILICA SAND Paint Glass Beads, Type I, Glass Beads, Silica Sand Square feet per Gradation A Type III Pounds per gallon gallon, ft2/gal Pounds per gallon of Pounds per gallon of of paint—IbJgaL (Square meters per paint—lb./gal. paint—IbJgal. (Kilograms per Paint Type liter, m2/I) (Kilograms per liter (Kilograms per liter liter of paint—kg/1 of paint—kg/l) of paint—kg/l 620 — 5 19/10/96 AC 160/6370-10A CHG 9 The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and the dimensions shall be within a tolerance of plus or minus 5 percent. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass beads shall not be applied to black paint. [Silica sand shall be distributed upon the marked areas at the locations shown on the plans to receive silica sand immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing silica sand. Silica sand shall be applied at the rate(s) shown in Table 1. Glass beads [and silica sand] shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 6204.1 The quantity of runway and taxiway markings to be paid for shall be [the number of square feet (square meters) of painting [, the number of pounds (kilograms of silica sand,] and the number of pounds (kilograms) of reflective media] [one complete item in place] performed in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract [price per square foot (square meter)] [lump sum price] for runway and taxiway painting [, [price per pound (kilogram)] [lump sum price] for silica sand,] and [price per pound (kilogram)] [lump sum price] for reflective media. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620-5.1-1 Runway and Taxiway Painting [per square foot (square meter)] [lump sum] Item P-620-5.1-2 Reflective Media [per pound (kilogram)] [lump sum] Item P-620-5.1-3Silica Sand [per pound (kilogram)] [lump sum] 620 — 6 �~ AC 16016370-10A CMG 9 9110/96 r TESTING REQUIREMENTS ASTM C-146 Chemical Analysis of Glass Sand ASTM C 371 Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup r i ASTM D 711 No -Pick -Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings ,.. } by Falling Abrasive ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins r" ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method !� ASTM D 2240 Test Method for Rubber Products-Durometer Hardness ASTM G 53 Operating Light and Water -Exposure Apparatus (Florescent W-Condensation f.. i Type) for Exposure of Nonmetallic Materials. Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Standard No. 141 Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Titanium Dioxide Pigments -Code of Federal Regulations 40 CFR Part 60, Appendix A 29 CFR Part 1910.1200 Fed. Spec. TT-B-1325 Beads (Glass Spheres) Retroreflective Fed. Spec. 17-P-85 Paint, traffic and Airfield Marking, Solvent Base Fed. Spec. TT-P-110 Paint, Traffic Black (Nonreflectorized) Fed. Spec. TT-P-1952 Paint, traffic and Airfield Marking, Waterborne Federal Standard 595 Colors used in Government Procurement F I 620 — 7 ,n r+w Modifications to ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS r Item D-701 Pipe for Storm Drains and Culverts of the project specifications shall be modified as follows: 1. Paragraph 701-1.1. Delete the words "reasonably close." 2. Paragraph 701-2.2 PIPE. Pipe for storm drains and culverts shall conform to the requirements of ASTM C 789 and ASTM C850, specifications for precast reinforced concrete box sections. r Delete all other items in this paragraph. 1 3. Paragraph 701-2.3 CONCRETE. Delete this paragraph. 4. Paragraph 701-2.4 RUBBER GASKETS. Delete this paragraph and insert the following: E "701-2.4 PREFORMED BITUMINOUS GASKET JOINTS. Preformed 4 bituminous gaskets for concrete nonpressure pipe shall conform to the requirements of Fed. Spec. SS-S-00210 (GSA-FSS), and shall be Ram-Nek or approved equal." 5. Paragraphs 701-2.6 through 701-2.9. Delete these paragraphs. 6. Paragraph 701-3.2a. Rigid Pipe. Pipe bedding shall be Class C. Delete requirements for Class A and Class B bedding. 7. Paragraphs 701-3.2b and 701-3.2c. Delete theseparagraphs. 8. Paragraph 701-3.3 LAYING PIPE. In the first subparagraph, delete reference to flexible pipes. Delete the second and third subparagraphs and insert the following: 1 "The Engineer shall inspect all pipe before it is laid, and reject any section that is damaged by handling or is defective to a degree which will materially affect the function and ,service of the pipe. The pipe shall be fu-n.fly and i accurately set to line and grade so that the invert will be smooth and uniform. The Contractor shall provide for the temporary diversion of storm water in order to permit the installation of the pipe under dry conditions." r 9. Paragraph 701-3.4 JOINING PIPE. Delete this paragraph and insert the following: r- "701-3.4 JOINING PIPE. Pipe joints for concrete pipe shall be of the tongue and groove type.The joints shall be water tight. Each joint .dWl be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as recommended by the pipe manufacturer. 2701-98 701 - a t OW r PM Mortar shall be of the desired consistency for caulking and filling between the pipe and the drainage structure. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted." 10. Paragraph 701-3.5 BACKFILLING. Delete the fifth subparagraph. 11. Paragraphs 701-4.2 and 701-4.3. Delete these paragraphs. 12. Paragraph 701-5.1. In the first subparagraph, delete references to payment for pipe cradles and for rock excavation. Delete the third subparagraph and insert the following: "Payment will be made under: Item 701, 18-inch Reinforced Concrete Pipe, Class III, complete in place, per linear foot; and Item 701, 30-inch Reinforced Concrete Pipe, Class III, complete in place, per linear foot." 2701-98 701 - b P 1 5120/98 AC 150/5370-10A CHG 11 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS t DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these spe 1mations and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and speed below. 701-2.2 PIPE. Metallic Coated Comugated Steel Pipe (Type I, IR or 11) ASTM A 760 Crahmn zed Steel Corrugated Structural Plates and Fasteners for Pipe, Pipe -Arches, and Arches ASTM A 761 Polymer Precoated Corrugated Steel Pipe for Sewers and Drains ASTM A 762 Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM A 849 Fiber -Bonded Asphalt, Composite Coated, Corrugated Steel Pipe ASTM A 985 Corrugated Alumirwm Alloy Culvert Pipe ASTM B 745 Vitrified Clay Pipe ASTM C 700 Non -Reinforced Concrete Pipe ASTM C 14 Reinforced Concrete Pipe ASTM C 76 Reinforced Concrete D-Load Pipe ASTM C 655 Reinforced Concrete Arch Pipe ASTM C 506 Reinforced Concrete Elliptical Pipe ASTM C 507 Precast Reinforced Concrete Boa Sections ASTM C 799 and C 850 Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings ASTM F 794 Based on Controlled Inside Diameter Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F 949 Bituminous -Coated Corrugated Metal Pipe and Pipe Arches AASHTO M 190 Bitununous-Coated Corrugated Aluminum un Alloy Cutven. Pipe AASHTO M 190 and M 196 Bituminous -Coated Structural Plate Pipe, Pipe Arch, and Arches AASHTO M 167 and M 243 Aluminum Alloy Structural Plate for Pipe, Pipe Arch, and Arches AASHTO M 219 Polyvirryl Chloride (PVC) Pipe ASTM D 3034 Corrugated Polyethylene Drainage Tubing AASHTO M 252 Corrugated Polyethylene Pipe AASHTO M 294 Poly (Vuryl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based AASHTO M 304 on Controlled Inside Diameter 701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimuun compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C 94. 701-2.4 RUBBER. GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C 443. Rubber gaskets for PVC pipe shall conform to the requirements of ASTM F 477. Rubber gaskets for zinc-0oated steel pipe and preooated galvanized pipe shall conform to the requirements of ASTM D 1056, for the "RE" closed cell grades. 701-2.5 JOINT MORTAR Pipe joint mortar shall consist of one part portiand cement and two parts sand. The portlaW cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. AC 15015370-10A 2/17189 701-2.6 OAKUM. Oakum for joints in bell and spigot pipe shall be made from hemp (Cannabis Sativa) line, or Benares Sunn fiber, or from a combination of these fibers. The oakum shall be thoroughly corded and finished 701-2.7 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D 1190. 701-2.8 PLASTIC GASICI:"T8. Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). 701-2.9 COMPRESSION JOINTS. Materials for compressionjoints for vitrified clay pipe shall meet the requirements of ASTM C 425. CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical Where rock, hardpan, or other urrfielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 12 inches (300 mm) or one-half inch (12 mm.) for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The width of the excavation shall be at least 1 foot (30 cm) greater than the horizontal outside diameter of the pipe. The excavation below grade shall be back filled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 nun) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a Rigid Pipe. Class A bedding shall consist of a contimmus concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10 percent of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or selected sandy soil, all of which passes a 318 inch (9 mm) sieve and not more than 10 percent of which passes a No. 200 (0.075 mm) sieve. Class C bedding shall consist of bedding the pipe in its natural foundation to a depth of not less than 10 percent of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. 701 — 2 t 2/17/89 AC 150/5370-10A b. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth in. mm in. mm Vs 12.5 1 25.0 1 25.0 2 50.0 2 50.0 3 75.0 2% 62.5 3Y2 $7.5 e. PVC and Polyethylene Pipe. For PVC and polyethylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4-inch (13 mm). For pipes installed under paved areas, no more than 12 percent of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50 percent of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extend up around the pipe for a r depth of not less than 50 percent of the pipe's vertical outside diameter. 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed up- grade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coin- cides with the flow line. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 JOINING PIPE. Joints shall be made with (1) portland cement mortar, (2) portland cement grout, (3) rubber gaskets, (4) oakum and mortar, (5) oakum and joint compound, or (6) plastic gaskets. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the f pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to f retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. Where oakum is used, the joint shall be caulked with the oakum and then sealed with joint compound or mortar. a Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before mortar or grout is applied. �. b. Metal Pipe. Metal pipe shall be firmly joined by form fitting bands conforming to the require- ments of ASTM A 760 for steel pipe and AASHTO M 196 for aluminum pipe. c. PVC and Polyethylene Pipe. Joints for PVC pipe shall conform to the requirements of ASTM D 3212. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252. d. Vitrified Clay Pipe. Fittings for vitrified clay pipe shall conform to the requirements of ASTM ^ C 700. Materials for compression joints shall conform to the requirements of ASTM C 425. f 701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's ex- pense. Material for backfill shall be fine, readily compatible soil, or granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on E , a 2-inch (50.0 mm) sieve, chunks of highly plastic clay. or other objectionable material. No less than 95 a percent of a granular backfill material shall pass through a 1/2 inch (12 mm) sieve, and no less than 95 percent of it shall be retained on a No. 4 (4.75 mm) sieve. i 701-3 AC 150/6370-IOA 2/17/89 When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) on both sides of the pipe and shall be brought up one foot (30 cm) above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thor- oughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not ex- ceeding 6 inches (150 mm) and shall be brought up evenly on both sides of the pipe to 1 foot (30 cm) above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter of 12 feet (3.5 m), whichever is less. For PVC and polyethylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches (300 mm) over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet (meters) of pipe in place, completed, and ap. proved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. 701-4.2 The volume of concrete for pipe cradles to be paid for shall be the number of cubic yards (cubic meters) of concrete which is completed in place and accepted. 701-4.3 The volume. of rock to be paid for shall be the number of cubic yards (cubic meters) of rock excavated. No payment shall be made for the cushion material placed for the bed of the pipe. BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot (meter) for each kind of pipe of the type and size designated; at the contract unit price per cubic yard (cubic meter) of concrete for pipe cradles; and at the contract unit price per cubic yard (cubic meter) for rock excavation. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, exca- vation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item 701-5.1 Item 701-5.2 Item 701-5.3 ASTM A 760 [ ] inch [ ] per linear foot (meter) Concrete for pipe cradles --per cubic yard (cubic meter) Rock excavation —per cubic yard (cubic meter) MATERIAL REQUIREMENTS Corrugated Steel Pipe, Metallic -Coated for Sewers and Drains it 701 - 4 5/20/98 AC 150/5370-10A CHG 11 r• ASTM A 761 Steel Galvanized, Corrugated Structural Plates and Fasteners for Pipe, Pipe -Arches, and Arches ASTM A 762P=oated (Polymeric) Galvanized Steel Sewer and Drainage Pipe ASTM A 849Past-Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe AS71M A 885 Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated Steel Sewer, Culvert, and Underdmin Pipe ASTM B 745 Corrugated Aluminum Alloy Culvert Pipe ASTM C 14 Concrete Sewer, Stone Drain, and Culvert Pipe ASTM C 76 Reinforced Concrete Culvert, Storm Dram, and Sewer Pipe ASTM C 94 Ready Mixed Concrete t ASTM C 144 Aggregate for Masonry Mortar E C 150 Portland Cement 7ASTM ASTM C 425 Compression Joints for Vitrified Clay Pipe ASTM C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C 506 Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe r iP- ASTM C 507 Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe ASTM C 655 Radorced Concrete D-Load Culvert, Storm Drain and Sewer Pipe ASTM C 700 Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated ASTM C 789 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers ASTM C 850 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers with Less than 2 feet of Cover r+• ASTM D 1056 Flexible Cellular Materials —Sponge or Expanded Rubber ASTM D 1190 Concrete Joint Sealer, Hot Poured Elastic Type ` ASTM D 3034 Type PSMPoly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings t• f ASTM D 3212 Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomenc Seals ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe r ASTM F 794 Poly Chloride) Rubbed Drain Pipe & Fittings Based Controlled Inside (Vuryl on Diameter ASTM F 949 Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings .- AASHTO M 190 Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches i" AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains AASHTO M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets r 701-5 AC 150/5370.10A CHG 11 5/20/98 AASHTO M 219 Aluminum Alloy Structural Plate for Pipe, Pipe -Ashes, and Arches AASHTO M 243 Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M 252 Corrugated Polyethylene Drainage Tubing AASHTO M 294 Corrugated Polyethylene Pipe AASHTO M 304 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter 701 — 6 No Text rr r Payment will be made under: Item D-752, Reinforced Concrete Headwall for 18-inch RCP Culvert, complete, per each; Item D-752, Reinforced Concrete Inlet Box for 18-inch RCP Culvert, complete, per each; and rftItem D-752, Reinforced Concrete Headwall for 30-inch RCP Culvert, complete, per square yard." 7 2/17/89 AC 150/5370-10A ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND MISCELLANEOUS DRAINAGE STRUCTURES DESCRIPTION 7S2-1.1 This item shall consist of [ - - : • ] concrete culverts, headwalls, and miscellaneous drain- age structures constructed in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 752-2.1 CONCRETE. [ .] concrete shall meet the requirements of Item P-610. CONSTRUCTION METHODS 752-3.1 UNCLASSIFIED EXCAVATION. a. Trenches and foundation pits for structures or structure footings shall be excavated to the lines and grades or elevations shown on the plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excava- tion to fuuil grade shall not be made until just before the concrete or reinforcing steel is to be placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation. d. Unless otherwise provided, bracing, sheathing, or shoring involved therewith shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished concrete. The cost of removal shall be included in the unit price bid for excavation. e. After each excavation is completed, the Contractor shall notify the Engineer to that effect, and con- crete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. t 752-3.2 BACKFILLING. a. After a structure has been completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compated. The field density of the compacted material shall be at least 90 percent of the maximum density for cohesive soils and 95 percent of the maximum density for noncohesive soils. The maximum density shall be determined in r" accordance with ASTM D 698. The field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. b. No backfilling shall be placed against any structure until permission is given by the Engineer. In the r case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under the supervision of the Engineer establish that the concrete has attained suffi- cient strength to provide a factor of safety against damage or strain in withstanding any pressure created by *� the backfill or the methods used in placing it. ' 752 - 1 AC 150/6370-10A 2/17189 c. Fill placed around concrete culverts shall be deposited on both sides at the same time and to ap- proximately the same elevation. Care shall be taken to prevent any wedging action against the structure, and all slopes bounding or within the areas to be backfilled shall be stepped or serrated to prevent wedge action. d. Backfill will not be measured for direct payment. Performance of this work under the contract is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for "unclassified excavation for structures." 752-3.3 WEEP HOLES. Weep holes shall be constructed as shown on the plans. 752-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embank- ment, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 752-4.1 The quantity of unclassified excavation for structures to be paid for shall be the number of cubic yards (cubic meters), measured in original position, of material excavated in accordance with the plans, or as directed by the Engineer; but in no case shall any yardage be included in the measurement for payment which is outside of a volume bounded by vertical planes 18 inches (45 cm) outside of and parallel to the hebt a:...i of the footings. 752-4.2 Concrete shall be measured by the number of cubic yards (cubic meters) of concrete, complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, false work, cofferdams, pumping, bracing, expansion joints, or finishing of the concrete. No deduc- tions in yardage shall be made for the volumes of reinforcing steel or embedded items. 752-4.3 The quantity of reinforcing steel to be paid for shall be the calculated theoretical number of pounds (kilograms)placed as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars, as the case may be, of equal nominal size. BASIS OF PAYMENT 752-5.1 Payment will be made at the contract unit price per cubic yard (cubic meter) for unclassified exca- vation for structures; at the contract unit price per cubic yard (cubic meter) for concrete for the structures; and at the contract unit price per pound (kilogram) for reinforcing steel. These prices shall be full compen- sation for furnishing all materials and for all preparation, excavation, and placing the materials, and for all labor, equipment, tools, and incidentals necessary to complete the structure. Payment will be made under: Item D-752-5.1 Unclassified Excavation for Structures --per cubic yard (cubic meter) Item D-752-5.2 Structural Concrete --per cubic yard (cubic meter) Item D-752-5.3 Reinforcing Steel —per pound (kilogram) 752 - 2 2/17/89 AC 150/5370-10A TESTING REQUIREMENTS ASTM D 698 Moisture -Density Relations of Soils and Soil -Aggregate Mix. tures Using 5.5 lb (2.49 kg) Rammer and 12-in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 2167 Density of Soil in Place by the Rubber-Ballon Method 752 - 3 '+" - Modifications to ITEM F-162 CHAIN LINK FENCES, GATES AND APPURTENANCES Item F-162 Chain Link Fences, Gates and Appurtenances of the project specifications shall be modified as follows: 1. Paragraph 162-1.1 - Add the following: r" "This item shall also consist of furnishing and erecting or installing cantilever sliding gates in accordance with these specifications and the details shown on the plans or as directed by the Engineer. rThis item shall also include the removal and salvage of existing fence and removal and salvage of existing gates. 2. Paragraph 162-2.1 - Delete the paragraph and insert the following: "The fabric shall be woven from a 9 gauge aluminum -coated steel wire in a 2 inch mesh and shall conform to the requirements of ASTM A491." 3. Paragraph 162-2.2 - This paragraph shall be modified to read as follows: "Barbed wire shall be 2-strand 121h gauge zinc -coated wire with 4-point barbs, ` and shall conform to the requirements of ASTM'A-121, Class 3, Chain Link Fence Grade." 4. Paragraph 162-2.3 Delete this entire paragraph and insert the following: r "Posts, top rails and braces shall be of zinc -coated steel and shall conform to all applicable requirements of Fed. Spec. RR-F-191/3C as modified herein. Chain -link fence posts, top rails and braces shall be of the following types and classes as specified: ,j Type I - Posts II Class 1 - Steel Pipe Class 3 Formed Steel Sections Class 4 - Steel H Sections Class 5 Steel Square Sections Class 6 - Steel C Sections r Type 11- Top Rails Class 1 - Steel Pipe Class 2 - Steel C Sections 2701-98 162-a Ii � k. Type III - Braces r- Class l - Steel Pipe Class 2 - Steel C Sections End, corner and pull posts shall be as specified in Fed. Spec. RR-F-191/3C and shall be 2.875 inches O.D. pipe, 5.79 pounds per foot or 2.5 inches square, 5.70 pounds per foot. Intermediate line posts shall be 2.375 inches O. D. pipe, 3.65 pounds per foot, or H-section weighing at least 4.10 pounds per foot or standard C-section minimum 1.875"xl.625" weighing at least 2.28 pounds per foot. Steel pipe used for top rails and braces shall be 1.660 inches O.D. or larger and shall weigh not less that 2.27 pounds per foot. Steel C-sections used for top rails and braces shall be C-rail minimum 1.625" x 1.25" weighing at least 1.35 pounds per foot. Weight of the zinc -coating shall be not lest; than 1.6 ounces per square foot." 5. Paragraph 162-2.4 - Delete this paragraph and insert the following: "Chain -link fence gates shall be of the following types, as specified and as "� shown on the drawings. Type I - Cantilever Sliding All gates shall conform to the applicable requirements of Fed. Spec. RR-F- 191/2 as modified herein or as shown on the drawings or approved equal. All r. gate frames and hardware shall be of zinc -coated steel or square aluminum tubing. Weight of zinc -coating shall be not less that 1.8 ounces per square foot. Fabric shall be the same as used for adjacent fencing. Gates shall have barbed wire top when installed in fencing with barbed wire top or as noted on the plans. The Type I - Single Cantilever Sliding gates shall include the following operational items and appurtenances: 1. Cantilever slide gate. ,.. 2. Signage - Barrier. 3. All rails, truck assemblies, wheels, etc. for a complete installation. Sliding Gates Type I gates are single slide gates and shall be of the cantilever design. The structure shall be a cantilever system fabricated in sections or in single units depending on size constraints, then shop or field assembled to make a complete gate assembly. All gate fittings, other than the trucks, shall be galvanized steel. Fabric and barbed wire, matching the line fence, shall fill the entire gate frame r� and shall be securely stretched and held by hook bolts and tension rods on sides of the gate frame. The gate shall be completed by installation of an approved chain -link fabric as specified, and tied securely to the gate frame vertical with aluminum tie wires. �` 2701-98 162-b r .• The gate and installation shall conform to ASTM F-1184, Type Il., Class 2 standards for aluminum cantilever slide gates. Gates shall be Fortress, ,.., Cantilever Slide Gates as manufactured by Tymetal Corporation, Inc. (Rudy Houseman - (770) 979-2751) or approved equal. A. Cantilever Slide Gates The gate frame shall be fabricated from 6063-T6 aluminum alloy extrusions. The top member being a 3" x 5" aluminum structural tube channel/tube extrusion weighing not less than 3.93 lbs/]f. The bottom member being a 2" x 5" aluminum structural tube weighing not !" less than 2.0 lbs/lf. The top and bottom members are joining by welding 2" x 2" aluminum alloy tubing weighing 1.1 lbs/lf to the top and bottom members. The spacing for the 2" x 2" tubing shall be no greater than the height of the gate with a I" x 2" weighing .83 lbs/lf equally bisecting the distance between the 2" x 2"'s. The gate frame shall have a separate semi -enclosed track of extruded aluminum alloy, which when shop or field riveted to the assembled gate frame, becomes an integral part of and forms a composite structure with, the top of the gate frame. Rivets shall be internal "exploding" type, of totally rust -proof material, and shall be placed alternately along the top and side of the track at 1'0" centers. PM B. Trucks The 16 - 25 foot gate frames are to be supported from the track by two MW self. aligning, 4-wheel, sealed lubricant, ball -bearing truck assemblies. The 30- foot gate frame is to be supported from the track by two self aligning, 8-wheel (heavy duty), sealed lubricant, ball bearing truck assemblies. The bottom of the OM support posts shall be equipped with two pair of rubber guide wheel,,. C. Cross Bracing The gate shall include cross bracing of 3/ 16" stainless steel aircraft cable throughout the opening portion of the gate to provide a ready means for vertical adjustment. D. Bottom Guides Bottom guides shall be provided for each side of the gate frame and shall be located at the bottom of the gate at each support post. Cantilever slide gates over 22-feet in length shall have a ground roller assembly installed to support the back end of the gate when the gate is in the open position. E. Support Posts Support posts shall be 4" O.D. galvanized steel, weighing 9.1 lbs./ft. Concrete footings shall be as indicated on the plans. It is the responsibility of the Contractor and gate manufacturer to provide a gate and installation which will provide long life, ease of operation and a structure that can withstand sustained wind of 70 mph. Si ns Reflectorized barrier signs shall be fabricated in accordance with Item 636 OM (Aluminum Signs) as specified in the Texas State Department of Highways and Public Transportation Standard Specifications for Construction of Highways, 2701-98 162-c r r ■•. Streets and Bridges. Signs shall be sized and marked as shown on the plans, and shall be furnished and installed on the gates or at other locations as directed by the Engineer. The signs shall be attached and positioned on the gates as shown on the drawings, or as directed by the Engineer. The signs shall be securely bolted in a horizontal position to the chain link fabric, or fence cross members, as shown on the drawings. Bolts shall be spaced at not more than 24 inches at the top and bottom of each sign. Fender washers or other approved attachment hardware shall conform to SDHPT Spec D-9-7120. Signs which are oriented back to back at a given gate may be bolted together if applicable. However, such back to back arrangements shall not situate any part of either sign face PM behind the gate framing members. The reflectorized barrier signs shall be positioned with the center of the sign at mid -height of the fabric unless used in combination with other signs. When used in combinations, the entire sign r combination shall be centered on the gate. Each reflectorized barrier sign installed and accepted under this section of the specifications will be considered subsidiary to the gate to which it is attached." 6. Paragraph 162-2.6 - Delete this paragraph and insert the following: "Miscellaneous steel fittings and hardware for use with aluminum -coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A 153. Barbed wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outermost end of the arm." 7. Paragraph 162-3.1 - Delete this paragraph and insert the following: [� "The sites of the fences and gates shall be sufficiently cleared of obstructions, and surface irregularities shall be graded so that the fence or gate will conform to the general contour of the ground. Special attention should be given to the fence line grading to ensure the elimination of g_ny specific rises or dips, as mentioned previously, that would produce more than a gradual change in fence elevation. Unless otherwise directed by the Engineer, the grade changes shall r` be a minimum of 80' separation. The fence line shall be cleared to a minimum width of 5 feet on each side of the centerline of the fence. This clearing shall consist of the removal of all stumps, brush, rocks, trees or other obstructions which will interfere with proper construction of the fence. Stumps within the cleared area of the fence line shall be grubbed or excavated. The bottom of the fence shall be placed a uniform distance above the ground, as specified on the plans. When shown on the plans or as directed by the Engineer, the existing fences which coincide with, or are in a position to interfere with the new fence or gate location, shall be removed by the Contractor as a part: of the construction work. All holes remaining after post and stump removal shall be refilled with suitable soil, gravel or other material acceptable to the Engineer 2701-98 162-d ro r and shall be compacted properly with tampers. Existing trees adjacent to the fence line may be trimmed as required to permit fence construction. However, r no trees shall be destroyed unless specifically approved by the Engineer. This fence or gate line clearing shall be incidental to the cost of the new gate. Paragraph 162-3.2 - Add the following after the first sentence: "Posts shall be spaced not more than 10 feet apart. The posts shall be set in concrete footings as shown on the plans." 9. Paragraph 162-3.5 - Delete the entire paragraph and insert the following: ► O "The fabric shall be unrolled on the outside of the fence line with the bottom edge of the fabric against the posts. The various rolls shall be spliced by bringing the ends close together and weaving in a picket in such a way that it ,.,, will engage both of the roll ends and catch with each twist each separate mesh of the end pickets of both rolls of fabric. The fabric shall be raised and tied loosely to the top rail with a temporary tie wire at intervals of about 20 feet. The fabric shall be installed by a method approved by the Engineer. One method used is given below. (a) At end, corner or gate posts, the stretcher bar shall be slipped'. through r" the end picket of the fabric and the stretcher bar bands at the same time. Then the bolts in the stretcher bar bands shall be tightened. Additional rolls of fabric shall be spliced and placed as the erection progresses along the fence. (b) In long sections, the fence shall be stretched at intervals of not over 100 feet. After the stretching is complete, the fabric shall be tied to the top rails with No.9 gauge galvanized clips securely clinched at the back of the rail. The fastenings shall be spaced not more than 24 inches on centers for the top rail. The fabric shall be tied to the tension wire with No. 11 gauge galvanized wire clips at not more than 24 inches on centers. (c) The fabric shall be attached to the line posts with No. 9 gauge galvanized wire clips securely clinched to the back of the line posts: The fastening will be pow spaced not more that 14 inches on centers for line posts. The topmost clip shall be placed on the line post as near the top of the fabric as possible and the lowest clip as near the bottom of the fabric as possible. r• (d) At terminal (end, corner and pull) and gate posts the fabric shall be fastened with stretcher bars and bands. The fastenings shall be spaced not more than 14 inches on centers for terminal (end, corner and pull) and gate posts. The topmost band shall be placed on these posts as near the top of the fabric as possible and the lowest band as near the bottom of the fabric as possible. r Stranded chain -link fence stretching equipment shall be provided for stretching the fabric before tying it to the rails and posts. The stretching and tying operations shall be repeated about every 100 feet until the run of fence is complete. Equipment of one type for performing the stretching operation may be composed of four pieces of lumber (2x4's or larger) cut into a slightly 2701-98 162-e r 0— Poo shorter length than the width of the fabric. The pieces shall be bored for six bolts of about 1/2 inch or 5/8 inch diameter. One pair shall be used for OM stretching the fabric and both pairs shall be used for making a closure of a run of the fence. PM Before making a closure, the other end of the run shall be fastened to the end, corner or gate post as described previously. The operation of making a closure of a run shall be as follows. The stretching equipment as described above shall be clamped on the ends of the fabric parallel to each other and about: five feet apart when the tension is first applied. The stretching shall continue until the slack has been removed from both sections of the fabric. If the ends overlap, the fabric shall be cut to match. The ends shall be joined by the insertion of a picket similar to the method of connecting two rolls of fabric." 10. Paragraph 162-3.6 - Delete the phrase "[at 500-foot (150 m) intervals]". 11. Paragraph 162-3.7 - Add the following paragraph: "162-3.7 Existing Fence and Gate Removal The existing fence and gates removed shall remain the property of the City and shall be delivered to the City's storage area on airport property. The cost for removal of existing fence and gates shall be subsidiary to the cost of the new gate and fencing." 12. Paragraph 162-3.8 - Add the following paragraph: on "Sliding gates shall be installed as shown on the drawings and in accordance with the manufacturer's recommendations. The gates shall be set to maintain the specified maximum under clearance. The existing ground shall be properly graded to allow full unobstructed movement of the gate. The extent of the grading shall provide smooth gradual grade changes and provide adequate drainage." 13. Paragraph 162-4.1 - Add the following paragraph: "Signs shall be subsidiary to the cost of the new gate." 14. Paragraph 162-5.1 - Delete this paragraph and insert the following: r "Payment for chain link fences will be made at the contract price per linear foot. '" Payment will be made under: r Item F-162, 25'x6'+1' Cantilevered Slide Gate, per each; and 2701-98 Item F-162, Chain Link Fencing, per linear foot." 162-f r P+ 5/20/98 AC 15015370-10A CHG 11 ITEM F-162 CHAIN -LINK FENCES DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain -link fence in accordance with these specifications and the details shown on the plans and in conformity with the lines and grades shown on the plans or established by the Engineer. MATERIALS 162-2.1 FABRIC. [The fabric shall be woven with a 9-gauge [galvanized steel wire] [polyvinyl chloride (PVC) -coated steel] [aluminum alloy] [zinc-5% aluminum mischmetal] wire in a 2-inch (50 mm) mesh and shall meet the requirements of [ ].] [The fabric shall be woven from a [ ] gauge aluminum -coated steel wire in a 2-inch (50 mm) mesh and shall conform to the requirements of ASTM A 494.] 162-2.2 BARBED WIRE. Barbed wire shall be 2-strand 12-1/2 gauge [zinc -coated] [aluminum -coated] wire with 4-point barbs and shall conform to the requirements of [ ]. 162-2.3 POSTS, RAILS AND BRACES. Posts, rails, and braces furnished for use in conjunction with zinc -coated, zinc-S% aluminum. mischmetal alloy coated, or aluminum -coated steel fabric shall be of zinc -coated t steel, zinc/polymer-coated steel, zinc-S% aluminum mischmetal alloy coated steel framework, or composite posts. Those furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy. Line posts, rails, and braces shall be [galvanized steel pipe] [zindpolymer-coated steel pipe] [vinyl -coated steel] [structural shapes] [roll formed] [aluminum alloy] [composite posts] conforming to the requirements of [ ]. P 162 — 1 AC 150/5370-10A CHG 11 5/20/98 Post, rails, and braces, with the exception of galvanized steel (Schedule 40 weight) or aluminum alloy (Schedule 40 weight) which conform to the requirements of ASTM F 1083, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B 117 as follows: External: 1,000 hours with a maximum of 5% red rust. Internal: 650 hours with a maximum of 5% red mg. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Fed. Spec. RR-F-191/3. 162-2.4 GATES. Gate frames shall consist of [galvanized steel pipe] [polymer -coated steel pipe] [aluminum alloy pipe] [composite posts] and shall conform to the specifications for the same material under paragraph 162-2.3. The fabric shall be of the same type material as used in the fence. 162-2.5 WIRE TIES AND TENSION WIRES. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A 824. All material shall conform to Fed. Spec. RR-F-191/4. 162-6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with [zinc -coated] [aluminum -coated] [zinc-5% aluminum-mischmetal alloy -coated] steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. [All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A 153.] [Miscellaneous aluminum fittings for use with aluminum alloy fabric shall be wrought or cast aluminum alloy.] Barged wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outermost end of the arm. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 2500 psi (17 240 kPa). 162-2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. 162 — 2 5/20198 AC 160/5370-10A CHG 11 r- CONSTRUCTION 'METHODS A 162-3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 2 feet (61 cm) on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any mariner within 7 days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches (50 mm) larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches (300 mm). After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less'than 1 inch (25 mm) or more than 4 inches (100 mm) from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches (150 nun) or less. 162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be constructed [where a power line passes over the fence] [at 500-foot (150 m) intervals]. [The ground shall be installed directly below the point of crossing.] The ground shall be accomplished with a copper clad rod 8 feet (240 cm) long and a minimum of 5/8 r.. inch (15 nun) in diameter driven vertically until the top is 6 inches (150 mm) below the ground surface. A No. 6 162-3 AC 150/5370-10A CHG 11 5/20198 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. METHOD OF MEASUREMENT 1624.1 Chain -link fence will be measured for payment by the linear foot (meter). Measurement will be along the top of the fence from center to center of earl posts, excluding the length occupied by gate openings. Gates will be measured as complete units. BASIS OF PAYMENT 162-5.1 Payment for chain -link fence will be made at the contract unit price per linear foot (meter). Payment for driveway or walkway gates will be made at the contract unit price for each gate. The price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item F-162-5.1 Chain -Link Fence —per linear foot (meter) Item F-162-5.2 Driveway Gates —per each Item F-162-5.3 Walkway Gates —per each MATERIAL REQUIREMENTS ASTM A 121 Zinc -Coated (Galvanized) Steel Barbed Wire ASTM A 123 Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip ASTM A 153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 392 Zinc -Coated Steel Chain -Link Fence Fabric ASTM A 446 Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, Structural (Physical) Quality ASTM A 491 Aluminum -Coated Steel Chain -Link Fence Fabric 162 — 4 PM 5/20198 AC 16015370-10A CHG 11 r I ASTM A 569 Steel, Carbon (0.15 Maximum, Percent), Hot Rolled Sheet and Strip Commercial Quality ASTM A 570 Hot -Rolled Carbon Steel Sheet and Strip Structural Quality ASTM A 572 High -Strength Low -Alloy Columbium -Vanadium Steels of Structural Quality ASTM A 585 Aluminum -Coated Steel Barbed Wire ASTM A 924 Metallic -Coated Steel Marvelled Tension Wire for Use With Chain Link Fence ASTM B 117 Standard Test Method of Salt Spray (Fog) Testing ASTM B 221 Aluminum -Alloy Extruded Bars, Rods, Wire Shapes and Tubes ASTM F 668 Poly(vinyl Chloride)(PVC)-Coated Steel Chain -Link Fence ASTM F 1043 Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework ASTM F 1083 Pipe, Steel, Hot -Dipped Zinc -coated (galvanized) Welded, for Fence Structures ASTM F 1193 Aluminum Alloy Chain Link Fence Fabric ASTM F 1234 Protective Coatings on Steel Framework for Fences ASTM G 23 Operating Light -Exposure Apparatus (Carbon -Arc Type) With and Without Water for Exposure of Nonmetallic Materials ASTM G 26 Operating Light -Exposure Apparatus (Xenon -Arc Type) With and Without Water for Exposure of Nonmetallic Materials ASTM G 53 Operating Light- and Water -Exposure Apparatus (Fluorescent UV -Condensation Type) for Exposure of Nonmetallic Materials Fed. Spec. Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top Fails and Braces) RR F-191/3 Fed Spec. Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) RR-F-191/4 I k l 162 — 5 r` Modification to ITEM T-901 SEEDING .�r Item T-901, Seeding, of the project specifications shall be modified as follows: 1. Paragraph 901-1.1 - Delete this paragraph and insert the following: "This item shall consist of soil preparation, seeding and fertilizing the areas shown on the plans or as directed by the Engineer in accordance with these specifications. Areas of soil preparation, seeding and fertilizing wider this i� item shall include, but not be limited to, unpaved areas within the limits of grading as shown on the plans or as designated by the Engineer, any areas of existing turf disturbed during construction, excavated areas, Contractor haul routes or travel paths, and Contractor plant, storage and office areas, and stockpile areas." 2. Paragraph 901-2.1 SEED - Add this sentence at the beginning of the first subparagraph: "Seed shall be labeled and shall meet the requirements of the Texas seed law." 3. Paragraph 901-2.1 SEED - Delete the third and fourth subparagraphs and insert the following: "The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. QUANTITY OF PURE LIVE SEED COMMON NAME SCIENTIFIC NAME FOR MIXTURE Green Sprangletop Leptochloa dubia 4.0 lbs/acre Sideoats Grama Bouteloua 8.0 lbs/acre (El Reno) curtipendula Blue Grama Bouteloua gracilis 10..0 lbs/acre (Texas Grown) f Buffalograss Buchloe dactyloides 6.0 lbs/acre ` (treated) Common Bermudagrass 16.0 lbs/acre (hulled) f, 2701-98 901 r a PM r Seeding shall be performed during the period between January 15 and June 15, inclusive, unless otherwise approved by the Engineer. Eayment will not be made for soil preparation. seeding and fertilizing_ prior to planting and establishing�a stand of grass acceptable to the Director of Aviation.". 4. Paragraph 901-2.2 LIME - Delete this paragraph. 5. Paragraph 901-2.3 FERTILIZER - Delete this paragraph and insert the following: "901-2.3 FERTILIZER. All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark, and warranty. The fertilizer is subject to testing by the State chemist in accordance: with the Texas fertilizer law. Fertilizer shall have an analysis of 16-20-0 or 16-8-8 (representing percent of nitrogen, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition, and shall be spread at a rate of 400 pounds per acre or as recommended by the fertilizer manufacturer for the seed planted and allowing for local soil conditions." ow 6. Paragraph 901-3.2 DRY APPLICATION METHOD - Delete subparagraph (a) LIMING. Application of lime will not be required under this item. 7. Paragraph 901-3.3 WET APPLICATION METHOD - Delete all references to lime application. Application of lime will not be required under this item. Fertilizer shall be uniformly applied at a rate specified in Paragraph 901-2.3. 8. Paragraph 901-3.4 MAINTENANCE OF SEEDED AREAS - Add the following: r "The Contractor shall be responsible for watering and maintaining seeded areas for a minimum period of 45 calendar days after seeding, or until establishing an acceptable stand or grass, unless otherwise directed by the Engineer." 9. Paragraph 901-4.1 METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: r- "901-4.1 The quantity of soil preparation, seeding and fertilizing to be paid for under this item shall be the actual number of acres completed and accepted, measured on the ground surface within the limits shown on the drawings or as A•• directed by the Engineer." 10. Paragraph 901-5.1 BASIS OF PAYMENT - Delete this entire paragraph and insert the following: 2701-98 901 - b r- "901-5.1 Payment shall be made at the contract unit price per acre for soil preparation, seeding and fertilizing. This price shall be full compensation for r furnishing and placing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. IEvment will not be made for soil preparation. seeding and fertilizing_ prior to planting and establishing a stand of grass acceptable to the Director of Aviation. Payment will be made under: Item T-901, Soil Preparation, Seeding and Fertilizing, per acre." r ."i 2701-98 901 - c r r k; 2/17/89 AC 150/5370-10A ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding directed by the Engineer in accordance with these specifications. MATERIALS ] the areas shown on the plans or as 901-2.1 SEED. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name. lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized labora- tory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture. the proportions of each kind of seed. Seeds shall be applied as follows: Minimum Seed Minimum Germination Purity (Percent) Rate of Application lb./acre (or lb./1,000 S.F.) Seeding shall be performed during the period between [ ] and [ approved by the Engineer. ] inclusive, unless otherwise 901-2.2 L04E. Lime shall be ground limestone containing not less than 95% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of mag- 901 - 1 AC 150/5370-10A _ 2/17/89 nesium oxide. Lime shall be applied at the rate of [ J. All liming materials shall conform to the requirements of ASTM C 602. 901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mix- tures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. 0-F-241 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following fortes: a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be [ ] commercial fertilizer and shall be spread at the rate of [ J. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, com- pacting; and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches (50 tam) in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the applica- tion of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recent- ly been thoroughly loosened and worked to a depth of not less than 5 inches (125 tern) as a result of grading operations and, if immediately prior to seeding, the top 3 inches (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125 mm). Clods shall be broken and the top 3 inches (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. a. LIMING. Lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds which have previously been prepared as described above. The lime shall then be 901 - 2 rw 2/17/89 AC 150/5370-10A worked into the top 3 inches (75 mm) of soil after which the seedbed shall again be properly graded and dressed to a smooth finish. b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity stated in paragraph 901-2.3. c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fer- tilizing, and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance .. with the instructions of the manufacturer of the inoculant. When seeding is required at other than the sea- sons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg .. per meter) of width for sandy or light soils. 901-3.3 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 pounds per square inch (690 kPa). The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (15 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shalt be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 de- grees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recircu- lating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and. cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. r- In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet (15 m) in length shall be provided to which the nozzles may be connected. c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fer- tilizing and seeding operations. Not more than 220 pounds (100 kg) of lime shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and nixed with each 100 gallons (380 liters) of water. 0AI - 4 AC 150/5370-10A 2/17/69 All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried. the lime shall be worked into the top 3 inches (8 cm), after which the seed- bed shall again be properly graded and dressed to a smooth fuush. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as raight produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accord- ance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited there- on. On surfaces which are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling ' operations will be required after the soil has dried. 901-3A MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traf- fic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfac- tion of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of units (1,000 square feet (square meters)][ acres (square meters)] measured on the ground surface, completed and accepted. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per (1,000 square feet (square meters))(acre (square meters)) or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. 901 2! 17/89 AC 1S0/5370-10A Payment will be made under: Item 901-5.1 Seeding —per (1,000 square feet (square meters)l(acre (square meters)l MATERIAL REQUIREMENTS ASTM C 602 Agricultural Liming Materials ASTM D 977 Emulsified Asphalt Fed. Spec. JJJ-S-18113 Agricultural Seeds Fed. Spec. 0-F-241D Commercial Mixed Fertilizer 901 - 5 No Text 2/17/89 AC 150/5370-10A r ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material r toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches i or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorpo- rated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the association of official agricultural chemists in effect on the date of invitation of bids. The .. organic content shall be not less than 3% nor more than 2096 as determined by the wet -combustion method (chromic acid reduction). there shall be not less than 20% nor more than 90% of the material passing the 200 mesh (0.075 mm) sieve as determined by the wash test in accordance with ASTM C 117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 90S-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall b� n-:),:5t!J cf the sc.arcf of topenil m t.t fiTmisbed by 0,,c Contractor. The toref-if eh911 be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing pur- poses as specified in 905-2.1. .. CONSTRUCTION METHODS , 90S-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of top- soil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 90S-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the top- soil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 mm) in any diameter and all litter or other material which may be detrimental to proper bonding. the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. %- Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the area shall be smooth - graded and the surface left at the prescribed grades in an even and properly compacted condition to pre- ',.. vent, insofar as practical, the formation of low places or pockets where water will stand. 905 - 1 AC 150/6370-10A 2/17/89 905-3.3 OBTAINING TOPSOIL.. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The " sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptabic for seeding. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, sub- ject to the approval of the Engineer. The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 PLACING TOPSOIL The topsoil shall be evenly spread on the prepared areas to a uniform depth of 2 inches (50 mm) after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in diameter). roots. litter, or any foreign matter shall be raked up and disposed of by the Contractor, after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines grades and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated. Topsoil stockpiled by others and re- moved for topsoiling by the Contractor shall be measured by the number of cubic yards (cubic meters) of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards (cubic meters) com- puted by the method of end areas. 905-4.2 Topsoil obtained off the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated. Topsoil shall be measured by volume in cubic yards (meters) computed by the method of end areas. BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoiling (ob- tained on the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to com- plete the item. 905-5.2 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoiling (ob- tained off the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to com- plete the item. 905 - 2 Topsoiling (Obtained on Site or Removed from Stockpile — per cubic yard (cubic meter) Topsoiling (Furnished from Off the Site) --per cubic yard (cubic meter) i'. r i F : I� i. i. ej r A' al i 905 — 3 4 Modifications to ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOP: AIRPORTS Item L-108 Installation of Underground Cable for Airports, of the project specifications, shall be modified as follows: 1. Paragraph 108-2.2 CABLE - Delete the, fourth paragraph and insert the following: "All underground power cable shall be Type C, single conductor, with 600-volt or 5,000 volt cross -linked (XL) polyethylene insulation, Type C cable shall be used for 5,000 volt installation. All cable for airport lighting service shall be stranded viz: 600 volt - 7 strand; 5,000 volt - 7 or 19 strand. For power cable, conductor size shall not be smaller than No. 8 AWG. " .I 2. Paragraph 108-2.4 CABLE CONNECTIONS - Delete paragraphs (b) and (e). Vulcanized or taped splices shall not be used on this project. I' 3. Add the following new paragraph. i 108-2.6 MOISTURE BARRIER AND LUBRICANT - At all splices, the Contractor shall apply a silicone moisture barrier and lubricant equal to "4 Electrical Insulating Compound" meeting MILS-8660. A I i sufficient amount of lubricant shall be applied as directed by the J Engineer." 4. Paragraph 108-2.5 CONCRETE - Delete this entire paragraph. Cable markers will not be i required under this item. 5. Paragraph 108-3.7 CABLE MARKERS - Cable markers will not be required under this item. 8. _ Paragraph 4, METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: "The quantity of underground cable to be paid for under this itera shall be the number of linear feet of underground cable installed in either trench or duct, measured in place, completed, ready for operation, and accepted as satisfactory. The quantity of counterpoise wire to be paid for under this item shall be the number of linear feet of counterpoise wire installed in trench, including grounding rods, as specified, measured in place, completed, ready for operation, and accepted as satisfactory. Trenching for cable installation shall be considered a subsidiary obligation of the Contractor and included in other items. No direct measurement shall be made for trenching." 9. Paragraph 5, BASIS OF PAYMENT - Delete this entire paragraph and insert the following: "Payment shall be made at the contract unit price for underground cable or counterpoise wire, per linear foot, installed in trench or duct, complete and in place. This price shall be full compensation for furnishing all materials, and for all preparation and installation of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the items. The cost of trenching, backfilling and site restoration shall be considered a subsidiary obligation of the Contractor and included in other items. No separate payment shall be made for trenching, backfilling or site restoration. Payment will be made under: Item L-108 Underground Electrical Cable,1/c, #8 AWG, 5KV, installed in duct or conduit, per linear foot; and Item L-108 Counterpoise Wire, #8 AWG, including grounding rods, as specified, installed in trench, per linear foot." A r 2701-98 108 - b i F 2/17/89 AC 150/5370-10A ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing underground cable in accordance with these specifications at the locations shown in the plans. This item shall include the excavation and backfill of the trench and the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splic- ing, cable marking, and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of the duct or conduit. EQUIPMENT AND MATERIALS 109-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) speci- fications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) 150/5345-1, Approved Airport Equipment. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when re- quested by the Engineer. 108-2.2 CABLE. Underground cable shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. r If telephone control cable is specified, copper shielded, polyethylene insulated and jacketed, No. 19 AWG telephone cable conforming to the United States Department of Agriculture, Rural Electrification Adminis- tration (REA) Bulletin 345-14, REA Specification for Fully Color -Coded, Polyethylene Insulated, Double Polyethylene -Jacketed Telephone Cables for Direct Burial, shall be used. Where counterpoise conductors are to be installed and where soil conditions would adversely affect bare copper wire, thermoplastic wire conforming to Fed. Spec. J-C-30, Type TW, 600 volt, may be used. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or proposal. r., 108-2.3 BARE COPPER WIRE (COUNTERPOISE). Bare copper wire for counter -poise installations shall be stranded wire conforming to ASTM Specifications B 3 and B 8. 108-2.4 CABLE CONNECTIONS. In -line connections of underground primary cables shall be of the type called for in the plans or in the proposal, and shall be one of the types listed below. When the plans or ! the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection he proposes to furnish. a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manu- factured by Minnesota Mining and Manufacturing Company, "Seotcheast" Kit No. 82--A, or as manufac- tured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. This r• means of splicing is the only type approved for telephone control cable. b. The Vulcanized Splice. A vulcanized splice employing Joy Manufacturing Company's Vulcanizing Kit No. X-1604-8 or equal is approved for field vulcanized splices. The proper molds for various cable sizes rshall be used. c. The Field -attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conduc- �"' for cable. 108 - 1 AC 150/6370-10A 2/17/89 d. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Indi- vidual Conductors, are approved. e. The Taped Splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape are approved. The rubber tape should meet the requirements of Mil. Spec. MIL-I-3825 and the plastic tape should comply with Mil. Spec. MIL-1-1798 or Fed. Spec. HH-I-595. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool de. signed. To make a complete crimp before the tool can be removed. No. 19 AWG telephone control wires may be connected by means of wrapped and soldered splice, 3M Company Moisture Proof UR Type Con- nector, or equal, or by a method approved by the Engineer. 108-2.5 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, "Structural Portland Cement Concrete." CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicat= ed in the airport lighting layout plans. The Engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the under- ground cable to the primary leads of the individual insulating transformers. The Contractor shall be respon- sible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. 108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct or conduit as described below. 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 in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall make no,connections or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with Item L-110, "Installation of Airport Underground Electrical Duct." The Contractor shall make sure that the duct is open, continuous, and clear of debris before installing cable: The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant recommend- ed for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 108-3.3 TRENCHING. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and freefrom coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches (45 cm) below finished grade, except as fol- lows: a. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (90 cm) unless otherwise specified. b. Minimum cable depth when crossing under a railroad track, shall be 42 inches (105 cm) unless oth- erwise specified. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless other- 108 - 2, 2/17/89 '>` AC 150/5370-10A wise specified in the plans, all cables in the. satiie,`ITyctlon,andrunning in the same general direction shall be installed in the same trench. When rock excavation is encountered. the rock shall be removed to a depth of at least 3 inches (75 mm) 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 (6 mm) sieve. The Contractor shall ascer- tain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 108-3.4 INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical cable -laying equipment may be used in conjunction with a trenching machine if specified on project plans and specifications; and it should provide for physical inspection of cable prior to back - filling. Sharp bends or kinks in the cable shall not be permitted. PW Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches (75 mm) apart, and the trench shall be widened sufficiently to accomplish this. Cables crossing over each other shall have a minimum of 3-inch (75 mm) vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. Not less than 1 foot (30 cm) of cable slack shall be left on each side of all connections, insulating transform- ers, light units, and at all other points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in runway light bases, hand - holes, manholes, etc., where it is required to bring the cable above ground level to make connections. The amount of slack cable shall be stipulated by the Engineer, or as shown in the plans and specifications. 108-3.5 BACKFILLING. After the cable has been installed, the trench shall be 3 inches (75 mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch (6 m) sieve. This layer shall not be compacted. the second layer shall be 5 inches PI. (125 mm) deep, loose measurement, and shall contain no particles that would be retained on a 1-inch (25.0 mm) sieve. The rerzn ittder of the backfill shall be excavated or imported mineral and -hall not con- tain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The third and subsequent layers of the backfill shall not exceed 8 inches (200 mm) in maximum depth, loose measurement. The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the ` adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compac. �.. tion, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfdled and tamped level with the adjacent surface, except that when 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 dis- posed of in accordance with instructions issued by the Engineer. 108-3.6 RESTORATION. Where sod has been removed, it shall be replaced &s soon as possible after the backftlling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary top- r soiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with the FAA standard turfing specifications. the Contractor shall be held responsible for main- taining all disturbed surfaces and replacements until final acceptance. r" 108-3.7 CABLE MARKERS. The location of runway light circuits shall be marked by a concrete slab r marker. 2 feet (60 cm) square and 4 inches (100 mm) thick, extending approximately 1 inch (25 mm) above the surface. Each cable run from the line of runway lights to the equipment vault shall also be marked at approximately every 200 feet (60 m) along the cable run, with an additional marker at each change of dime- ~ tion of cable run. All other cable buried directly in the earth shall be marked in the same manner. The Contractor shall not install slab markers where cable lies in straight lines between obstruction light poles which are spaced 300 feet (90 m) apart, or less. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "cable" and directional arrows on each cable marking slab. 108 - 3 AC 150/5370-10A 2/17/89 The letters shall be approximately 4 inches (100 mm) high and 3 inches (75 mm) wide, with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep. The location of each underground cable connection, except at lighting units or insulating transformers, shall be marked by a concrete marker slab placed above the connection. The Contractor shall 'impress the word "splice" on each slab. He also shall impress additional circuit identification symbols on each slab if so de- sired by the Engineer. 108-3.8 SPLICING. Connections of the type shown in the plans shall be'made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Vulcanized Splices. These shall be made by using crimp connectors for joining conductors. The splice shall be made, using compounds furnished by the manufacturer, in accordance with his/her instruc- tions and to the satisfaction of the Engineer. c. Field -attached Plug-in Splices. These shall be assembled in accordance with manufacturer's in- structions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. d. Factory -Molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. e. Taped Splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Use a sharp knife to pencil insulation and jacket at approximately the same angle as a pencil point. Care must be taken to avoid nicking or injuring the conduc- tor during removal of insulation or penciling. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high -voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as rec- ommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately 1 inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl pressure -sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable cover- ing or splice boxes are required. If shielded cable is to be spliced, prepare cable as for a regular taped splice, except that the neoprene jacket shall be removed a distance not less than 5 inches (125 mm) from the beginning of the penciled portion. Carefully unwrap the shielding tape from that portion where jacket has been removed and cut off so that it extends about 1 inch (25 mm) from end of the jacket. Proceed with the taped splice as described above and tape up to 1/4 inch (6 mm) from the shield on both ends. Build up rubber tape to a thickness equal to the insulation thickness or 5/16 inch (9 mm) over connector. 108-4 2117189 AC 150/5370-10A Next wrap one-half lapped layer of semi -conducting tape (Scotch No. 13 Semi -Conducting Tape, or equal) over splicing tape and 1/4 inch (6 mm) onto the shielding tape. Wrap a fine, flat shielding braid one-half lapped over the splice extending 1/2 inch (12 mm) onto the metallic shielding. Solder ends of braid to metal- lic shielding tape. A bonding wire, (Minimum No. 14 Stranded Copper) equal to the current carrying capac- ity of the metallic shield, should have the individual strands wrapped around the metallic shield at both ends of the splice. These strands should be tack soldered to the shield in several places. The cable sheath should be replaced by wrapping with two one-half lapped layers of vinyl tape extending 2 inches (50 mm) onto the cable jacket. The above described splice is for a straight -through splice with continuity of shielding. 109-3.9 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTNING PROTECTION. If shown in the plans or specified in job specifications, a stranded bare copper wire. No. 8 AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counter- poise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches (100 mm) from the insulated cable. The counterpoise wire shall be securely attached to each light fixture base, or mounting stake. The counterpoise wire shall also be securely attached to copper or copper -clad ground rods installed not more than 1,000 feet (300 m) apart around the entire circuit. The ground rods shall be of the length and diameter specified in the plans, but in no case shall they be less than 8-feet (240 cm) long nor less than 5/8 inch (15 mm) in diameter. The counterpoise system shall terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. 108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all lighting power and control circuits are continuous and free from short circuits. b. That all circuits are free from unspecified grounds. c. That the insulation resistance to ground of all nongrounded series circuits is not less than 50 me- gohms. d. That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms. e. That all circuits are properly connected in accordance with applicable wiring diagrams. f. That all circuits 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. METHOD OF MEASUREMENT 108-4.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, back - fill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. R When specified in the proposal, separate measurement shall be made for trenches of various specified widths. 108-4.2 Cable or counterpoise wire installed in trench shall be measured by the number of linear feet (meters) of cable or counterpoise wire installed in trenches, ready for operation, and accepted as satisfac- tory. Separate measurement shall be made for each cable or counterpoise wire installed in trench. 108-4.3 Cable or counterpoise wire installed in duct or conduit shall be measured by the number of linear feet (meters) measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in duct or conduit. 108-5 AC 150/5370-10A 2/17/89 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 or duct in place by the Contractor and accepted by the Engineer. 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 necessary to complete this item. Payment will be made under: Item L-108-5.1 Cable Trench --per linear foot (meter) Item L-108-5.2 Underground Cable, installed in trench -per liner foot (meter) Item L-108-5.3 Underground Cable, installed in duct or conduit —per linear foot (meter) Item L-108-5.4 Bare Counterpoise Wire, installed in trench, including ground rods and ground connectors —per linear foot (meter) _ Item L-108-5.5 Bare Counterpoise Wire, installed in duct --per linear foot ` (meter) MATERIAL REQUIREMENTS 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 Connec- tors Fed.Spec.J-C-30 Cable and Wire,` Electrical Power, Fixed Installation HH-I-595 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plas- tic, for Low -Temperature Application ASTM B 3 Soft or Annealed Copper Wire ASTM B 8 Concentric -Lay -Stranded Cooper Conductor, Hard, Medium -Hard, or Soft MIL-I-3825 Insulation Tape, Electrical, Self -Fusing, For Use in Electron- ics, Communications, and Allied Equipment MIL-I-7798 Insulation Tape, Electrical. ,Pressure -Sensitive Adhesive, Plas- tic r . 108 - 6 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT Item L-110 Installation of Airport Underground Electrical Duct, of the project specifications, shall be modified as follows: 1. Delete Paragraph 110-2.2 BITUMINOUS FIBER DUCT, Paragraph 110-2.3 ASBESTOS CEMENT DUCT and Paragraph 110-2.5 STEEL CONDUIT - Asbestos cement duct, bituminous fiber duct and steel conduit are not approved for use in this item. 2. Paragraph 110-2.7 PLASTIC CONDUIT- Delete paragraph "b." Plastic conduit shall be Type I, 3. Add the following new paragraph. "110-2.8 STEEL PIPE CASING Steel pipe casing shall be new welded steel pipe, minimum 10-inch inside. diameter, manufactured in the United States, with a minimum yield :strength of 35,000 psi, meeting ASTM A 139 Grade B or ASTM A252 Grade 2. The exterior of the casing pipe shall have a bituminous coating in conformance with AWWA C104. 4. Paragraph 110-3.4 DUCT MARKERS - Delete this paragraph. Duct markers will not be required for this project. 5. Add the following new paragraph. "110-3.7 INSTALLATION OF STEEL PIPE CASING - Steel pipe casing shall be installed by boring, as herein specified. Equipment used shall be of such size and capacity as to allow placement of the casing to proceed in a safe and expeditious manner. Installationof the casing, and the excavation and removal of the materials within the casing shall proceed simultaneously. The boring shall proceed from a pit excavated by the Contractor for the boring equipment and worlanen. Location of the boring pit shall be approved by the Owner and the Engineer. The use of water or other fluids in connection with the boring operations will be permitted only to lubricate cuttings. Jetting the bore will not be permitted. Overcutting in excess of 1-inch shall be remedied by concrete pressure grouting the entire length. of the installation at the Contractor's expense. Ail casing pipe joints shall be welded. The casing shall be installed to slope approximately 14-inch per foot. The casing shall terminate in the new electrical manholes as shown on the plans. Three (3) 4-inch diameter PVC conduits shall be installed in the casing pipe, and extendedl to the associated electrical manholes, as shown on the drawings. The lends of the casing pipe shall 2701-98 110 - a r be sealed watertight. After installation of the steel casing and the PVC conduits, the bore pit and other excavations shall be backfilled by the Contractor in accordance with the requirements of Item P-152 EXCAVATION AND EMBANKMENT, of these specifications." 6. Add the following new paragraph. " 110-3.8 MOISTURE BARRIER AND LUBRICANT - At all sign 0" bases and junctions, the Contractor shall apply a silicone moisture barrier and lubricant equal to "4 Electrical Insulating Compound" meeting MIL-S-8660 to each bolt and lid gasket. A sufficient amount of lubricant shall be applied as directed by the Engineer." 7. Paragraph 4.1 METHOD OF MEASUREMENT - Add the following: "If new electrical duct or conduit requires connection to existing duct or conduit, the materials and labor required to make and complete the connection not shall be measured for separate payment but shall be considered a subsidiary obligation of the Contractor's, and such connections shall be made at no additional expense to the Owner. Steel pipe casing in bore shall be measured per linear foot of casing installed, measured in place, completed and accepted. The 3-way, 4- inch underground electrical duct, installed in the casing, shall be measured for separate payment, as provided in the bid." 8. Paragraph 5.1 BASIS OF PAYMENT - Delete the second paragraph and insert the following: "Payment shall be made at the contract unit price for steel pipe casing, per linear foot. This price shall be full compensation for furnishing all materials, and for all preparation and installation of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. r Payment will be made under: Item L-110, 10-inch Steel Casing, installed in bore under existing taxiway, complete, per linear foot; Item L-110, 3-way, 4-inch Underground Electrical Duct, installed in new 10-inch casing, complete, per linear foot; Item L-110, 2-way, 4-inch Underground Electrical Duct, " concrete encased, including trenching and backfilling and connection to existing duct (if needed), per linear foot; 2701-98 110 - b rw PM Item L-110, 4-way, 4-inch Underground Electrical Duct, concrete encased, including trenching and backfilling and connection to existing duct (if needed), per linear foot; Item L-110, 6-way, 4-inch Underground Electrical Duct, concrete encased, including trenching and backfilling and connection to existing duct (if needed), per linear foot; Item L-110 1-way, 2-inch Underground Electrical Conduit, including trenching and backfilling, per linear foot; and Item L-110 1-way, 2-inch Underground Electrical Split Conduit, including trenching and backfilling, per linear foot." i P a r 2701-98 110 - c 2/17/69 AC 150/5370-10A ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT DESCRIPTION 110-1.1 This item shall consist of underground electrical ducts installed in accordance with this specifica- tion at the locations and in accordance with the dimensions, designs, and details shown in the plans. This item shall include the installation of all underground electrical ducts or underground conduits. It shall also include all trenching, backfilling, removal, and restoration of any paved areas; manholes, concrete encase- ment, mandreling installation of steel drag wires and duct markers, capping, and the testing of the installa- tion as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so re- quested by the Engineer. r"` 110-2.2 BITUMINOUS FIBER DUCT. Bituminous fiber duct and fittings shall conform to the require- ments of Underwriters Laboratories Standard 543. a. Type I, for concrete encasement. rty b. Type II, for direct burial. 110-2.3 ASBESTOS CEMENT DUCT. Asbestos cement duct and fittings shall conform to the require- ments of Fed. Spec. W-C-571 and shall be one of the following, as specified in the proposal: a.- Type I, for concrete encasement. r-' b. Type II, for direct burial. 110-2.5 STEEL CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Under- writers Laboratories Standard 6, 514, and 1242. 110-2.6 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1-inch (25 mm) maximum size coarse aggregate. 110-2.7 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W-C-1094 and shall be one of the following, as specified in the proposal r a. Type I - suitable for underground use either directly in the earth or encased in concrete. r b. Type II - suitable for either above ground or underground use. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground ducts at the approximate locations indicat- ed in the airport layout plans. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size is indicated in the plans or specifications, the ducts shall be not less than 3 inches (75 mm) inside diameter. All duct lines shall be laid so as to grade toward handholes, manholes and duct ends for drainage. Grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On rusts where it is not practicable to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward manholes, handholes, or duct ends. Pockets or traps where moisture may accumulate shall be avoided. 110 - 1 AC 150/5370-10A 2/17/89 The Contractor shall mandrel each duct. An iron -shod mandrel, not more than 1/4-inch (6 mm) smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with a No. 10 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient length shall be left in manholes or hndholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with hardwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4-inch (6 mm) greater in diameter than the duct. All ducts shall be securely fastened in place during construction and progress, of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts, except steel conduit, installed under runways, taxiways, aprons, and other paved areas shall be encased in a concrete envelope. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 110-3.2 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the plans, concrete -encased ducts shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the finished subgrade where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (45 cm) below finished grade where installed in unpaved areas. Ducts, under paved areas shall extend at least 3 feet (90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any underdrains which may be installed alongside the paved area. Trenches for concrete -encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts for concrete encasements shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. Where two or more ducts are encased in concrete, the Con- tractor shall space them not less than 1-1/2 inches (37 mm) apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches (75 mm) thick" shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply addition- al supports where the ground is soft and boggy, where ducts cross under roadways, or where otherwise shown on the plans. under such conditions, the complete duct structure shall be' supported on reinforced concrete footings, piers, or piles located at approximately`5.foot (150 cm) intervals. When clay or soapstone ducts are specified, they shall be installed with concrete encasement as described above. Clay conduit shall be of the single -bore type. Where the self -centering socket -joint type of single clay duct is used, conduit shall be built up, tier by tier, and separated only by sufficient mortar or fine aggregate concrete to bed the ducts evenly and fill all volds between ducts. Single ducts shall be jointed together and the joints grouted with portland cement mortar. A suitable gasket (of rubber or other approved material) shall first be placed in the receptacle end of the duct, prior to the joining operation, in order to exclude all mortar from the duct. Where the square bore butt joint type of clay duct, single or multicell, is used, sections shall be aligned with at least four steel dowel pins and joints wrapped with duct tape 6 inches (150 mm) wide and lapped 6 inches (150 mm) . All joints in a bank of single -bore ducts shall be staggered, beginning evenly from the manhole or handhole, by means of short lengths 6, 8, 9, 12, and 15 inches (150, 200, 230, 300, 380 mm) long. Cement mortar shall be trowled around each and every joint. Voids in the duct bank, caused by the external shape of the corners of the conduit, shall also be filled with mortar. The joining and joints of soapstone duct shall be done in accordance with the manufacturer's recommendations. 110 2 2/17/89 AC 150/5370-10A 110-3.3 DUCIS WITHOUT CONCRETE ENCA iifi �1`I. Trenches for single -duct lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide, and the trench for 2 or more ducts r° installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete en- casement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. A layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the duct. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4-inch (6 mm) sieve. The bedding material shall be tamped until firm. Unless otherwise shown in plans. ducts for direct burial shall be installed so that the tops of all ducts are at least 18 inches (45 cm) below the finished grade. l' When two or more ducts are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches (50 mm) apart (measured from outside wall to outside wall) in a horizontal dir. ction and not less than 6 inches (150 mm) apart in a vertical direction. t Trenches shall be opened the complete length before duct is installed so that if any obstructions are encoun- tered, proper provisions can be made to avoid them. 110-3.4 DUCT MARKERS. The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 inches (100 mm) thick extending approximately l inch (25 mm) above the surface: The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. The Contractor shall impress the word "duct' on each marker slab. He shall also impress on the slab the number and size of ducts beneath the marker. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2-inch (12 mm) and 1/4-inch (6 mm) deep or as large as the available space permits. 110-3.5 BACKFILLING. After concrete -encased ducts have been properly installed and the concrete has had time to set, the trench shall be backfilled in at least two layers with excavated material not larger than 4 inches (100 mm) in diameter and thoroughly tamped and compacted to at least the density of the surround- ing undisturbed soil. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. �... Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfdled and tamped level with the adjacent surface: except that, when 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 in accordance with instructions issued by the Engineer. For ducts without concrete envelope, 8 inches (200 cm) of sand, soft earth, or other fine fill (loose measure- ment) shall be placed around the ducts and carefully tamped around and over them with hand tampers. The r ` remaining trench may be filled with regular run of excavated material and thoroughly tamped as specified above. 110-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The restoration shall include any necessary top - soiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 110 - 3 AC 160/5370-10A 2/17/89 METHOD OF MEASUREMENT 110-4.1 Underground duct shall be measured by the linear feet (meter) of duct installed, 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 for each type and size of single -way or multi -way duct completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, toots, and incidentals necessary to complete this item. Payment will be made under: Item L-110-5.1 Single -Way or Multi -Way Electrical Duct —per linear foot (meter) MATERIAL REQUIREMENTS Fed.Spec.W-C-571 Conduit and Fittings, Nonmetal, Rigid; (Asbestos -Cement or Fire -Clay Cement), (For Electrical Purposes) Fed.Spec.W-C-1094 Conduit and Fittings; Nonmetallic, Rigid, (Plastic) Underwriters Laboratories Rigid Metal Conduit Standard 6 Underwriters Laboratories Fittings for Conduit and Outlet Boxes Standard 514 Underwriters Laboratories Impregnated -Fiber Electrical Conduit Standard 543 Underwriters Laboratories Intermediate Metal Conduit Standard 1242 110 4 Modifications to ITEM L-118 INSTALLATION OF RUNWAY AND TAXIN !' RETROREFLECTIVE MARKERS Item L-118, Installation of Runway and Taxiway Retroreflective Markers, of the project specifications { shall be modified as follows: 1. Paragraph 118-2.2. RETROREFLECTIVE MARKERS - Delete this entire paragraph and insert the following: "118-2.2 Retroreflective Markers. Retroreflective markers shall conform to FAA Specification L-853, "Runway and Taxiway Retroreflective w Markers" and shall be Type I (semi -flush) ,;Style I (snow-p.lowable). Markers shall be blue (for edge marking) in color, as shown on the plans or as designated by the Engineer." 2. Paragraph 118-5.1 - Delete the second paragraph and insert the following: i "Payment will be made under: Item L-118, Retroreflective Taxiway Centerline and Edge Markers, FAA L-853, Type I (flush mounted) Style I (snow - plowable), blue, per each." ;r s� ti r i 2701-98 118 - a . y. ITEM L-118 INSTALLATION OF RUNWAY AND TAXIWAY RETROREFLECTIVE MARKERS Description 118-1.1. This item shall consist of runway and taxiway retroreflective markers furnished and installed in accordance with this specification at the locations and in conformity with the dimensions, design, and details shown on the plans. This item shall include the furnishing of all labor, materials, equipment and �.•. incidentals necessary to install the markers as completed units to the satisfaction of the engineer. Equipment and Materials 118-2.1. General A. Airport lighting equipment and materials covered by the FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be listed in Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. S. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. C. All materials and equipment for which no reference specification has been shown shall be of the highest commercial quality available. 118-2.2. Retroreflective Markers. Retroreflective markers shall conform to FAA Specification L-853, "Runway and Taxiway Retroreflective Markers" and shall be of the type and color(s) shown on the plans. 118-2.3. Adhesive. The adhesive used to secure the markers to the pavement shall be a two-part epoxy sealant furnished with the markers. 118-2.4. Template. A template shall be provided to assure that the thickness of the adhesive between the bottom of the marker and the pavement is in accordance with the installation details in paragraph 118-3.4. The template shall be furnished by the manufacturer of the marker unless otherwise approved by the engineer. The use of any template other than that furnished by the manufacturer shall be approved by the engineer prior to its use. Construction Methods 118-3.1. General. The markers shall be installed at the approximate locations shown on the plans. The exact locations shall be s directed by the engineer. 118-3.2. Pavement Preparation. The pavement shall be dry and free of any oil, grease, dirt, loose particles or other materials which might adversely affect the bonding of the adhesive to the pavement surface. All pavement surfaces on which the markers are to be placed shall be cleaned of any loose materials or dirt by the use of brooms or power blowers prior to the placing of the adhesive. 118-3.3. Adhesive. The adhesive shall be furnished with the markers and shall be mixed in strict accordance with the manufacturer's instructions. Any adhesive mixture which becomes too viscous to extrude freely at the edges of the marker shall be discarded. 118-3.4. Marker Placement. The pavement area on which the marker is to be _ placed shall be covered with a sufficient quantity of the adhesive, using the template furnished by the manufacturer or fabricated by the contractor. Any irregularities in the pavement surface shall be filled with the adhesive. Any voids in the adhesive shall be eliminated by applying pressure on the marker until it is in firm contact with the pavement. Prior to applying pressure, the thickness of the adhesive shall be between 1/16 and 1/8 inch, which is determined by the template furnished by the manufacturer or fabricated. After the marker is in its final position, any excess adhesive shall be removed and the reflective faces cleaned in accordance with the manufacturer's instructions.` 118.3.5. Inspection. The completed installation shall be inspected at night using a light source approved by the engineer. Method of Measurement 118-4.1. The quantity of retroreflective markers to be paid for under this item shall be the number of each type and color installed as completed units in place, ready for service and accepted by the engineer. 118-5.1. Payment shall be made at the unit price bid for each retroreflective marker installed in place and accepted by the engineer. This price shall be full compensation for furnishing all materials; 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 under: Item L-118-5.1 Installation of L-853 Retroreflective Markers • per each. 116 - 2 "k 4 r Jaw ,• Modifications to ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Item L-125, Installation of Airport Lighting Systems, of the project specifications, shall be modified as follows: 1. Paragraph 125-2.3 CONCRETE Delete this paragraph, . Concrete shall rneet the requirements of Item P-610 STRUCTURAL PORTLAND CEMENT CONCRETE, of these specifications. 2. Paragraph 125-2.4 CONDUIT - Delete this entire paragraph and insert the following: "125-2.4 CONDUIT. - PVC conduit and fittings shall conform to the requirements of Item L-110, INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT, of these specifications." 3. Paragraph 125-2.5 SQUEEZE CONNECTORS and Paragraph 21 5-2.6 TEES - Delete these entire paragraphs. 4. Add the following new paragraph: i " 125-2.5 CABLE. Underground electrical cable and counterpoise wire shall be furnished and installedin accordance with the requirements of Item L-108, INSTALLATION OF UNDERGROUND ;CABLE FOR AIRPORTS, of these specifications." 5. Add the following new paragraph: "125-2.6 TEMPORARY DISPLACED THRESHOLD LIGHTING. The Contractor shall be required to furnish one (1) complete ;set of temporary displaced threshold lighting on Runway 8, and Runway 17R-35L ists provided in Paragraph SC-4 of the Special Conditions of these specifications. A second set of threshold lights shall be provided for the Contractor's use by the Owner.' The Contractor shall install, maintain and remove all displaced threshold lighting. A set of temporary displaced threshold lighting shall include, but not be limited to, eight (8) outboard threshold lights, two (2) Runway End Identifier ,Lights (REIL's), wiring, connections and related items, as specified in Paragraph SC-4 of the Special Conditions. If desired or requested by the Owner, the Contractor shall install the threshold lights and REIL's on barrels or staffs, as approved, to increase visibility." 4 6. Add the following new paragraph: "125-2.7 REMOVE. MODIFY AND REINSTALL EXISTING BASE -MOUNTED TAXIWAY LIGHTS. The Contractor shall remove certain existing base -mounted 2701-98 125 -a.. 7. taxiway lights, and drill a 1-inch diameter drain hole in the bottom of each. The Contractor shall adjust the elevation of the modified taxiway light, if required, and reinstall it at the appropriate grade as shown on the drawings. The modified taxiway light shall be installed on a gravel bed as shown on the drawings." Add the following new paragraph: "125-2.8 TAXIWAY LIGHT BASE EXTENSIONS. The Contractor shall install Poo taxiway light base extensions, as shown on the drawings, on certain existing base - mounted taxiway lights. The extensions shall raise the taxiway light elevations as necessary to meet the required grade shown on the drawings. The Contractor shall ` provide and install two (2) new light base gaskets at each extension." 8. Add the following new paragraph: " 125-2.9 NEW BASE -MOUNTED TAXIWAY EDGE LIGHTS. New medium intensity taxiway edge lights, FAA designation L-861 T, Quartz, shall be provided and installed at locations shown on the drawings and in accordance with this specification and the details shown on the drawings. The new taxiway lights shall be provided as base -mounted units. Each new taxiway light installation shall include, but not be limited to, new concrete -encased L-867 Class 1 Size B light base with drainage hole in bottom, new light fixture and lamp, new 6.6/6.6 amp L-830 series isolation transformer, new cable connectors, new light base lid and gasket, and new frangible coupling. Lenses for new taxiway edge lights shall be 360' blue. Consistent with the taxiway edge lights on the remainder of the airport, the new taxiway edge lights provided for this project shall be Model #44C1081/6511, as manufactured by ADB Alnaco, Inc., Minneapolis, Minnesota.." 9. Add the following new paragraph: r- r' 2701-98 "125-2.10 NEW INTERNALLY -LIGHTED SIGNS. New inter- nally -lighted signs, FAA designation L-858, shall be provided and installed at locations shown on the drawings and in accordance with this specification and the details shown on the drawings. The new signs shall replace existing internally -lighted signs, and shall be mounted on the existing sign bases and concrete slabs. The existing concrete slabs shall be extended or modified as required and as approved for the new signs. The new signs shall be Size 2, Style 2, Class 1, and shall be provided as base -mounted units. Sign legends shall be as shown on the drawings. Each new sign installation shall include, but not be limited to, modification of the existing concrete slab (if needed), new sign fixture and lamps, new 6.6/6.6 amp series isolation transformer, new cable connectors, new light base lid and 125 - b f r-- IOW gasket, and new frangible couplings. New transformers and other electrical equipment shall be compatible with the existing taxiway !' lighting circuit, and shall be properly sized for the intended installation. Consistent with the signs on the remainder of the airport, the new signs provided for this project have flat legend panels, and shall be Model #44D1052, as manufactured by ADB Alnaco, Inc., Minneapolis, Minnesota." 10. Add the following new paragraph: "125-2.11 NEW UNLIGHTED TAXIWAY SIGNS. New unlighted taxiway guidance signs shall be base mounted, FAA designation L- 858, and shall be provided and installed at locations shown on the drawings and in accordance with this specification and the details shown on the drawings. Sign legends shall be as shown on the drawings. Each new unlighted sign installation shall include, but not be limited to, new concrete slab, new sign fixture and mounting, and new frangible couplings." It. Add the following new paragraph: "125-2.12 REPLACEMENT TAXIWAY GUIDANCE SIGN FACE PANELS. New taxiway guidance sign face panels shall be provided and installed at locations shown on the drawings and in accordance ' with this specification. Sign legends shall be as shown con the drawings. Sign panels shall be manufactured by the sign fixture manufacturer." 12. Add the following new paragraph: "125-2.13 NEW ELECTRICAL MANHOLES. New reinforced r.. concrete electrical manholes shall be provided and installed at locations shown on the drawings and in accordance with this specification and the details shown on the drawings. At the Contractor's option, the ,.. manholes shall be cast -in -place, as detailed on the drawings, or shall be precast. If precast manholes are provided, the precast manufacturer shall certify that the precast manhole is structurally comparable to the •� manhole detailed in the drawings, and the precast manhole; shall generally conform to the manhole dimensions shown on the drawings. Precast structures shall conform to the requirements of ASTM C478. r Concrete and reinforcing shall be in accordance with the materials herein specified. Manhole frame and covers shall be designed to support minimum tire loading of 100,000 pound wheel loads with 250 psi tire pressure. Certifications shall be required from all casting manufacturers." '" 2701-98 125 - c r 13. Add the following new paragraph: "125-2.14 IDENTIFICATION DISKS. The Contractor shall provide and attach a new, non -corrosive metal disk, minimum 2-inches in diameter, with number permanently stamped thereon, to each new taxiway light and taxiway sign. The Contractor shall remove and salvage existing identification disks from signs removed, and reinstall the salvaged disks on the new, replacement signs." 14. Paragraph 125-3.1 GENERAL. Add the following: r- "The Contractor shall lubricate all lid gaskets and bolts with a sufficient amount of silicone moisture barrier and lubricant equal. to "4 r Electrical Insulating Compound" meeting MIL-S-8660." rM 15. Add the following new paragraph: "125-3.3 PLACING NEW LIGHTS AND SIGNS. The Contractor shall install new lights and signs at the approximate locations indicated on the drawings, and in accordance with the details shown in the drawings." 16. Add the following new paragraph: "125-3.4 REMOVE AND SALVAGE EXISTING LIGHTS AND SIGNS . The Contractor shall remove and salvage certain existing lights and signs as indicated on the drawings. The removed lights and sign fixtures shall remain the Owner's property. The Contractor shall stockpile the salvaged fixtures at the Owner's place of storage. The Contractor shall exercise care in the removal, handling and stockpiling of the existing fixtures and materials." 17. Add the following new paragraph: "125-3.5 PLACING NEW ELECTRICAL MANHOLES ., All excavations for the electrical manholes shall be to the lines and grades shown on the drawings or as directed by the Engineer. Objectionable material encountered during excavation shall be removed. All required bracing, sheathing, shoring, benching or sloping of the excavation shall r" be considered subsidiary to the cost of the item. After completion of the structure, the excavation shall be backfilled with approved select material from the excavation. Backfill shall be in horzontal layers not •"' exceeding 8-inches in loose depth per lift, and compacted to the density of the surrounding soil. Backfill shall not be placed against a newly "" 2701-98 125 - d r- ram► cast concrete structure for seven (7) days after placing, or until the concrete has attained sufficient strength to withstand the pressures of backfilling without damage to the structure. Backfilling shall be considered subsidiary to this item." 18. Paragraph 125-4.1 METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: "The quantity of existing base -mounted, taxiway lights removed, modified and reinstalled to be paid for under this item shall be the actual number removed, modified and reinstalled, complete. This item shall include, but not be limited to, removing the existing concrete -encased light base, drilling a drain hole in the bottom of the base, installing a gravel bed under the base, and re -installing the existing light at the appropriate grade as shown on the drawings and in accordance with these r specifications. The quantity of taxiway light extensions to be paid for under this item shall be the actual number of extensions furnished and installed, complete, as shown on the drawings and in accordance with these specifications. The quantity of existing base -mounted, taxiway lights removed and salvaged to be paid for under this item shall be the actual number removed and salvaged, and stockpile in the Owner's place of storage, complete. The quantity of existing lighted or unlighted taxiway guidance signs removed and salvaged to be paid for under this item shall be the actual number of each removed and salvaged, and stockpile in the Owner's place of storage, complete. The quantity of new, base -mounted, medium intensity taxiway edge lights to be paid for under this item shall be the actual number installed as completed units, in place, ready for operation, and accepted by the Engineer, including but not be limited to, L- 861T Quartz taxiway light light fixture with omnidirectional blue lens, concrete - encased L-867 base and lid, series isolation transformer, base basket, light bulb and cable connectors, as shown on the drawings and in accordance with these specifications. The quantity of new, internally -lighted taxiway guidance signs to be paid for under this r- item shall be the actual number of the various sizes specified or shown on the drawings, installed as completed units on existing bases, in place, ready for operation, and accepted by the Engineer, including but not be limited to, L-858 taxiway guidance sign fixture, series isolation transformer, light bulbs, cable connectors, as shown on the drawings and in accordance with these specifications. The quantity of new, unlighted taxiway guidance signs to be paid for under this item shall be the actual number of the various sizes specified or shown on the drawings, Oft 2701-98 125 - e A -- Oft installed as completed units, in place, ready for operation, and accepted by the Engineer, including but not be limited to, L-858 taxiway guidance sign fixture, *" concrete -encased L-867 base and lid, base basket and concrete slab, as shown on the drawings and in accordance with these specifications. " The quantity of new replacement taxiway guidance sign face panels to be paid for under this item shall be the actual number of panels provided and installed, complete, and accepted by the Engineer. The quantity of new reinforced concrete electrical manholes to be paid for under this item shall be the actual number installed as completed units, in place, ready for AM operation, and accepted by the Engineer, including excavation and backfilling. Furnishing, installing, maintaining and removing temporary displaced threshold lighting to be paid for under this item shall be measured per each complete installation. Installing, maintaining and removing temporary displaced threshold lighting provided by the Owner to be paid for under this item shall be measured per each complete installation. Underground electrical cable and counterpoise wire shall be measured and paid for under Item L-108, INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS, of these specifications. Underground conduit and duct shall be measured and paid for under Item L-110, INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT, of these specifications." 19. Paragraph 125-5.1. - Delete this entire paragraph and insert the following: " 125-5.1. Payment shall be made at the contract unit price for the various items described herein and in the Bid per each. These prices shall be full compensation for furnishing all materials, except those relocated, and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item L-125, Remove, Modify and Reinstall Existing Base -Mounted Taxiway Light, including drilling drain hole, and installing gravel drain bed, complete, r� per each; Item L-125, Install Taxiway Light Base Extensions, complete, per each; r" 2701-98 Item L-125, Remove and Salvage Existing Base -Mounted Taxiway Light, including light fixture and isolation transformer, complete, per each; 125-f r+ FIft Item L-125, Remove and Salvage Existing Lighted Taxiway Guidance Signs, including sign fixture and isolation transformer, complete, per each; Item L-125, Remove and Salvage Existing Unlighted Taxiway Guidance Signs, including removing sign fixture and concrete slabs, complete, per each; Item L-125, Medium Intensity Taxiway Edge Light, FAA L-861T Quartz, base - mounted, omnidirectional blue lens, complete, per each; Item L-125, New 1-Panel Internally Lighted Taxiway Guidance Sign Fixture on Existing Base, including new isolation transformer, complete, per each; rOO Item L-125, New 2-Panel Internally Lighted Taxiway Guidance Sign Fixture on Existing Base, including new isolation transformer, complete, per each; Item L-125, New 3-Panel Internally Lighted Taxiway Guidance Sign Fixture on Existing Base, including new isolation transformer, complete, per each; Item L-125, New 4-Panel Internally Lighted Taxiway Guidance Sign Fixture on r Existing Base, including new isolation transformer, complete, per each; Item L-125, New 2-Panel Unlighted Taxiway Guidance Sign, including new base mounting and concrete slab, complete, per each; Item L-125, Replacement Taxiway Guidance Sign Face Panels, complete, per each; Item L-125, 2' x 2' Reinforced Concrete Electrical Manhole, per each; Item L-125, Furnish, Install and Remove Temporary Displaced Threshold Lighting, including threshold lights, REIL lights and temporary wiring and connections, complete, per each complete installation; and Item L-125, Install and Remove Temporary Displaced Threshold Lighting r„ Provided by the Owner, including temporary wiring and connections, complete, per each complete installation." 2701-98 125 - g F" 10/24/74 AC 150/5370-10 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Description 125-1.1 This item cancels and replaces the items listed in paragraphs 125-1.2--125-1.8. 125-1.2 Item L-114, Installation of Medium Intensity Runway and Taxiway Lights with Stake Mounting. 125-1.3 Item L-116, Installation of Medium Intensity Runway and Taxiway Lights with Stake Mounting. 12 1.4 Item L-120, Installation of Internally Lighted Taxiway Guidance Signs. 125-1.5 Item L-121, Installation of High Intensity Runway Lights. 125-1.6 Item L-122, Installation of Airport Low Intensity Lighting System. 125-1.7 Item L-123, Installation of Touchdown Zone Lights, Inset and Base Mounted. 125-1.8 Item L-124, Installation of Runway Centerline and Taxiway Turnoff Lights. ,. 125-1.9 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specification, and the applicable advisory circulars. The systems are installed at the location and in accordance with the dimensions, design, and details shown rin 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 the engineer. E 125-1 AC 150/5370-10 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS l0/24/74 125-1.10 Additional details pertaining to a specific system covered in - this item are contained in the advisory circulars listed in paragraphs 125-1.11--125-1.16. 12571.11 AC 150/5340-4, Installation Details for Runway Centerline and Touchdown Zone Lighting Systems. 125-1.12 AC 150/5340-13, High Intensity Runway Lighting System. 125- 1.13 AC 150/534o-14, Economy Approach Lighting Aids. 125-1.1U AC 150/5340-15, Taxiway Edge Lighting System. 125-1.15 AC 150/5340-16, Medium Intensity Runway Lighting System. 125-1.16 AC 150/5340- , Taxiway Guidance Sign System. Equipment and Materials 125-2.1' GENERAL. (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D. C. 20591, and shad be listed in Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. (c) Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. 125-2 P` 1, 10/24/74 AC 150/5370-10 ITEM L-125 I14STALLATION OF AIRPORT LIGHTING SYSTEMS 125-2.2 TAPE. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and I4.znufacturing Company, or an approved equal. 125-2.3 CONCRETE. Concrete for backfill shall be proportioned not leaner than a 1-3-6 mix by volume and shall have a compressive strength of not less than 2,000 PSI. Approved clean aggregate shall be used to produce the concrete. 125-2.4 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Fed. Spec. WI C-581. 125-2.5 SQUEEZE CONNECTORS. Squeeze connectors, if specified, shall be eaual to Crouse -Hinds Company, type CGB cable connector with neoprene rubber bushing. 125-2.6 TEES. Large radius bend tees, if specified, shall be equal to Crouse -Hinds Company No. ET-43. Construction Methods 125-3.1 GENERAL. The installation and testing details for the systems shall be as specified in the applicable advisory circulars. 125-3.2 PLACING LIGHTS. The light fixtures shall be installed at the approximate location indicated in the plans. The exact location shall be as directed by the engineer. Method of Measurement 125-4.1 The quantity of lights to be paid for under this item shall be the number of each type installed as completed units in place, ready for operation, and accepted by the engineer. I { 125-3 AC 150/5370-10 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Basis of Payment 10/24/74 125-5.1 Payment will be made at the contract unit price for each complete light installed in place by the contractor and accepted by the engineer. This price shall 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 under: Item L-125-5.1 Medium Intensity Runway Lights, Base Mounted in Place --per each. Item L-125-5.1 Taxiway Lights, Base Mounted in Place -- per each. Item L-125-5.1 Medium Intensity Runway Lights, Stake Mounted in Place --per each. Item L-125-5.1 Taxiway Lights, Stake Mounted in Place --per each. Item L-125-5.1 High Intensity Runway Lights, in Place --per each. Item L-125-5.1 Touchdown Zone Lights in Place --per each. Item L-125-5.1 Runway Centerline Lights, in Place --per each. Item L-125-5.1 Medium Intensity Approach Lights, in Place -- per each. Item I-125-5.1 Runway End Identification Lights, in Place -- per each. Item L-125-5.1 Abbreviated Visual Approach Slope Indicator, in Place --per each. Item L-125-5.1 Airport Taxi Guidance Signs, in Place --per unit of like size. 125-4 ems+ 10/24/74 AC 150/5370-10 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Federal Specifications Referenced in Item L-125 Number Title WW-C-581 Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc -Coated. FAA Specifications Referenced in Item L-125 Number Title AC 150/534o0 4 Installation Details for Centerline and Touchdown Zone Lighting Systems. AC 150/5340-13 High Intensity Runway Lighting System. AC 150/5340-14 Economy Approach Lighting Aids. AC 150/5340-15 Taxiway Lighting System. AC 150/5340-16 Medium Intensity Runway Lighting System. AC 150/5340- Taxiway Guidance Sign System. 125-5 i" O.. t' f I ITEM MC 4 MISCELLANEOUS CONSTRUCTION MC - 1 GENERAL This section of the specifications covers the construction and installation of traffic control signs. MC - 2 TRAFFIC CONTROL SIGNS AND SUPPORTS MC-2.1 Signs Aluminum Signs, Type 1, 2, 3 - signs shall meet the requirements of Item 636, Aluminum Signs (Type A) of the Texas Department of Transportation Standard Specifications, except as modified herein. Plywood Sign, Type 4 - Signs shall meet the requirements of Item 634, Plywood Signs (Type A) of the Texas Department of Transportation, except as modified herein. Shapes, coloring, messages, lettering, etc., shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways", of the Texas Department of Transportation. Aluminum signs shall be aluminum signs of one piece construction made from sheet aluminum, and which have the face side reflectorized. Plywood signs shall be 3/4 inch pressure treated plywood which have the face side relfectorized. MC-2.2 Sign Messages and Borders Sign messages and borders shall be the size and color shown on the plans. Silk screen processing ink approved by the Texas Department of Transportation's Materials and Test Division shall be used for sign messages and borders applied to sign faces by the screen process. All messages and borders prepared by a screen process shall have clean, sharp edges with no runs or sags ,•• and shall be of sufficient thickness to completely cover the background material. MC-2.3 Roadside Mount Standards Roadside mount standards shall conform with the designs shown on the TxDOT standard sheets, SMD (1-1) through SMD (1-5). MC-2.4 Sign Supports Sign supports shall meet the requirements of Item 646, Small Roadside Sign Supports (Steel Pipe), of the Texas Department of Transportation Standard Specification, except as r- 2701-98 MC - 1 P modified herein. Sign supports shall have break -away features as detailed on the TxDOT SMD (1-3), triangular slip base. Sign supports shall consist of ground mounted supports of steel pipe which are used for signs normally erected at the height shown on the plans. The sign supports shall be made from new galvanized steel pipe. The size and specifications for the pipe shall be as shown on the plans. Galvanizing shall be done after fabrication and punching or drilling of any holes that may be permitted by the plans or by the Engineer. Sign supports shall be continuous posts. No welded pipe supports will be permitted. MC-2.5 Shop Drawings The Contractor shall submit shop drawings of each sign and support to the Engineer prior to fabrication. MC-3 METHOD OF MEASUREMENT The quantity of traffic control signs, supports and foundations installed or removed to be paid for under this item shall be the number installed and accepted or removed, measured on the ground, in place. The removal and relocation of existing traffic control signs, supports and foundations and backfilling of the remaining cavity at the locations, shown on the plans or as required will be paid for at the unit price bid each without regard for size or type of sign. MC-4 BASIS OF PAYMENT Payment will be made at the contract unit price for traffic control signs, supports and foundations installed and accepted. 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 necessary to complete the item. Payment will be made under: Item MC, Type 1 sign (stop sign), complete, per each; and Item MC, Type 2 sign (caution sign), complete, per each; and Item MC, Type 3 sign (service vehicles only sign), complete, per each; and Item MC, Type 4 sign (ILS sign), complete, per each and Item MC, Remove and relocate existing traffic control sign, complete per each. END OF SECTION 2701-48 MC-2 r r SPECIAL CONDITIONS r TABLE OF CONTENTS SPECIAL CONDITIONS SC-1 Scope of Work SC-1 SC-2 Contract Documents SC-1 SC-3 Time and Order of Completion SC-2 SC-4 Limitation of Operation SC-8 SC-5 Airport Operations Security SC-10 SC-6 Contractor's Plant Site, Storage and Office Area(s) SC-14 SC-7 Protection of Property SC-15 SC-8 Electric Power and Natural Gas SC-15 SC-9 Lines and Grades SC-16 SC-10 Water for Construction SC-16 SC-11 Material Tests SC-16 SC-12 Barricades, Signs, and Hazard Markings SC-17 SC-13 Prevention of Air and Water Pollution SC-17 SC-14 Progress Schedule SC-18 SC-15 Public Convenience and Safety SC-18 SC-16 Final Cleaning Up SC-18 SC-17 Insurance SC-19 SC-18 Removal and Disposal of Structures, Utilities and Obstructions SC-19 SC-19 Conformity with Plans and Allowable Deviations SC-19 SC-20 Removal of Defective and Unauthorized Work SC-20 SC-21 Disputed Claims for Extra Work SC-20 SC-22 Federal Participation SC-20 SC-23 Indemnification SC-21 SC-24 Opening of Section of Airport to Traffic SC-21 SC-25 Contractor's Responsibility for Work SC-21 SC-26 Correction of Faulty Work After Final Payment SC-22 SC-27 Separate Contracts SC-22 SC-28 Shop Drawings SC-22 SC-29 Engineer SC-22 SC-30 Trench Safety SC-22 SC-31 Engineer's Field Office SC-23 SC-32 Progressing Meeting SC-24 APPENDIX SW5200.5A Airport Safety During FAA -Funded Airport Construction and FAA Facilities Maintenance. AC 150/5370-2C Operational Safety on Airports During Construction 7 2701-98 SPECIAL CONDITIONS r SC-1 SCOPE OF WORK The work to be accomplished under these specifications, including the plans, is presented as a BASE BID and one (1) ADDITIVE ALTERNATE, and consists of construction work for the Lubbock International Airport. The BASE BID includes, but is not limited to, the construction of new bituminous taxiway shoulder pavement, the construction of new airfield perimeter roadways, the r� installation of new pavement marking, the installation of new airfield lighting and signage improvements, and other related items of work. The ADDITIVE ALTERNATE includes, but is not r- limited to, revising the new shoulder pavement section to provide a TxDOT Item 345 Asphalt Stabilized Base Course in lieu of the FAA Item P-209 Crushed Aggregate Base Course specified in the BASE BID. All labor, materials and equipment necessary to complete the work called for in these specifications and shown on the plans shall be furnished by the Contractor. Payment for the various items of work will be made as specified under the various payment paragraphs of the technical sections. SC-2 CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with the Contract Documents described in the General Conditions. The drawings included in the documents consist of the plans entitled "City of Lubbock, Texas, Lubbock International Airport, Taxiway Shoulders Improvements," dated August 1998. All bidders shall be thoroughly familiar with all of the drawings and specifications. The Contractor shall be responsible for the satisfactory completion of all work shown on the drawings or specified. The intent of the plans and specifications is to prescribe a complete work or improvement which the Contractor undertakes to do in full compliance with the plans, the specifications, the special provisions, proposal, and contract. The Contractor shall do all work including such additional, extra, and incidental work as may be considered necessary to complete the project in a satisfactory and acceptable manner, as provided in the plans, proposal, and contract. He shall furnish, unless otherwise provided in the specifications, special provisions, or contract, all materials, equipment, tools, labor and incidentals necessary to prosecute the completion of the work. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance Bond, Special Bonds (if any), Proposal, Special Conditions, Notice to Bidders, Instructions to Bidders, Technical Specifications, Plans, General Provisions and General Conditions of the Agreement. r 2701-98 Sc- 1 t SC-3 TIME AND ORDER OF COMPLETION The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his own choosing to the best interest of the project. However, the work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure completion in accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor shall furnish the Engineer with his proposed progress schedule and this schedule shall be approved by the Engineer before work is commenced on the project. Other contractors may be performing work for the Owner in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be required to insure that all work can be carried out with the least possible interference with the operation of other contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Owner 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. CONSTRUCTION PHASING The Contractor shall be responsible for scheduling and implementing the various construction phases as awarded and within the individual construction phase requirements specified herein. The following requirements shall be addressed in the preparation of the Contractor's construction schedule. Liquidated damages will be assessed for delayed completion in the amount of $500.00 per calendar day for each individual construction phase specified below. General - The Contractor will be required to submit a Construction Phasing plan for review by the Owner and the Engineer at least fourteen (14) calendar days before starting construction of Constuction Phase 1. The Contractor's Notice -To -Proceed will not be issued without an approved Construction Phasing plan. The Construction Phasing plan will address all the issues scheduling and phasing as specified herein, and shall indicate completion of the various construction phases within the specified timeframes for the individual Construction Phases. Normal air carrier operations at Lubbock International Airport are scheduled between about 6:00 a.m. through 11:00 p.m. The Contractor can obtain current air carrier flight schedules from the Aviation Manager. To minimize disruption of aircraft traffic, the Contractor shall schedule lighting, signage and electrical improvements to coincide with the construction of paving improvements. Existing runway and taxiway guidance and regulatory signs to be replaced within the 500- foot wide runway safety area adjacent to 17R-35L will be constructed at night between the approximate hours of 11 PM and 6 AM, after the last flight in the evening and prior to the 2701-98 SC - 2 r first flight in the morning. All work will be coordinated with the FAA air traffic control tower and Airport administration. Work crews will be limited to work in one intersection area and each crew will maintain radio contact with the tower in the event of the need for an emergency landing. Upon notification of an inbound landing aircraft work crews will immediately secure the area and move to a point beyond the runway safety area limits. Construction Phase 1 - The scope of Construction Phase 1 shall include the construction of new bituminous shoulder pavement along Taxiway M (south of Taxiway J), Taxiway F (east of the east Runway 17R-35L safety area boundary to the terminal apron), Taxiway Q (east of the Runway 17R-35L safety area), and the terminal apron south and west of Taxiway R. The Contractor shall furnish, install and maintain necessary lighted barricades for each closed taxiway as specified herein or as directed by the Owner, for the duration of construction activities on Construction Phase 1. Payment for related provisions of this paragraph not specifically addressed and covered under these specifications shall be considered a subsidiary obligation of the Contractor, and no separate payment will be made. e items of work included in Construction Phase 1 shall be completed within THIRTY- FIVE (35) CALENDAR DAYS of the Contractor's Notice -To -Proceed with Construction Phase 1 Construction Phase 1 shall be completed, accepted and opened prior to starting work on any other portion of the project. However, with written authorization from the Owner and the Engineer, the Contractor may be allowed to start certain portions of other Construction Phases prior to the completion of Construction Phase 1. Construction Phase 2 - The scope of Construction Phase 2 shall include the construction of new bituminous shoulder pavement along Taxiway G (south of the Runway 8-26 safety area), Taxiway J (approximately 250-feet east and west of the centerline of Taxiway G), Taxiway M (from south of the Runway 8-26 safety area to approximately 150-feet south of the centerline of Taxiway J), and Taxiway J (from the Runway 17R-35L safety area to approximately 150-feet east of the centerline of Taxiway M). The Contractor shall furnish, install and maintain necessary lighted barricades for each closed taxiway, as specified herein or as directed by the Engineer, for the duration of construction activities on Construction Phase 2. Payment for related provisions of this paragraph not specifically addressed and covered under these specifications shall be considered a subsidiary obligation of the Contractor, and no separate payment will be made. F Air operations at Lubbock International Airport will be severely affected by the work on Construction Phase 2. Work associated with Taxiway G will require closure of Runway 17L-35R. Work associated with the Taxiway M intersection with Taxiway J will require aircraft delays for operations on Runway 17R-35L. In order to expedite the work required in Construction Phase 2, the Contractor shall mix, process and cure material for the FAA Item P-155 Lime Treated Subgrade Course away from the Phase 2 construction areas prior to starting Construction Phase 2. The Contractor will be required to complete the work included in Construction Phase 2 within the time constraints provided herein. i 2701-98 SC - 3 7 The items of work included in Construction Phase 2 shall be completed within FIFTEEN (115) CALENDAR DAYS of the Contractor's Notice -To -Proceed with Construction Phase 2. Construction Phase 2 shall be completed, accepted and opened prior to starting work on any other portion of the project. However, with written authorization from the Owner and the Engineer, the Contractor may be allowed to start certain portions of other Construction Phases prior to completion of Construction Phase 2. Construction Phase 3 - The scope of Construction Phase 3 includes the construction of new bituminous shoulder pavement along Taxiways K and R (south of the Runway 8-26 safety area), Taxiway J (south of the Runway 8-26 safety area and outside the limits of Construction Phase 2), and the terminal apron (east of Taxiway R). Construction Phase 3 shall also include the construction of the new airfield perimeter roadway from the Operations Facility entrance road to the East Aircraft Apron, including associated drainage improvements, chain link fencing, access gates, roadway signage and pavement marking. Construction Phase 3 shall be accomplished with Runway 17L-35R open to aircraft traffic. The Contractor shall furnish, install and maintain lighted barricades for each closed taxiway, as specified herein or as directed by the Engineer, for the duration of construction activities on Construction Phase 3. Payment for related provisions of this paragraph not specifically addressed and covered under these specifications shall be considered a subsidiary obligation of the Contractor, and no separate payment will be made. The items of work included in Construction Phase 3 shall be completed within SIXTY-FIVE (65) CALENDAR DAYS of the Notice -To -Proceed with Construction Phase 3. Construction Phase 3 shall be completed, accepted and opened prior to starting work on any other portion of the project. However, with written authorization from the Owner and the Engineer, the Contractor may be allowed to start certain portions of other Construction Phases prior to completion of Construction Phase 3. Construction Phase 4 - The scope of Construction Phase 4 includes the construction of new bituminous shoulder pavement along Taxiway A (the concrete portion, south from Taxiway L), Taxiways C and F (west of the Runway 17R-35L safety area), and the south side of the West Air Cargo Apron (between Taxiway F and Taxiway D). The Contractor will be required to provide such intermediate construction phasing as necessary to provide taxiway access to the general aviation facilities west of Taxiway L at all times during Construction ^- Phase 4. Construction Phase 4 shall also include the construction of the new airfield perimeter roadway from the West Air Cargo Apron to the existing perimeter road north of the Executive T-Hangars, including associated drainage improvements, roadway signage and pavement marking. Construction Phase 4 will require temporary displacement of the Runway 8 threshold to a point approximately 1,000-feet east of the existing threshold. The Contractor shall furnish, install and maintain temporary displaced threshold marking and lighting for Runway 8, as specified herein or as directed by the Engineer, for the duration of work on Construction Phase 4. The temporary displaced threshold marking will be paid for under Item P-620 2701-98 SC - 4 r" .i. RUNWAY AND TAXIWAY PAINTING, as specified herein, and shall include, but not be limited to, a 10-foot wide threshold bar and approximately five (5) lead-in arrows, as Oft detailed on the drawings. The Contractor shall remove all temporary marking at the 4 completion of Construction Phase 4, immediately prior to opening the full length of Runway 8-26. Temporary marking may be accomplished using diluted, water -based paint of appropriate color, to facilitate easier removal. Approved temporary marking removal methods are specified in Item P-620 of these specifications. The Contractor shall also furnish, install and maintain temporary displaced threshold lighting for Runway 8, as specified herein or as directed by the Engineer, for the duration of Construction Phase 4. The temporary lighting shall include, but not be limited to, eight (8) outboard runway threshold lights and two (2) Runway End Identifier Lights (REIL's). The temporary lighting shall be connected to the existing runway lighting circuit by the Contractor, and paid for under Item L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS, of these specifications. The Contractor shall provide temporary wiring, jumpers and connections required to maintain operation of the existing Runway 8-26 edge lights and the temporary threshold lights for the duration of Construction Phase 4. Temporary lighting shall be maintained in satisfactory working order by the Contractor for the duration of the displacement period. At the completion of Construction Phase 4, the Contractor shall remove the temporary lighting, wiring, jumpers and connections, and return the runway lighting system to its original condition. The Contractor shall be responsible for repairing any damage done to the runway lighting fixtures or system during construction activities, and for restoring the runway lights to operation. During the displacement period, the existing runway edge lights and taxiway signs in the displaced portion of Runway 8-26 shall be taken out of service by the Contractor. This may be accomplished by removing the light bulbs from the affected runway lights, or by covering the affected runway lights. Affected taxiway signs and all runway distance .� remaining signs on Runway 8-26 shall be covered. At the completion of Construction Phase 4, the affected runway lights shall be restored and returned to operation. The Contractor shall uncover all covered lights and/or signs. The Contractor shall furnish, install and maintain lighted barricades for each closed taxiway, as specified herein or as directed by the Engineer, for the duration of construction activities on Construction Phase 4. Payment for related provisions of this paragraph not specifically addressed and covered under these specifications shall be considered a subsidiary obligation of the Contractor, and no separate payment will be made. The items of work included in Construction Phase 4 shall be completed within THIRTY- FIVE (35) CALENDAR DAYS of the Notice -To -Proceed with Construction Phase 4. Construction Phase 4 shall be completed, accepted and opened prior to starting work on any ( other portion of the project. However, with written authorization from the Owner and the Engineer, the Contractor may be allowed to start certain portions of other Construction Phases prior to completion of Construction Phase 4. 'r' 2701-98 SC - 5 I Construction Phase 5 - The scope of Construction Phase 5 includes the construction of new bituminous shoulder pavement along Taxiway M (from the centerline of Taxiway S to the Runway 8-26 safety area boundary), Taxiway N (east of the Runway 17R-35L safety area), and the south side of Taxiway S (east of the Runway 17R-35L safety area). The Contractor shall furnish, install and maintain necessary lighted barricades for each closed taxiway, as specified herein or as directed by the Engineer, for the duration of construction activities on Construction Phase 5. Payment for related provisions of this paragraph not specifically addressed and covered under these specifications shall be considered a subsidiary obligation of the Contractor, and no separate payment will be made. During Construction Phase 5, the Contractor shall expedite construction activities within the Taxiway S safety area. Construction traffic within the Taxiway S safety area shall yield to oncoming aircraft traffic approaching Taxiway S. During construction in the Taxiway S safety area, the Contractor shall monitor and remain in contact with Lubbock ground traffic control, and remove construction vehicles from the Taxiway S safety area, when so directed, as required to remain clear of aircraft traffic. The items of work included in Construction Phase 5 shall be completed within TWENTY- EIGHT (28) CALENDAR DAYS of the Contractor's Notice -To -Proceed with Construction Phase 5. Construction Phase 5 shall be completed, accepted and opened prior to starting work on any other portion of the project. However, with written authorization from the Owner and the Engineer, the Contractor may be allowed to start certain portions of other Construction Phases prior to completion of Construction Phase 5. Construction Phase 6 - The scope of Construction Phase 6 includes the construction of new bituminous shoulder pavement along Taxiway M (from the centerline of Taxiway S north to the Runway 17R-35L safety area boundary), Taxiway T (east of the Runway 17R-35L safety area), and the north side of Taxiway S (east of the Runway 17R-35L safety area). During Construction Phase 6, the Contractor shall expedite construction activities within the Taxiway S safety area. Construction traffic within the Taxiway S safety area shall yield to oncoming aircraft traffic approaching Taxiway S. During construction in the Taxiway S safety area, the Contractor shall monitor and remain in contact with Lubbock ground traffic control, and remove construction vehicles from the Taxiway S safety area, when so directed, as required to remain clear of aircraft traffic. The Contractor shall furnish, install and maintain necessary lighted barricades for each closed taxiway, as specified herein or as directed by the Engineer, for the duration of construction activities on Construction Phase 6. Payment for related provisions of this paragraph not specifically addressed and covered under these specifications shall be considered a subsidiary obligation of the Contractor, and no separate payment will be made. The items of work included in Construction Phase 6 shall be completed within TWENTY- EIGHT (28) CALENDAR DAYS of the Contractor's Notice -To -Proceed with Construction 2701-98 SC - 6 Phase 6. Construction Phase 5 shall be completed, accepted and opened prior to starting work on any other portion of the project. However, with written authorization from the (` Owner and the Engineer, the Contractor may be allowed to start certain portions of other Construction Phases prior to completion of Construction Phase 5. At the completion of the project, the Contractor shall turn over to the Owner the temporary threshold lights and REIL's supplied by the Contractor for Construction Phase 4. The Contractor shall return all City -provided threshold lights and REIL's in the condition they were received. During the displacement period, the existing runway edge lights and taxiway signs in the displaced portions of Runway 17R-35L shall be taken out of service by the Contractor. This may be accomplished by removing the light bulbs from the affected runway lights, or by covering the affected runway lights. Affected taxiway signs and all runway distance remaining signs on Runway 17R-35L shall be covered. At the completion of Construction Phase 8, the affected runway lights shall be restored and returned to operation. The Contractor shall uncover all covered lights and/or signs. The Contractor shall furnish, install and maintain necessary lighted barricades for each closed taxiway, as specified herein or as directed by the Engineer, for the duration of construction activities on Construction Phase 8. Payment for related provisions of this paragraph not specifically addressed and covered under these specifications shall be considered a subsidiary obligation of the Contractor, and no separate payment will be made. The items of work included in Construction Phase 8 shall be completed within TWENTY - ,. ONE (21) CALENDAR DAYS of the Contractor's Notice -To -Proceed with Construction Phase 8. Construction Close -Out - After substantial completion of Construction Phases 1 through 8, the Contractor shall pursue any miscellaneous items of construction remaining, such as shoulder grading, pavement marking or joint sealing. These miscellaneous construction items shall be accomplished around active aircraft traffic without closing the affected taxiways, runways or aprons. r-p The items of work included in the Construction Close -Out shall be completed within TWENTY-ONE (21) CALENDAR DAYS of the Contractor's Notice -To -Proceed with the Construction Close -Out. Any deviation from the above sequences of construction will require the prior approval of the Owner and the Engineer. The Owner reserves the right to rearrange the order of the construction l' phases to minimize disruptions to air travel. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Aviation Manager and with other contractors. Portions of the apron, runways and taxiways may be closed as r" 2701-98 SC - 7 1' r required for proper execution of the work, but at least three (3) days notice will be required before closing any portion of a runway, taxiway or apron. When closing of the main runways, taxiways and apron areas for construction of lighting work is required, the time closed shall be kept to a minimum time. One of the two main runways, including access taxiways, shall be kept open at all times except as otherwise specified. All operations shall be coordinated, through the Engineer, with the Aviation Manager. Before either of the two main runways can be closed, the Engineer shall approve the length of time of closure and the Contractor's work schedule during closure. The Contractor shall be required to provide, install and maintain approved displaced runway threshold or closed runway and/or taxiway markings in accordance with FAA Advisory Circular 150/5370-2C, FAA Southwest Region Order SW5200.5A, FAA Advisory Circular 150/5370-4, FAA Advisory Circular 150/5370-7, and other applicable FAA regulations. AC 150/5370-2C and SW5200.5A are included in these specifications. No separate measurement or payment shall be made for closed runway or taxiway marking. All operations shall be coordinated through the Engineer. Runways, taxiways and apron areas will not be closed for construction work until all construction equipment and materials required for that portion of work have been delivered to the site, approved and are ready for installation. SC-4 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall the Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of the Engineer. The Contractor shall be required to submit a schedule of operations to the Engineer for approval. The Contractor shall not commence new work to the prejudice of work already started. The Contractor shall take all precautions necessary to insure 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. The Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport area. The Contractor shall provide all such equipment with a flag on a staff so attached to the equipment that the 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, the Contractor shall provide such equipment with approved flashing lights so attached to the equipment that the lights will be readily visible. The 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. All operations shall be coordinated, through the Engineer, with the Aviation Manager, to the end that no interference with aircraft traffic on active runways, taxiways or aprons will result from the operations of the Contractor. Construction activities will not be allowed within the safety areas of any active runway or taxiway. The taxiway safety area is defined as the area within 131 feet of the centerline of any taxiway or taxilane. The runway safety area is defined as the area within 250 feet 2701-98 SC - 8 Oil of the centerline of any runway when aircraft are operating under Visual Flight Rule (VFR, clear weather) conditions, or within 570 feet of the centerline of any runway when aircraft are operating under Instrument Flight Rule (IFR, inclement weather) conditions. VFR or IFR conditions shall be I determined by the Lubbock Air Traffic Control Tower personnel The Contractor shall maintain flagmen or escorts, as may be required, to direct his construction traffic if it becomes necessary for such traffic to cross or travel along any active taxiway or runway. Traffic shall be directed away from these facilities whenever possible and no traffic shall r ever cross an active runway or taxiway without having proper clearance from the control tower. Trenches 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 work day or work period. Excavations outside the safety areas of any active airfield paving shall be barricaded as outlined in these specifications to the satisfaction of the Engineer by the end of each work day 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. The FAA considers any deviation of more than 3- inches above or below the existing grade to be a hazard to aircraft operations. The FAA may issue warnings or fine the Airport for these violations. Such fines as may be handed out by the FAA as a result of the Contractor's activities shall be considered the Contractor's responsibility, and shall be promptly paid be the Contractor, at his sole expense. The Contractor shall schedule his work well in advance of actual operations and shall keep �. the Engineer advised of this schedule so .that close coordination can be maintained with Airport Management. Aprons, runways and taxiways will be closed as required for proper execution of the work as provided in above paragraphs. The 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 the Contractor's workmen shall result in the discharge of such men in accordance with the General Conditions. Continued violations of safety rules and regulations by the Contractor, after having been notified of such violations by the Engineer, shall constitute grounds for suspending the Contractor's operations until steps are taken that will insure a safe operation. The Contractor shall be required to equip vehicles used by the superintendent or foremen on the project with a radio receiver/transmitter(s) for maintaining direct communication with the FAA control tower at Lubbock International Airport. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, taxiway, or apron, or as directed by the Engineer. The Contractor shall have an adequate number of radios to maintain communication in all areas of work. i The Contractor will provide an area for parking all equipment not being used for construction purposes, and for parking of employee vehicles. This area shall be located away from the operational area of the airport in an area approved by the Engineer and the Aviation Manager. No employee or other unauthorized vehicles will be allowed within the operational area of the airport. r 2701-98 SC - 9 f r Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or runway without specific written authorization from the Engineer and the Aviation Manager. Any damage incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as required by the Engineer and the Aviation Manager. The Contractor shall not permit water to stand in any excavation adjacent to existing pavements. To insure compliance with this requirement the Contractor shall maintain at the site not less than two dewatering pumps in good working condition at all times 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. The Contractor shall maintain the pavement surfaces of runways, taxiways and aprons, which are crossed by hauling routes, in a clean condition, suitable for use by aircraft, as determined by the Aviation Manager. In general, it is expected that all taxiways will remain open to general aviation aircraft at all times. The Contractor shall not use any airfield pavement area for stockpiling materials or parking equipment. All taxiways, runways and . aprons shall remain passable for emergency vehicle access. The successful Bidder shall be subject to a pre -award review by the Office of Compliance and Security, Equal Opportunity Division, Federal Aviation: Administration, to determine previous compliance status of the Contractor. The Contractor shall be subject to a pre -construction conference to discuss phasing and project safety control after award of contract. SC-5 AIRPORT OPERATIONS SECURITY SC-5.1 General Airport security is a vital part of the Contractor's responsibilities during the course of this project. Airport security, nation-wide, has come under close scrutiny in the last few years. The following security guidelines and the rules and regulations of the Lubbock International Airport Police Department (LIAPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. SC-5.2 Airport Operations Area (AOA) The Airport operations area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. 2701-98 SC - 10 F SC-5.3 LIAPD-Issued Security Badges The Contractor shall be responsible for obtaining a photo -identification security j' badge issued by the LIAPD for each supervisor or foreman of each work crew working within the AOA. The Contractor shall obtain LIAPD security badges for at least one member of each work crew working in separate areas of the AOA. It is the intent of these s ecifications that all individuals responsible to the Contractor, including the Contractor's employees, subcontractors, suppliers or ' representatives, either obtain and display an LIAPD security badge, or obtain and display a Contractor - issued identification badge, as specified below, AND be escorted or directly supervised by an '� individual displaying a current LIAPD security badge. r The Contractor my obtain LIAPD security badges from the Lubbock International Airport Police Department at the Lubbock International Airport. The LIAPD reserves the right to limit the number of security badges issued to the Contractor. The LIAPD will charge the Contractor a twenty-five dollar ($25.00) fee for each security badge issued. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. The LIAPD security badges shall be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder shall be familiar with and shall obey all security and safety rules and regulations. The LIAPD security badge may be confiscated and all security rights revoked by the LIAPD upon the breach of any security or safety regulations at the discretion of the LIAPD. The holder of an LIAPD 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 the LIAPD. The Contractor shall conduct a background check of each applicant for an LIAPD r: security badge utilizing standard background check forms provided by the LIAPD. The Contractor shall be responsible for completing the required forms, and for submitting the forms to the LIAPD for their review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall be available through the Aviation Manager's office after award of the project. The background check shall show proof of a minimum five (5) year employment record and will be reviewed by the LIAPD. The LIAPD shall be responsible for reviewing the background checks. Only persons whose application is approved by the LIAPD shall be issued security badges. The LIAPD reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of the LIAPD, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LIAPD-issued security badges to the LIAPD. The LIAPD will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed LIAPD-issued security badge. All LIAPD-issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all LIAPD-issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SC-5.4 Contractor -Issued Identification Badges The Contractor shall be responsible for the identification of each of the Contractor's employees, subcontractors, suppliers and representatives while these individuals operate within the �" 2701-98 SC - 11 AOA. The Contractor shall be responsible for issuing identification badges to each of the Contractor's employees, subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and telephone number of each person issued a badge. The Contractor's record of all employees issued an identification badge shall be made available upon the request of the LIAPD, the Aviation Manager or the Engineer. The format and content of the Contractor -issued identification badge shall be _ approved by the LIAPD prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall 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 be wom in an easily visible location on the person issued the badge at all times while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but shall 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 thirty (30) days during the project construction period. The 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 the Contractor and retained by the Contractor until the end of the project. It shall be the Contractor's responsibility to record and account for all Contractor -issued identification badges. All identification badges issued by the Contractor during the project and the records of said badges shall be transferred to the possession of the LIAPD at the completion of the project. The Contractor -issued identification badge does not allow unlimited access to all areas within the AOA, but will permit only escorted or directly supervised access to only those portions of the AOA under construction by the Contractor. Every individual operating within the AOA shall display either an LIAPD-issued security badge or a Contractor -issued identification badge at all times. All individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors, suppliers or representatives, must be escorted or directly supervised by an individual bearing a valid LIAPD-issued security badge at all times while within the AOA. Persons within the AOA not possessing a valid LIAPD-issued security badge, or escorted or directly supervised by an individual possessing a valid LIAPD-issued security badge, shall be considered in violation of LIAPD security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LIAPD security arrangements. SC-5.5 Contractor's Entrance Gate The Contractor shall provide an entrance gate to the AOA for the Contractor's employees, subcontractors, suppliers and representatives at a location directed by the Engineer. This entrance gate shall be provided, installed, and, at the end of all construction activities, shall be removed, and the existing fence reinstalled to the satisfaction of the Engineer, by the Contractor at no additional expense to the Owner. Adjacent to the Contractor's entrance gate, outside the AOA, the Contractor shall provide a parking area for the Contractor's employee's personal automobiles. The 2701-98 SC - 12 P" limits of this parking/storage area shall be as directed by the Engineer. At the completion of this project, any damage done by the 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. The Contractor shall be responsible for, and shall control all movement through the 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 the Contractor, the gate shall be securely locked by the Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, the Contractor shall provide the Aviation Manager and the LIAPD with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure the Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that the Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess an LIAPD-issued security badge. If this security arrangement is desired and approved, the gate shall be manned by the watchguard as long as the gate remains open. The watchguard shall be the Contractor's representative and shall be responsible for all movement through the gate. Again, only authorized persons and vehicles shall be allowed by the Contractor's watchguard to enter the AOA. At the Contractor's option, and upon approval of the Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. SC-5.6 Vehicle Escorts All vehicles responsible to the 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 r 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 the Contractor's 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 LIAPD r security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures. 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 r'- instructions from the Air Traffic Control Tower. SC-5.7 Challenging Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LIAPD 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 LIAPD security badge, or who cannot produce a valid LIAPD security badge, or who is not under escort or under the direct supervision of a person possessing a valid LIAPD 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, i 2701-98 SC - 13 the LIAPD shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until the LIAPD arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of the LIAPD and shall be immediately confiscated by the LIAPD or the Aviation Manager. SC-5.8 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. The 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 thirty (30) days prior to the beginning of construction activities. To avoid construction delays, the 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. When requesting approval for the use of a crane or other hoisting device, the following information is required: 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. The top of the crane or other hoisting device shall be marked with a 3-foot 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 the Aviation Manager or the Engineer, or at any other time at the direction of the Aviation Manager or the Engineer. The Contractor shall notify the Engineer and Aviation Manager at least forty-eight (48) hours prior to actual erection of the crane or other hoisting device. SC-6 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S) L The Contractor shall make his own provisions for plant site, storage and office areas. If the Contractor desires to utilize an on -airport location, arrangements must be made with the Aviation Manager. The following specific requirements apply to on -airport plant site, storage and office areas. 2701-98 SC - 14 ++ 1. The Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. The Contractor will also be responsible for r` maintenance of areas and dust control for the duration of the project. 2. Direct negotiation may be conducted with the Aviation Manager for any areas desired. Areas used by the Contractor may be subject to rental rates and fees as identified by the Aviation Manager. 3. Any areas occupied by the Contractor and his forces will be required to be completely restored by the Contractor, at his expense, including but not limited to (1) regrading disturbed areas; (2) complete removal of debris or any other material brought onto the site by the Contractor; (3) complete replacement of topsoil, turf, asphalt pavement, concrete slabs or drives, etc. that is worn, deteriorated or damaged during the period the Contractor and his forces occupy the area. All restoration shall be to the satisfaction of the Aviation Manager. 4. Prior to moving into an unpaved area, the Contractor shall 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, the 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, T-901 and T-905. 6. No direct payment will be made to the Contractor for restoring plant site, storage or office areas. SC-7 PROTECTION OF PROPERTY The 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. The Contractor shall be responsible for locating all i underground facilities that might be damaged by the proposed construction. The Contractor shall be responsible for all damage done to either public or private property during the course of construction except as specifically provided otherwise in these specifications. 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, the Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with FAA Facilities at Lubbock International Airport. 2701-98 SC - 15 F Certain runway and taxiway lights and signs and electrical cables are not scheduled to be removed or abandoned under this contract. The Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways and taxiways which will be open for night operations. SC-8 ELECTRIC POWER AND NATURAL GAS The 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. The Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SC-9 LINES AND GRADES The Contractor will be responsible for laying out the work from existing paving and structures. The Engineer will check grade control and major layouts at his discretion, but this check will not relieve the Contractor of his responsibility of correctly locating line and grade in accordance with the plans and specifications. The Engineer will take all measurements necessary for the determination of the amount of work performed under the various items for which payment is provided. Whenever necessary, work will be suspended to permit this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall satisfy himself as to the accuracy of all measurements before constructing any permanent structure and shall not take 'advantage of any errors which may have been made in -- laying out the work. Such stakes and markings as the Engineer may set for either his own or the Contractor's guidance shall be scrupulously preserved by the Contractor. In case of negligence on the part of the Contractor or his 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 the Contractor, at the discretion of the Engineer. SC-10 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements 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 the Contractor during construction shall be made directly with the City of Lubbock's water utility department, Lubbock Power and Light and Water. L-- 2701-98 SC - 16 r SC- 11 MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material source or mix design. The City will bear the cost of all passing commercial laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of the Contractor. Hot Mix Aggregate -Tests required, prior to use, for approval of source. Asphalt -Certifications on asphalt material used. Hot Mix -Hot mix design for all material proposed, as required in the specifications. Where only small amounts of any material are used or where compliance with the 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, the Contractor shall furnish approved material from another source. SC-12 BARRICADES, SIGNS, AND HAZARD MARKINGS The 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 apron, 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 or other activities or hazards shall have appropriate FAA standard markings. Any movement of Contractor's vehicles or equipment on or across landing areas shall carry FAA standard markings or flags. Movement of other vehicles responsible to the Contractor shall be under escort, as specified in Paragraph SC-5, AIRPORT OPERATIONS SECURITY. 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 constructed of railroad ties. Each tie shall have reflective striping and a flashing light on each end. Barricades shall be spaced with no more than 3' clearance between the ends. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways, apron, 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 the Contractor to assure that batteries or power cells are in workingor_ der. In addition. the lights shall be checked by the Contractor at night on a daily basis. "` 2701-98 SC - 17 AW lights found to be out of order, flashing weakly or in otherwise less than acceptable operating condition shall be immediately replaced or repaired. The Engineer may suspend work on the project if the Contractor's warning lights are not maintained in an acceptable manner. A twenty-five dollar ($25.00) charge will be assessed the Contractor for each light, per day, found to be inoperative by Owner's personnel or representatives. SC-13 PREVENTION OF AIR AND WATER POLLUTION The Contractor shall use suitable precaution to minimize air and water pollution during the progress of work. The Contractor shall comply with directives given by the 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 as Section 11 of the technical specifications for this project. SC-14 PROGRESS SCHEDULE Within thirty (30) days after award of the contract, the Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to the 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 the 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 the Engineer. Revision or changes in the approved progress schedule may be made only with approval of the Engineer. SC-15 PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall, at all times, be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the 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's Advisory Circular 150/5370-2C, "Operational Safety on Airports During Construction," included in the Appendix of these Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from the Engineer and Aviation Manager. The 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 the Contractor. 2701-98 SC - 18 j s SC-16 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, the 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, the 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 the "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. SC-17 INSURANCE The 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 the Owner, and the Owner shall have approved same. The Contractor shall obtain a separate Owners protective or Contingent Public Liability Insurance Policy naming the City of Lubbock and the Engineer as the insured and the amount of the policy shall be as follows: One Million Dollars ($1,000,000) for injuries, including accidental death, to one or more persons and subject to the above limit for each person; a total limit of One Million Dollars ($1,000,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident; a limit of not less than One Million Dollars ($1,000,000) for all damages arising out of injury to or destruction or property in any one accident, and subject to that limit per accident; a total (or aggregate) limit of Two Million Dollars ($2,000,000) for all damages arising out of injury to or destruction of property during the policy period. A copy of this policy shall be delivered to the Owner and to the Engineer. The cost of this separate policy shall be included in the Proposal under the appropriate item. A certificate of Insurance is included in the specifications and Contract Documents for this project. The Contractor will be required to have five (S) 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 the Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the 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. SC-18 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 which are not to be used in the new construction shall be removed as directed ?� 2701-98 SC - 19 by the Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of the Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of the Owner, unless otherwise indicated. All materials and debris specified to be disposed of by the Contractor shall become the property of the Contractor and shall be properly disposed of off the airport property by the Contractor. SC-19 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 the Engineer and authorized by him in writing. SC-20 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work .which has been rejected or condemned shall be repaired or, if it cannot be satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of the work and replaced with satisfactory material by the 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 the Contractor's risk and will be considered unauthorized and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and replaced at the Contractor's expense. Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from the Engineer, the Owner may recover for such defective work or materials on the 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 the Contractor, which cost will be deducted from any money due him. SC-21 DISPUTED CLAIMS FOR EXTRA WORK In case the Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by the Engineer as an extra, the Contractor shall notify the 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 the Engineer every facility for keeping actual cost of the work. Failure on the part of the Contractor to give such notification or to afford the 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 the Contractor and the keeping of costs by the Engineer shall not in any be construed to prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his claim for extra compensation with the Engineer, who will present it to the Owner for consideration. 2701-98 SC - 20 7 POW SC-22 FEDERAL PARTICIPATION The attention of the Contractor is invited to the fact that pursuant to the provisions of the Act of Congress known as the Airport Improvement Program of 1982, the United States Government may pay a portion of the cost of these improvements. The above Act of Congress provides that the construction work and labor in each state shall be done in accordance with the laws of that state subject to the inspection and approval of the FAA and in accordance with the rules and regulations made pursuant to said Act. The construction work, therefore, will be subject to such inspection by the Administrator of the Federal Aviation Administration or his agents as may be deemed necessary to meet with the above 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. SC-23 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the 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's 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 the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officer, agents or employees, including attorney's fees. The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's 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 claimed negligent act of the Owner, Engineer, the Owner's officers, agents and employees, whether such negligent act was the sole proximate cause of the injury or damage or a proximate cause jointly and concurrently with the Contractor or the Contractor's employees, agents or subcontractors negligence, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officers, agents or employees, including attorney's fees. The Contractor agrees that he will indemnify and save the 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 the furtherance of the performance of this contract. When the Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 2701-98 SC - 21 r SC-24 OPENING OF SECTION OF AIRPORT TO TRAFFIC Whenever, in the opinion of the Engineer, apron, runway or taxiway is in an acceptable condition, it may be opened to traffic upon the written order of the 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 the Contractor, shall be performed by and at the expense of the Contractor. SC-25 CONTRACTOR'S RESPONSIBILITY. FOR WORK Until acceptance by the Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of the 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. The 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. SC-26 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by the Owner to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such defects discovered within one year from the date of written acceptance of the work. The Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. SC-27 SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The 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. The Contractor's coordination with other contractors shall require the approval of the Engineer. See Paragraph SC-3 for additional requirements concerning separate contracts. SC-28 SHOP DRAWINGS The 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, six copies unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any _ corrections required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the - 2701-98 SC - 22 i Poll f number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the 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. SC-29 ENGINEER j Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Midland, Amarillo and El Paso, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SC-30 TRENCH SAFETY The Contractor shall strictly comply with all requirements of the 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 five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall submit alternate shoring details to the Engineer for approval. SC-31 ENGINEER'S FIELD OFFICE The Contractor shall furnish an office at the site of the work for use by the Engineer. The building shall be provided immediately after work on the project is begun and shall remain in place until the project is accepted as complete, unless its earlier removal is authorized by the Engineer. It shall be floored and roofed, weather -tight, insulated and constructed in a workmanlike manner. All windows shall be screened and a screen door provided in addition to the regular door. It is contemplated that the building will be constructed of the same kind of material as that used a by the Contractor for his office and job buildings. It shall be an independent unit, detached from any office, storage or warehouse building occupied by the Contractor, and shall be at a minimum clear r— distance of 50 feet from any such building. The building shall be for the sole use of the Engineer and the resident force. Should the building be destroyed or damaged in any manner, except through causes due to negligence of the occupying engineering force, the Contractor shall immediately restore it to its original state. Upon the completion of the project the building will become the property of the Contractor and shall be removed from the project site. The building shall not be less than 150 square feet in floor area and shall have not less than two (2) glass windows and one (1) door. A table not less than 3' wide and 6' long, a desk and two 'A 2701-98 SC 23 r chairs, _and a filing cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided. The Contractor shall provide a suitable heater fired by either natural or LP gas. The Contractor shall also provide a suitable refrigerated air cooler. All fuel and electrical power for the building shall be provided by the Contractor. The Contractor shall have a private line telephone installed in the Engineer's field office for exclusive use of the Owner and Engineer. The Engineer will be responsible for subsequent monthly use charges. SC-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. The Contractor, Owner, Engineer and all Subcontractors active on the site shall be represented. The Contractor 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. 2701-98 SC-24 �S a a w US. Department i..of Transportation Federal Aviation Administration Advisory Circular '�` Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C f DURING CONSTRUCTION Initiated by: AAS-300 Change: ,.. 1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning s the operational safety on airports during construction, to assist airport operators in complying With Part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, of the Federal Aviation Regulations r (FAR) and with the requirements of Federally -funded funded construction projects. � � q Y- P � Construction activity is defined as the presence and movement of personnel, equipment, and materials in any location which could infringe upon the movement of aircraft. For noncertificated airports and airports with no grant agreements, application of these provisions will help maintain the desired level of operational safety during periods of construction. 2. CANCELLATION. AC 150/53TO-2B9 Operational Safety on Airports With Emphasis on Safety During Construction, dated October 9, 1981, is canceled. 3. RELATED READING MATERIAL. All references cited herein are available for inspection in any Federal Aviation Administration (FAA) regional office. a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44, Status of Federal Aviation Regulations, current edi- tion, contains a price list and ordering instructions). b. AC 150/5370-10, Standards for Specifying Construction of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular Checklist, current edition, contains ordering instructions). 4. BACKGROUND. Various AC's which detail all major elements of safe, efficient airport design and construction are available. However, opera- tional safety on airports may be degraded by construction hazards or margi- nal conditions that develop after an airport has been opened or approved for operation. This AC addresses that problem. NOTE: Airports which have received Federal assistance (grants, real or personal property) and air- ports certificated under FAR Part 139 have mandatory requirements related to this subject. AC 150/5370-2C 5/31/84 5. GENERAL. a. The airport operator is responsible for full compliance with the require- ments of FAR Part 139 for certificated airports and with the provisions of Federal grant agreements when applicable. Adherence to the following provisions will materially assist the airport operator in providing the level of safety required. Local FAA Airports offices have technical expertise to assist airport operators in all safety matters on airports. (See AC 150/5000-3, Address List for Regional Airports Divisions and Airports District/Field Offices, current edition.) b. Each bidding document (construction plans and/or specifications) for air- port development work or air navigation facility (NAVAID) installation involving aircraft operational areas should incorporate a section on safety on airports during the construction activity. The section, as a minimum, should contain the appropriate provisions outlined in appendix 1 to this AC. c. The airport operator should pay particular attention to the pullback distances and clearances for any maintenance activities and emergencies that occur on airports. These include activities which involve maintenance equipment --such as mowing machines, snowplows, lighting equipment --as well as emergency standbys for firefightingand rescue equipment. d. Where feasible and where operational safety is not affected, the airport operator may choose to keep open operational areas adjacent to construction activity during construction rather than close them to aircraft activity. e. At airports that are undergoing a multi -year major redevelopment, a compre- hensive construction safety plan should be developed.. This safety plan may contain deviations from the criteria outlined in appendix l of this AC so long as they are based upon a commitment by the airport operator and the users to provide the maxi- mum clearances possible between construction activities and aircraft within the limits imposed by local conditions. b. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an airport, in proximity to, or affecting aircraft operational areas or navigable airspace, should be coordinated with the FAA and airport users prior to initiating such activities. In addition, basic responsibilities and procedures should be developed and disseminated to instruct construction personnel in .airport procedures and for monitoring construction activities for conformance with safety require- ments. These and other safety considerations should be addressed in the earliest stages of project formulation and incorporated in the contract specifications. Construction areas located within safety areas requiring special attention by the contractor should be clearly delineated on the project plans. The airport operator should closely monitor construction activity throughout its duration to ensure con- tinual compliance with safety requirements. a. Formal Notification. A formal notification to the FAA is required by regu- lation for certain airport projects. For instance, FAR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that FAA be notified in writing whenever a non -Federally funded project involves the 2 - - Par 5 PM 4 5/31/84 AC 150/5370-2C r construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deac- tivating or abandoning of an entire airport. Formal notification is made by sub- mitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA !` district office or FAA regional office. (See AC 70-2, Airspace Utilization Considerations in the Proposed Construction, Alteration, Activiation and Deactivation of Airports, current edition.) Also, any person proposing any kind of ,., construction or alteration of objects that affect navigable airspace, as defined in FAR Part 77, Objects Affecting Navigable Airspace, is required to notify the FAA. FAA Form 7460-1, Notice of Proposed Construction or Alteration, should be used for this purpose. (See AC 70/7460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition.) p b. Work Scheduling and Accomplishment. Predesign, preconstruction, and prebid conferences provide excellent opportunities to introduce the subject of airport operational safety during construction. All parties involved, including the spon- sor's engineer and contractors, should integrate operational, safety requirements into their planning and work schedules as early as practical. Also, respon= sibilities should be clearly established for continuous monitoring and compliance with the requirements assigned and for vigilance to detect areas needing attention due to oversight or altered construction activity. When construction is being planned on FAR Part 139-certificated airports, the responsible airport safety i (certification) inspector should be directly involved at all stages, from pre - design through final inspection. c. Safety Considerations. The following is a partial list of safety con- siderations which experience indicates will need attention during airport construction. (1) Minimum disruption of standard operating procedures for aeronautical activity. (2) Clear routes from firefighting and rescue stations to active airport operations areas and safety areas. (3) Chain of notification and authority to change safety -oriented aspects of the construction plan. areas. (4) Initiation, currency, and cancellation of Notice to Airmen (NOTAM's). (5) Suspension or restriction of aircraft activity on airport operations (6) Threshold displacement and appropriate temporary lighting and marking. (7) Installation and maintenance of temporary lighting and marking for closed or diverted aircraft routes on airport operations areas. (8) Revised vehicular control procedures or additional equipment and manpower. !' (9) Marking/lighting of construction equipment. Par 6 3 AC 150/5370-2C 5/31/84 I- (10) Storage of construction equipment and materials when not in use. (11) Designation of responsible representatives of all involved parties and their availability. (12) Location of construction personnel parking and transportation to and from the work site. (13) Marking/lighting of construction areas. (14) Location of construction offices. (15) Location of contractor's plants. (16) Designation of waste areas and disposal. (17) Debris cleanup responsibilities and schedule. (18) Identification of construction personnel and equipment. (19) Location of haul roads. _ (20) Security control on temporary gates and relocated fencing. (21) Noise pollution. (22) Blasting regulation and control. (23) Dust control. (24) Location of utilities. (25) Provision for temporary utilities and/or immediate repairs in the event of disruption. (26) Location of power and control lines for navigational aids. (27) Additional security measures required if FAR Part 107, Airport ~ Security, is involved. (28) Marking and lighting of closed airfield pavement areas. (29) Coordination of construction activities during the winter with airport snow removal plan. (30) Phasing of work. (31) Shutdown and/or protection of airport electronic/visual navigational aids. 4 Par 6 1- r 5/31/84 AC 150/5370-2C (32) Smoke, steam, and vapor controls. (33) Notify crash/fire/rescue personnel when working on water lines. (34) Provide traffic directors/wing walkers, etc., as needed to assure clearance in construction areas. d. Guidelines for Proximity of Construction Activity to Airport Operations Areas. The guidelines contained in appendix 1 are for use in the preparation of plans and specifications when construction activities are to be conducted in loca- tions which may interfere with aircraft operations. They should be adapted to the needs of a particular project and should not be incorporated verbatim into project specifications. 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contributory hazards and conditions. A represen- tative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, construction material, temporary structures, �,. and other obstacles in proximity to airport operations areas and approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways and 3 inches (7.62 cm) for edges between old and new surfaces at runway edges and ends. d. Heavy equipment, stationary or mobile, operating or idle near airport operations areas or in safety areas. e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of navigational aids. f. Tall but relatively low visibility units such as cranes, drills, and the like in critical areas such as safety areas and approach zones. g. Improper or malfunctioning lights or unlighted airport hazards. h. Holes, obstacles, loose pavement, trash, and other debris on or near air- port operations areas. i. Failure to maintain fencing during construction to deter human and animal intrusions into the airport operation areas. J. Open trenches along side pavement. k. Improper marking or lighting of runways, taxiways, and displaced thresholds. 1. Attractions for birds such as trash, grass seeding, or ponded water on or near airports. 71 Par 6 5 AC 150/5370-2C 5/31/84 m. Inadequate or improper methods of marking temporarily closed airport opera- tions areas including improper and unsecured barricades.- n. Obliterated markings on active operational areas. NOTE: Safety area encroachments, improper ground vehicle operations, and unmarked or uncovered holes and trenches in the vicinity of aircraft operating sur- faces are the three most recurring threats to safety during construction. 8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for establishing and using procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting operational safety at the air- port. If construction operations require shutdown of a navigational aid from ser- vice for more than 24 hours or in excess of 4 hours daily on consecutive days, a 45-day minimum notice is desirable prior to the facility shutdown. Notification of construction, rough pavement, weather -caused effects, bird hazards, and other con- ditons affecting the use of the airport is usually made by NOTAM issued by Flight Service Stations. FAA Air Traffic facilities and Airports district/field offices will assist in the notification process. Airmen or other persons engaged in aviation activities are encouraged to report safety -related airport conditions to airport management, the FAA or through the use of the National Aeronautics and Space Administration's Aviation Safety Reporting System. 9. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a minimum. Where vehicular traffic on airport operation areas cannot be avoided, it should be carefully controlled. A basic guiding principle is that the aircraft always has the right-of-way. Some aspects of vehicle control and iden- tification are discussed below. It should be recognized, however, that every air- port presents different vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operations. a. Visibility. Vehicles which routinely operate on airport operations areas should be marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations. Vehicles which are not marked and lighted should be escorted by one that is equipped with temporary marking and lighting devices. (See AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition.) b. Identification. It is usually desirable to be able to identify visually specific vehicles from a distance. It is recommended that radio equipped vehicles which routinely operate on airport operations areas be permanently marked with identifying characters on the sides and roof. (See AC 150/5210-5.) Vehicles needing intermittent identification could be marked with tape or with magnetically attached markers which are commercially available. Whenever possible, vehicles should be purchased with the recommended markings and lighting. e. Noticeability. Construction vehicles/equipment should have automatic signalling devices to sound an alarm when moving in reverse. 6 Par 7 6 " 5/31/84 AC 150/5370-2C d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing proce- dures, procuring equipment, and providing training regarding vehicle operations to ensure aircraft safety during construction. This requires coordination with air- port users and air traffic control. Consideration should be given to the use of two-way radio, signal lights, traffic signs, flagmen, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way radio communications between construction contractor vehicles and the air traffic control (ATC) tower must be coordinated with the ATC tower chief. At nontower air- ports, two-iaay radio control between contractor vehicles and fixed -base operators or other airport users should avoid frequencies used by aircraft. It should be remembered that even with the most sophisticated procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special con- sideration should be given to training intermittent operators, such as construction workers, even if escort service is being provided. 10. INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors have specific responsibilities regarding operational safety on certificated airports before and during periods of construction activity. Their particular area of concern will be directed towards construction within safety areas, and they will be involved in the following functions: a. Review of plans to determine limits of work and possible safety problem areas. b. Give special attention to the development of the safety plan which is a part of the plans and specifications. c. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d. Ensure that users of the facilities have ample warning of the proposed construction so that they may make advanced plans to change their operations. r~ e. FAA Airports engineers -and certification inspectors should participate in the predesign and preconstruction conferences if the project involves a complex safety plan. Also, they should participate in construction inspections and in the inspection of the finished work to determine that there are no safety violations to FAR Part 139. 7_F� Z-. W4'J_b� LEONARD E. MUD r" Director, Office of Airport Standards f FPar 9 7 (and 8) f.._ 5/31/84 AC 150/5370-2C Appendix 1 APPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION 1. RUNWAY ENDS. Construction equipment normally should not penetrate the 20:1 approach surface. 2. RUNWAY EDGES. Construction activities normally should not be permitted within 200 feet of the runway centerline. However, construction may be permitted within 200 feet of the runway centerline on a case -by -case basis with approval of the air- port operator, the FAA and the users. 3. TAXIWAYS AND APRONS. Normally, construction activity set -back lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predomi- nant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the FAA and the users; NOTAM's are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with wingspan greater than 165 feet should be dealt with on a case -by -case basis. 4. EXCAVATION AND TRENCHES. a. Runways. Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are adequately signed, lighted and marked. In addition, excavation and open trenches may be permitted within 200 feet of the runway centerline on a case -by -case basis, i.e., cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the users. b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the drop-off is ade- quately signed, lighted and marked. 5. STOCKPILED MATERIAL. Extensive stockpiled materials should not be permitted within the construction activity areas defined in the preceding four sections. 6. MAXIMUM EQUIPMENT HEIGHT. Notice of proposed construction shall be submitted to the appropriate Airports district office for review prior to the placement of construction equipment on airports. The guiding criteria involving FAR Part 139 certificated airports and grant agreement airports is that all construction plans and specifications require direct coordination With the appropriate Airports district, field, or regional office. In addition, airports should file FAA Form 7460-1 when equipment is expected to penetrate any of the surfaces defined above in paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157 requires prior notice to construct, realign, alter, or activate any runway/landing area or ' associated taxiway for any project which is non -Federally funded. f� 7. PROXIMITY OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. Construction activity in the vicinity of navigational aids requires special consideration. The effect of the activity and its permissible distance and direction from the aid must be eval- ra uated in each instance. A coordinated evaluation by the airport operator and the r^ 1 AC 150/5370-2C 5/31/84 Appendix 1 FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards, and Airway Facilities Specialists is needed as well as construc- tion engineering and management input. Particular attention needs to be given to stockpiling materials as well as to the movement and parking of equipment which may interfere with line -of -sight from the tower or interfere with electronic emissions. (See AC 150/5300-2D, Airport Design Standards --Site Requirements for Terminal Navigational Facilities, current edition, for critical areas of NAVAIDS.) 8. CONSTRUCTION VEHICLE TRAFFIC. With respect to vehicular traffic, aircraft safety during construction is likely to be endangered by four principle causes: increased traffic volume, nonstandard traffic patterns, vehicles without radio com- munication and marking, and operators untrained in the airport's procedures. Because each construction situation differs, airport management must develop and coordinate a construction vehicle traffic plan with airport users, air traffic control and the appropriate construction engineers and contractors. This plan, when signed by all participants becomes a part of the contract. The airport opera- tor is responsible for coordinating and enforcing the plan. 9. LIMITATION ON CONSTRUCTION. a. Open -flame welding or torch -cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the airport operator. All vehicles are to be parked and serviced behind the construc- tion restriction line and/or in an area designated by the airport operator. b. Open trenches, excavations, and stockpiled material at the construction site should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. c. Stockpiled material should be constrained in a manner to prevent movement result of aircraft blast or wind. Material should not be stored near aircraft turning areas or movement areas. 10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construc- tion specifications should include a provision requiring the contractor to have a man on call 24 hours per day for emergency maintenance of airport hazard lighting and barricades. a. Permanently Closed Runways and Taxiways. For runways and taxiways which have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation marking, and touchdown zone markings should be obliterated, and crosses should be placed at each end at 1,000-foot (300 m) intervals. With taxiways, a cross is placed at each entrance of the closed taxiway. b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are treated in the same manner as in paragraph 10a except runway markings are not obli- terated. Rather, crosses are usually of the temporary type (constructed of 2 5/31/84 AC 150/5370-2C Appendix 1 material such as fabric or plywood), and they are required only at runway ends. The crosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses may be reduced to permit use of standard sheets of 4-by-8-foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph 10d. c. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph 10b, and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph 10a, the airport beacon is disconnected, and a cross is placed in the segmented circle or at central location if no segmented circle exists. d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are always in the extended posi- tion and properly oriented. For nighttime use, the barricades are supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights must be such to delineate adequately the hazardous area. e. Notices to Airmen (NOTAM's). The airport operator should provide infor- mation on closed or hazardous conditons to the local air traffic control facility (control tower, approach control, center, flight service station) so that a NOTAM can be issued. f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes pro- vided with shoulder stabilization to prevent blast and water erosion. This stabi- lization may have the appearance of a full strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define this area, but con- ditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3-foot (1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed at a maximum of 100-foot (30 m) spacing. On curves, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes should be extended to 5 feet (1.5 m) from the edge of stabilized area or to 25 feet (7.5 m) in length, whichever is less. g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist, such as excep- tionally wide runways, where there is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used. 11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identification of temporary runway threshold displacements should be located outboard of the runway surface. These could include outboard lights, Runway End Identification Lights (REILS), and markings. The extent of the marking and lighting should be directly related to the duration of the displacement as well as the type and level of aircraft activity. 3 (and 4) a U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION SOUTHWEST REGION SW 5200.5E 2/15/96 SUB.f: AIRPORT SAFETY DURING FAA -FUNDED AIRPORT CONSTRUCTION AND FAA FACILITIES MAINTENANCE 1. , PURPOSE. This Order establishes airport safety standards for FAA -funded construction (Airport Improvement Program and Facilities and Equipment Program) and FAA facilities maintenance. 2. DISTRIBUTION. This Order is distributed to the Section level in the Airports and Airway Facilities Divisions, to the Branch level in the Flight Standards, Air Traffic, and Civil Aviation Security Divisions, to the Fort Worth Flight Procedures Office, to all Southwest Region field offices and facilities, and to F & E Field Installation/Construction Representatives. 3. CANCELLATION. Order SW 5200.5A, Airport Safety During FAA -Funded Airport Construction and FAA Facilities Maintenance, dated 6/6/69, is canceled. 4. EXPLANATION OF CHANGES. This Order revises and updates safety criteria for consistency with current FAA publications and updates references to regional organizations. 5. DEFINITIONS. a. Airport Elevation - the highest point on the landing surface of an airport. b. Certificated Airport - an airport which, by law, is safety -regulated by the FAA under Part 139 of the Federal Aviation Regulations, and which operates under specific safety requirements which apply to maintenance and construction activities on the airport. Certificated airports are listed in Appendix 2. c. Displaced Threshold - A threshold that is located at a point on the runway other than the designated beginning of the runway. A temporary displacement may be used Distribution: A-X-3(FS,AT,AP,CS); A-X-4(AF); initiated By: ASW-620 A-FOF-0 (maximum); A-FAF-10; A-FAS-1 FAA Form 1320.1 SW 520.513 2/15/96 to provide landing aircraft adequate clearance over construction equipment or other objects in the approach area of a runway or adjacent to a runway. d. Obstacle Free Zone (OFZ) - an FAA airport design standard for a volume of airspace above a runway. The components are the Runway OFZ, inner -transitional surface OFZ, and Inner -Approach OFZ. e. Obstruction - any structure, natural growth, vehicle or construction material which penetrates any airport imaginary surface defined by FAR Part 77, including primary, transitional, approach, horizontal, and conical surfaces. f. Relocated Threshold - a runway end which is not located at the physical end of the pavement. This may occur if part of a runway is closed, and a relocated threshold is established at the beginning of the usable pavement. (Note: this term is not used in the Notice to Airmen system.) g. Safety Area - the ground surface next to runways, taxiways, and aircraft parking areas which is expected to be graded, drained and free of any hazardous surface variations and nonfrangible objects, the purpose of which is to reduce the risk of damage to an aircraft inadvertently leaving airport pavement. h. Small Aircraft - an aircraft weighing 12,500 lbs or less maximum certificated takeoff weight. i. Large Aircraft - an aircraft weighing more than 12,500 lbs. maximum certificated takeoff weight. 6. PROCEDURES. Aviation safety is a primary consideration during airport construction and facilities maintenance. These activities shall be planned and scheduled to minimize disruption of normal aircraft ground and air traffic. For airports subject to FAR Part 107, Airport Security, the airport operator's security program standards shall be observed in the areas of access control, and movement and identification of construction and FAA personnel and vehicles. a. These standards shall be used to develop specific safety measures which FAA employees, grantees, and contractors shall adhere to during these activities on all airports in the Southwest Region. They provide a reasonable level of safety, but aircraft operations, weather, security, or local airport rules may require use of more stringent safety measures. Use of less stringent measures and changes that impact security controls are permitted only after coordination between Airports, Air Traffic, Airway Facilities, Flight Standards, and Civil Aviation Security Divisions, airport management, and affected aviation users. Page 2 Par 5 U r 2/15/96 SW 5200.5B I b. Bid documents for on -airport construction or maintenance projects shall include general and specific safety requirements, based on Appendix 1 to this Order, so that contractors are aware of the costs and constraints which will apply during the project to maintain a high level of aviation safety. r. c. If the clearances and restrictions described in this Order cannot be maintained while construction or maintenance is underway, action will be taken as appropriate to: (1) close runways, taxiways, or aprons, (2) relocate or displace runway thresholds temporarily, (3) perform work at night or during periods of minimal aircraft activity, (4) close affected areas to certain types of aircraft, (5) restrict aircraft use by weight, wingspan, approach speed, or other characteristic, (6) shut down or restrict use of navigational or approach aids. d. FAA employees who are responsible for construction or maintenance activities on airports shall coordinate project safety and security requirements and impacts with the airport sponsor as soon as the impacts have been identified, but before commitments are made with contractors or others to perform work on an airport. Coordination will vary from formal predesign conferences to informal contacts with the airport manager or responsible sponsor official before starting work. 7. SAFETY IMPACTS. Potentially hazardous conditions which may occur during airport construction and maintenance include the following: a. Excavations, trenches, and stockpiled material on or near runways, taxiways and aprons. b. Construction equipment on aircraft operating areas or in runway approaches or departure areas. c. Inadequate construction area marking or lighting. d. Lack of control over vehicle access to aircraft operating areas, unauthorized entry of personnel, vehicles, or animals. r., e. Inadequate vehicle marking or lighting. f. Deficient marking and lighting of temporary runway thresholds. Par 6 Page 3 SW 5200.513 2/15/96 g. Failure to issue, update, or cancel Notices to Airmen concerning airport or runway closures or other construction -related airport condition. h. Failure to mark and identify utilities or power cables, resulting in loss of airport lighting; navigational, visual, or approach aids; weather reporting service; or communications. i. Unauthorized vehicle operations in localizer or glide slope critical areas, resulting in electronic interference or facility shutdown. j. Construction debris (gravel, sand, mud, paving material, etc.) on airport pavements, resulting in aircraft prop, turbine engine, or tire damage. k. Exposed pavement edges (drop-offs) from runways, taxiways and aprons to adjacent pavement sections or shoulders. I. Construction activities which hamper aircraft rescue/firefighting access from fire stations to the runway -taxiway system or airport buildings m. Lack of radio communication with construction and maintenance vehicles in aircraft operating areas. 8. SAFETY STANDARDS. Paragraphs a through h below define safety standards and guidelines for FAA -funded construction and FAA maintenance activities on airports. a. Obstacle Free Zone (1) Objects, vehicle, and stockpiled material normally are not permitted to penetrate an OFZ. OFZs are shown on Figures 1 - 4. (a) Runway OFZs are applicable at any time the runway is open for aircraft use. On precision runways with approach lights, the inner -approach and inner - transitional surface OFZs must be kept free of penetrations only when the weather conditions are below an 800 ft. ceiling or less than 2 miles visibility and aircraft are using an Instrument Landing System (ILS) for approaches. (b) Objects which do not penetrate an OFZ still may require notice to the FAA under FAR Parts 77 or 152 and may be obstructions to air navigation. Those objects which exceed FAR Part 77 obstruction standards are to be appropriately obstruction -marked and, if used at night, obstruction -lighted. Cranes or other equipment of unusual height may require special consideration and coordination with FAA operating Divisions and airport users. Page 4 Par 8 2/15/96 SW 5200.5B (2) The Runway OFZ is a volume of airspace extending from the runway surface up to 150 feet above the runway. It extends 200 feet beyond each end of the runway and has the following width: Runways Serving: Visibility Minimums lower than 3/4 mile Other Runways Small Aircraft 300 feet 250 feet Large Aircraft 400 feet 20U R Rwy OR Rwy 1idth OFZ Plan View End View Figure 1 OFZ - Visual Runways and Runways with visibility minimums not lower than 3/4 mile OR Inner -Transitional On } Plan View Inner -Transitional OFZ Rwy OFZ a End View Figure 2 OFZ - Small airplanes exclusively with visibility minimums lower than 3/4 mile Par 8 Page 5 SW 5200.513 2/15/96 Inner -Transitional OFZ Inner -Transitional OFZ Rwy OFZ Rwy l 60 ft OFZ © t Plan View End View Figure 3. OFZ - Runways serving large aircraft - visibility minimums lower than 3/4 mile (3) The Inner -Approach OFZ, shown in Figure 4, applies only to runways with approach lighting systems. It begins 200 feet from the runway threshold and ends 200 feet beyond the last light unit in an approach lighting system, and has a 50:1 slope, beginning at runway end elevation. Plan View 50 Profile View Figure 4. Inner -Approach OFZ - Runways with approach lighting systems Page 6 Par 8 2/15/96 SW 5200.5E b. Approach Clearance Over Equipment and Material. (1) Construction activity in a runway approach may result in a need to displace the landing threshold temporarily. If an ob1ect penetrate: a surface shown in Fig. 5, displace the threshold to a point where the surface is not penetrated. (2) Objects which do not penetrate these surfaces still may be obstructions to air navigation and/or.may affect standard instrument approach procedures. Coordinate these with the Fort Worth Flight Procedures Office, and the Air Traffic System Management Branch, ASW-530, as necessary. Runway End I� Runwa Obstacle Dimension (Feet) Small Aircraft Large Aircraft A 0 200 B 250 400 C 700 1000 D 2250 1500 E 2750 8500 Figure 5. 20:1 Threshold Location Surface Par 8 Page 7 SW 5200.5B 2/15/96 c. Partial Runway Closure For Equipment On The Runway. (1) When equipment of construction/maintenance activity must be on a runway and a decision is made to keep part of the runway open for aircraft, part of the runway must be closed as shown in Figure 6. The dimensions shown are recommended; however, a larger closed area than shown may be necessary depending on aircraft use, level of activity, pilot technique, and equipment height, and a smaller closed area may be possible under some circumstances. These recommendations are based on equipment heights of about 15 feet; higher objects may require special considerations. (2) Use the following distances from the construction/maintenance activity to the relocated threshold: Small aircraft 0 2,500 Ibs or less) - 500 feet Large aircraft (More than 12,500 lbs.) - 1000 feet Closed Area Usable Runway 1 500' or 1000' 1 1 Equipment i emporary Relocated Threshold Figure 6. Relocated Threshold for Equipment on the Runway d. Runway and Taxiway Safety Areas. (1) Runway safety areas - construction or maintenance activity is prohibited in runway safety areas (RSA) while the full length of the runway is open. Normal FAA maintenance of visual, approach, and navigational aids is permissible within safety areas provided vehicles, material, and excavations do not penetrate a runway OFZ and requirements of paragraph 8b for approach clearance over vehicles, equipment and material are met. (2) Runway safety area dimensions are shown in Figure 7. Existing safety areas at a particular airport may be larger or smaller than the standard dimensions listed. If construction or maintenance activity must take place within the specified safety area, it is also acceptable to restrict the runway use to a smaller size of aircraft and use a narrower and/or shorter safety area dimension for the duration of the activity. Page 8 Par 8 2/15/96 SW 5200.5E b ❑e LcRSA Aircraft Approach Category Runway Safety Area Dimensions (Feet) Airplane Design Group (See Appendix 3) A and B 1 II 111 IV visual runways and Dimes. Q 120 150 300 500 not lower than 3/4 mi approach visibility minimums © 30 40 100 175 c 240 300 600 1000 lower than 3/4 mi approach Q 300 300 400 500 visibility minimums - © 100 100 150 175 c 600 600 800 1000 C and D 1 II 111 IV V 0 All 500 © All 150 ED All 1000 Note 1: Use dimension a or b, whichever results in the greater distance from the runway centerline. Note 2: Use dimension c or the existing safety area length, whichever is less, but no less than 200 feet. Note 3: Some certificated airports have or permit use of 400-foot wide runway safety areas during construction and maintenance. Coordinate proposals with the Airports Division, Safety and Standards Branch, ASW-620. Figure 7. Runway Safety Areas Par 8 Page 9 SW 5200.513 2/15/96 (3) Taxiway safety areas/object free areas - see Figure 8. Construction/maintenance activity is permissible in taxiway object free areas and safety areas if the activity is hazard -marked and/or lighted and NOTAMs are in effect. Special consideration must be given to the height of barricades, flashers and other warning devices to clear aircraft wingtips, propellers, engines etc. Other actions may be necessary such as: • Using "wingwalkers" to guide aircraft past hazards, • Using temporary taxiway marking/lighting to detour aircraft clear of the area, • Moving equipment and personnel well clear to allow aircraft to pass safely. Taxiway Object Free Area IN Object Wingtip Clearance Taxiway Safety Area Airplane Design Group (See Appendix 3) Item 1 11 IU IV V Taxiway Safety Area Width (Feet) 49 79 118 171 214 Taxiway Object Free Area Width (Feet) 88 130 186 260 320 Figure 8. Taxiway Safety Area and Object Free Area 'Page 10 Par 8 P" i s F 2/15/96 c. Marking and Lighting (1) Temporary displaced runway threshold: SW 5200.5E (a) Mark with white arrows and a white threshold bar as shown in Advisory Circular 150/5340-1, or (b) Use alternate marking which is: .1 Clearly visible to the pilot, 2 Not misleading, confusing, or deceptive, 2 Secured in place to prevent movement, 4 Made of material which will minimize damage to aircraft which come in contact with the marking. (2) Temporary relocated runway threshold (partial closure of a runway) : (a) Mark with yellow chevrons as shown in A.C. 150/5340-1, or use alternate marking as described in par. (1)(b) above. (b) Runway distance remaining signs may need to be covered or removed during the closure to avoid misleading runway length indications to pilots. (3) Temporary runway thresholds must be lighted if all or part of a runway is to be open at night during construction and maintenance. The airport operator may already have temporary threshold lighting available, but this should be determined in advance. (a) Use light lens colors and spacing in A.C. 150/5340-24, Runway and Taxiway Edge Lighting System. (b) Disable runway lighting on closed parts of runways and adjust amber lenses (caution zone) if necessary. On some lighting systems, it may be necessary to cover a light rather than removing the lamp or fixture. W Disable visual glide slope indicators (VASI, PAPI, PLASI, etc.), REIL, and approach lights which would otherwise give misleading indications to pilots as to the threshold location. installation of temporary visual aids may be necessary to provide adequate guidance for pilots on approach to the affected runway. These may be funded or provided by the FAA or the sponsor. I FPar 8 Page 11 SW 5200.5E 2/15/96 (4) Closed runway marking: (a) Use yellow "X" marking as shown in A.C. 150/5340-1. (b) Closed runway marking is not required on airports with 24-hour Control Towers if the closed runway cannot be mistaken by pilots for nearby open runways and the airport operator consents to omitting them. In some cases, closed runway marking could interfere with the use of the runway for aircraft taxiing if this is to be allowed while the runway is closed for landing and takeoffs. (c) Closed runway marking is not required on runways which are closed only at night provided that: 1 Runway lighting and visual aids are turned off, 2 NOTAMs are in effect regarding the closure. (5) Hazard Marking (barricades, traffic cones, flashers, etc.) shall be used: (a) To outline construction/maintenance areas which are accessible to aircraft, persons, or vehicles, (b) To identify isolated hazards such as open manholes, small areas under repair, stockpiled material, waste areas, etc., (c) To prevent aircraft from taxiing onto a closed runway for takecff, (d) To identify FAA, airport, and National Weather Service facilities, cables, power lines, ILS critical areas and other sensitive areas, in order to prevent damage, interference, and facility shutdown. f. Navigation Aids and Instrument Approach Procedures (1) The need to shut down navigational, approach, or visual aids shall be determined on a case -by -case basis. Flight Standards, Air Traffic, Airports, Airway Facilities, the Flight Procedures Office, and the airport sponsor shall be involved in the decision as necessary. Work within an ILS critical area may affect the radiated signals and interfere with aircraft navigation. ILS critical areas may be shown on the Airport Layout Plan, or contact the local Airway Facilities office or Airport Traffic Control Tower for information on critical area location and dimensions. (2) Construction on or near runways may severely restrict the use of Standard Instrument Approach Procedures, and all phases of the project shall be coordinated with the Fort Worth Flight Procedures Office to determine the effects. Page 12 Par 8 2/15/96 SW 5200.5E i� g. Notices to Airmen (NOTAM) {.. (1) Responsibility for issuing NOTAMs shall be determined before construction or maintenance begins. Refer to Order 7930.1, National Notice to Airmen System, or Advisory Circular 150/5200-28, Notices to Airmen for Airport Operators, (2) NOTAMs on shutdown or irregular operation of FAA -owned facilities shall be issued and canceled only by FAA employees. Flight Data Center (FDC) NOTAMs on instrument approach procedures are issued by the Fort Worth Flight Procedures Office. NOTAMs on airport conditions and non -Federal navigational aids shall be issued and canceled only by the airport sponsor. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate shall notify the responsible person. h. Vehicle Identification. FAA employees who operate vehicles on an airport shall comply with the airport owner's rules for vehicle marking, lighting, and operations, unless FAA requirements are more stringent. Vehicles operated by FAA employees on active runways, taxiways, or safety areas shall be marked with orange and white 'flags or flashing yellow beacons during daylight hours, and with flashing yellow beacons at night. Contractors and suppliers shall be informed of the applicable requirements of the airport sponsor by the FAA or airport sponsor employee responsible for the work. i. Controlling Access To Aircraft Operational Areas (1) Vehicle and pedestrian access routes for airport construction and maintenance shall be controlled as necessary to prevent inadvertent or unauthorized entry of persons, vehicles, and animals. The amount of construction traffic or local security/safety rules may require use of personnel to control access through gates or fencing, or across aircraft movement areas. Radio communications may be required between these personnel and a Control Tower if equipment and personnel must enter or cross an active Aircraft Movement Area. (2) Vehicle parking areas for FAA and contractor employees shall be designated in advance to minimize vehicle traffic in aircraft operating areas while still providing reasonable employee access to the job site. 9. STANDARD SAFETY SPECIFICATIONS. General safety provisions which apply during contract work on airports are contained in the following documents: a. Facilities and Equipment Program (F & E) projects - Additional General .. Provisions, FAA P-1, Clause No. 75, 'Special Precautions for Work at Operating Airports." b. Airport Improvement Program (AIP) projects - Advisory Circular 150/5370-10, �- "Standards for Specifying Construction of Airports," General Provisions 40-05, I Maintenance of Traffic; 70-08, Barricades, Warning Signs, and Hazard Marking; 80-04, Limitation of Operations. r r Par 8 Page 13 SW 5200.513 2/15/96 10. PROJECT SPECIFICATIONS. Specific safety requirements for a project may be developed using the guide in Appendix 1 of this Order, or may be written or provided in other forms which provide similar guidance. The project safety requirements shall be included in the plans and specifications, as applicable, when an invitation for bids is issued. Clyde M. DeHart, Jr. r Regional Administrator Page 14 Par 10 r f 2/15/96 SW 5200.56 Appendix 1 1. General Safety_ Requirements: During performance of this contract, the airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible. Aircraft use of areas near the contractor's work will be controlled to minimize disturbance to the contractor's operation. The contractor shall not allow his/her employees, subcontractor, suppliers, or any person over whom he/she has control to enter or remain in any part of the airport which would be hazardous to persons or to aircraft operations. Whenever aircraft operations require, the (Contracting Officer, Engineer, etc.) may order the contractor to 'suspend operations, move plant, personnel, equipment, and materials to a safe location and stand by until aircraft use is completed. 2. Obstacle Free Zone: Construction activity within an Obstacle Free Zone will require closing part or all of the affected runway. See Figures 1 - 4. 3. Approach Clearance to Runways: Runway landing thresholds shall be located to r' provide an unobstructed approach surface with an approach ratio over equipment and ' material as shown on Figures 5 and 6. 4. Runway and Taxiway Safety Areas: Construction activity within a runway safety area will require closing part or all of the affected runway. Construction activity within taxiway safety areas/object free areas is permissible when the taxiway is open to aircraft traffic if: r- a. Adequate wingtip/empennage clearance exists between the aircraft and f equipment/materiel, 4 b. Excavations, trenches, or other conditions are conspicuously marked and lighted, c. Notices to Airmen are in effect concerning the activity, usually "Personnel and equipment adjacent to Taxiway Safety Area dimensions are shown on Figures 7 and B. i 5. Threshold Marking and Lighting: a. Temporary threshold marking is (required, no; ;equifThreshold marking will be furnished by the men -ewer, contractor,-;. b. Temporary threshold lighting is (required, -As% ragwiwd4. Threshold lighting will be furnished and maintained by the jaiFpen GWABF, contractor,-ote.). p Page S SW 5200.56 Appendix 1 2/15/96 c. Temporary visual aids (VAST, PAPI, REIL, etc.) are-(FGgWinGd, not required). The visual aid(s) will be furnished and maintained by the (airport owner, FAA, Contractor, etc.). . -. : = .: u. i. .: : u: , M. a. Closed runway marking is (rOqUifed not required). Closed runway marking shall be (as shown on the plans, furnished by the owner, etc.). b. Hazard marking and lighting shall be as required by the (airport owner, project superintendent, engineer, etc..), and shall be as (described in Section SC of the specifications, as shown on the plans, etc.). a. Contractor vehicles and equipment shall be identified by (describe marking and lighting). b. Employee parking shall be (specific location , -eras designated by the engineer,cgnd airport manager, 44". S. Construction Site Access and Haul Roads: Access to the job sit shall be via (specific route, as designated by the engineer,-sd + "t den, airport. manager,-eteQ. 9. Radio Communications: Radio communications are (required between the contractor's representative and the Control Tower), See P SC-4- Page 2 Par 5 r-, 2/15/96 i (As of March 1996) r ARKANSAS ` Fayetteville Drake (FYV) r, Fort Smith Regional (FSM) Hot Springs Memorial (HOT) Little Rock Adams Field (LIT) r- Texarkana Regional (TXK) Alexandria Esler Regional (ESF) Alexandria Intl (AEX) Baton Rouge Ryan (BTR) Lafayette Regional (LFT) Lake Charles Chennault (CWF) Lake Charles Regional (LCH) Monroe Regional (MLU) New Iberia Acadiana Regional (ARA) New Orleans International (MSY) New Orleans Lakefront (NEW) Shreveport Regional (SHV) Tallulah Vicksburg -Tallulah Reg. (TVR) Albuquerque International (ABQ) Farmington Four Corners Reg. (FMN) Hobbs - Lea County (Hobbs) (HOB) Las Cruces International (LRU) Los Alamos (LAM) Roswell Industrial (ROW) Ruidoso Sierra Blanca Reg. (SRR) Lawton Municipal (LAW) Oklahoma City Will Rogers (OKC) Stillwater Municipal (SWO) Tulsa International (TUL) SW 5200.513 Appendix 2 Abilene Regional (ABI) Amarillo International (AMA) Austin Robert Mueller (AUS) Beaumont Jefferson Co. (BPT) Brownsville South Padre Is. (BRO) College Station Easterwood (CLL) Corpus Christi International (CRP) Dallas/Fort Worth International (DFW) Dallas Love (DAL) El Paso International (ELP) Fort Worth Alliance (AFW) Fort Worth Meacham Intl (FTW) Galveston Scholes (GLS) Harlingen Valley Intl (HRL) Houston Ellington (EFD) Houston Hobby (HOU) Houston Intercontinental (IAH) Killeen Municipal (ILE) Laredo International (LRD) Longview Gregg County (GGG) Lubbock International (LBB) McAllen Miller International (MFE) Midland International (MAF) Paris Cox Field (PRX) San Angelo Mathis Field (SJT) San Antonio International (SAT) Temple Draughon-Miller Can. Tx (TPL) Tyler Pounds Field (TYR) Victoria Regional (VCT) Waco Regional (ACT) Wichita Falls Muni/Sheppard AFB (SPS) f Page 2 2/15/96 SW 5200.5E Appendix 3 Appendix 3. AIRPLANE DESIGN GROUP) Some safety standards in this Order are based on the "Airplane Design Group" from Advisory Circular 150/5300-13, Aitport Design. These Design Groups are based on aircraft wingspan, with typical aircraft in each Design Group shown below. Design Group Wingspan I Up to but not including 49 feet Piper Navajo, Cessna 421, Fairchild Metro, Beech King Air, Mitsubishi MU-2, Rockwell Sabre 75, Lear 35136, BAE/Hawker-Siddley HS-125/800 II 49 feet up to but not including 79 feet Cessna 441, Embraer 120 Brasilia, SAAB 340, Rockwell Sabre 65, Cessna Citation 11/III, Beech 1900 Airliner, Gulfstream l/ll/III/IVIV III 79 feet up to but not including 118 feet ATR 42/72, BAE-146, Boeing 7271737, Convair 580, DeHavilland Dash 7, DC-9 (All), Fokker 100, MD-80, Fairchild F-27 IV 118 feet up to but not including 171 feet Boeing 707, 757, 767, DC-8, Lockheed L-1011, DC- 10/MD-11 V 171 feet up to but not including 214 feet Boeing 747, 777 Page 1 2/15/96 P r SW 5200.5E Appendix 4 Following are the FAA offices with responsibilities for construction and/or maintenance on airports: Office Tele hp one Functions Airports Division, Safety 817-222-5620 Airport safety, FAR 139, and Standards Branch, airport design standards, ASW-620 Airport Improvement Program project management Air Traffic Division, System 817-222-5530 Obstruction Evaluation, Air Management Branch, Traffic Procedures, ASW-530 obstruction marking and lighting, Control Tower line - of -sight Aviation System Standards, 817-222-4131 Instrument approach Fort Worth Flight procedures, Flight Data Procedures Office Center NOTAMs Automated Flight Service Notices to Airmen - Call Stations (AFSS) Administration: 1-800- Jonesboro, AR 501-932-4608 544-1709 DeRidder, LA 318-462-61 11 423-9347 Albuquerque, NM 505-242-4442 525-9963NM 342-7635TX McAlester, OK 918-421-6056 722-4223 (OK only) Conroe, TX 409-760-4201 833-5602 Fort Worth, TX 817-654-2205 722-6209 San Angelo, TX 915-944-8791 433-8102 Civil Aviation Security 817-222-5700 Airport Security, FAR 107 Division, ASW-700 Airway Facilities Division 817-222-4200 NAVAID Planning Resource Mgt. Branch NAS Implementation Br. 817-222-4500 NAVAID Implementation Operations Branch System -Maintenance Office 817-222-4700 505-764-6700 NAVAID Maintenance FAA Facilities Maintenance Albuquerque (NM, W. Tx) Dallas/Fort Worth (Metro) 214-453-4900 Houston (S. Tx, LA) 713-986-7100 Oklahoma City (OK, AR) 405-798-2000 Page 1