Loading...
HomeMy WebLinkAboutResolution - 2003-R0122 - Contract For Construction For Airport Taxiway - Jay-Reese Contractors, Inc. - 03_27_2003Resolution No. 2003-RO122 March 27, 2003 Item No. 25 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 for the construction of Taxiway "V" at Lubbock International Airport, by and between the City of Lubbock and Jay -Reese Contractors, Inc. of Austin, Texas and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 27th day of March , 2003. MARC -UGAL, MAY ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: V Victor Kilmat Purchasing Manager APPROVED AS TO FORM: William de Haas, Contract Manager/Attorney gs/ccdocs/Jay-ReeseContractorsInc. res March 17, 2003 BOND CHECK BEST RATIN LICENISED,IN TEXAS By CITY OF LUBBOCK SPECIFICATIONS FOR CONSTRUCTION OF TAXIWAY "V" - LIA 1TB #276-02/BM PROJECT NO. AiP 3-48-0138-25-02 ",',A City Of Planned Progress" CITY OF LUBBOCK Lubbock, Texas RELEASED FOR CO T U T 1 (0 N 0 r* LUBBOCK INTERNATIONAL AIRPORT ADDENDUM #2 For The CITY OF LUBBOCK JANUARY 23, 20(X- Almja 7RT =71mSIJLL TAmmig Imo, 13498 Pond Springs Road, Building E 419mgn AusA4 Texas 78729 (572) 349-9109 w w w. d e l t a a i r p o r t. c o m ITB #276-02/BM, Addendum #2 r" City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ADDENDUM #2 ITB #276-02/BM Construction of Taxiway "V" - LIA AIP No. 3-48-0138-25-02 January 24, 2003 January 29 @ 1:00 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. REPLACE the Bid Submittal Form with the Revised Bid Submittal Form of Addendum No. Two (2) attached. 2. DELETE 'Taxiway "S"/Taxiway "A" Detail" from Sheet 23 of 36 "Alternate II Electrical Layout". 3. INCLUDE Attachment 2 as additional information for Sheet 23 of 36 "Alternate II Electrical Layout". 4. Specification Item T-901 Seeding - REPLACE paragraph 901-1.1 with the following: "This item shall consist of soil preparation, seeding, fertilizing and liming the area shown on the plans or as directed by the Engineer in accordance with these specifications and TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, 1993, Section 164." 5. Specification Item T-901 Seeding - REPLACE the third paragraph of section 901-2.1 with the following: ., "Seeds shall be applied as indicated in TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, 1993, Section 164, Table 3". 6. Specification Item T-901 Seeding - REPLACE the fourth paragraph of section 901-2.1 with the *^ following: "Permanent seeding shall be performed during the period between February 15 and May 15 inclusive, unless otherwise indicated in the plans or directed by the Engineer. 7. QUESTIONS AND ANSWERS: QUESTION: Specification section 901-2.1 states, "Seeding shall be performed during the period between January 15 and June 15 inclusive, unless otherwise approved by the engineer". The construction schedule for this project, based on the anticipated start date of April 1 and 150 calendar days for construction indicates some areas may not be available for seeding during this time frame. Wilt the contractor be expected (required) to remobilize after January 15, 2004 to seed areas that do not become available prior to June 15, 2003? ANSWER: The revised seeding period is included in Item 6 of this Addendum Two (2). if the seeding period for permanent seeding is more than 30 days beyond the construction completion, the - Contractor is required to apply temporary seeding. Permanent Seeding may only be applied during the seeding dates indicated in this Addendum Two (2) and the plans and specifications. If the construction is completed during months which are not recommended for permanent seeding, the Contractor will be '�° 02Addend.doc ITB #276-021BM, Addendum #2 required to apply temporary seeding and return to the project to complete permanent seeding at the appropriate time. In accordance with Specification T-901 "Seeding" and P-156 Temporary Air and Water Pollution, Soil Erosion and Siltation Control", there is no separate pay for temporary seeding for erosion control. ATTACHMENTS: 1. Revised Bid Submittal Form 2. Drawing to Clarify Sheet 23 of 26, Alternate II Electrical Layout All requests for additional information or clarification must be submitted in writing and directed to: p e+ Bruce MacNair Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to bmacnair@mail.ci.lubbock.tx.us THANK YOU, 1- Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. f. 02Addend.doc No Text r 0 REVISED BID SUBMITTAL FORM -ADDENDUM NO. TWO (2) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Proiect No. TX 02026 ALTERNATE NO. 1 Date: Unit Prices Extended In Figures Total Approx. Item with Unit Price ------ - Item No. Quantity Written in Words Dollars Dollars Cents Cents MOBILIZATION 1 P-100 1 LS PER LUMP SUM BITUMINOUS PAVEMENT REMOVAL 2 P-140 5,700 SY PER SQUARE YARD DEMOLITION 3 P-150 1 LS PER LUMP SUM REMOVE RUNWAY GUIDANCE SIGN 4 P-150 1 EA PER EACH REMOVE EXISTING MITUHIRL 5 P-150 8 EA PER EACH UNCLASSIFIED EXCAVATION 6 P-152 13,000 CY PER CUBIC YARD UNSUITABLE EXCAVATION 7 P-152 3,000 CY PER CUBIC YARD EROSION AND SEDIMENT CONTROL $ P-156 1 LS PER LUMP SUM SILT FENCE 9 P-156 1,350 LF PER LINEAR FOOT CHECK DAM 10 P-156 1 EA PER EACH 6" CEMENT TREATED BASE COURSE 11 P-304 13,500 SY PER SQUARE YARD 02Addend.doc SIGNATURE Page 2 REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Proiect No. TX 02026 ALTERNATE NO. 1 Date: Unit Prices Extended In Figures Total Approx. Item with Unit Price Item No. Quantity Written in Words Dollars Dollars Cents Cents 12 PORTLAND CEMENT P-304 300 TN PER TON 13 GROUND STABILIZATION FABRIC P-405 1,000 SY PER SQUARE YARD 8" PORTLAND CEMENT CONCRETE 14 P-501 1,850 SY PER SQUARE YARD 14" PORTLAND CEMENT CONCRETE 15 P-501 11,400 SY PER SQUARE YARD 16 JOINT SEALER P-605 13,500 LF PER LINEAR FOOT REMOVE AIRFIELD MARKINGS 17 P-619 3,800 SF PER SQUARE FOOT 18 TEMPORARY AIRFIELD MARKINGS P-620 3,800 SF PER SQUARE FOOT PERMANENT RUNWAY AND TAXIWAY 19 MARKINGS P-620 11,000 SF PER SQUARE FOOT CLOSED TAXIWAY MARKER, LIGHTED 20 M-103 4 EA PER EACH LIGHTED, PORTABLE CLOSED RUNWAY 21 M-103 2 EA MARKERS PER EACH TEMPORARY CHEVRON 22 M-103 1 EA PER EACH 02Addend.doc SIGNATURE =- Page 3 REVISED BID SUBMITTAL FORM -ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 ALTERNATE NO. 1 r- Date: Unit Prices Extended In Figures Total Approx. Item with Unit Price -- --- - -- --- _ Item No. Quantity Written in Words Dollars Dollars Cents Cents TRAFFIC DRUM 23 M-104 12 EA PER EACH AVIATION BARRICADES 24 M-107 1000 LF PER LINEAR FOOT 24" RCP, CLASS 1V 25 D-701 289 LF PER LINEAR FOOT 54" RCP, CLASS IV 26 D-701 280 LF PER LINEAR FOOT 5' x 2' REINFORCED CONCRETE BOX 27 D-701 66 LF PER LINEAR FOOT 24" SLOPED END SECTION 28 D-701 1 EA PER EACH 54" SLOPED END SECTION 29 D-701 1 EA PER EACH 6" UNDERDRAIN 30 D-705 200 LF PER LINEAR FOOT 6" UNDERDRAIN ENDWALL 31 D-705 2 EA PER EACH 96" RISER W/ NEENAH R-3475-G GRATE, 32 D-751 1 EA PER EACH 10' x 10' JUNCTION BOX W/ NEENAH 33 R-3475-E GRATE D-751 1 EA PER EACH 02Addend.doc Page 4 SIGNATURE REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 3-48-0138-25-02 Delta Proiect No. TX 02026 ALTERNATE NO. 1 Date: Unit Prices Extended In Figures Total Approx. Item with Unit Price Item No. Quantity Written in Words Dollars Dollars Cents Cents 34 SPRING BOX D-751 1 EA PER EACH 35 SEEDING T-901 7 AC PER ACRE 36 MULCHING T-908 7 AC PER ACRE 37 CABLE TRENCH L-108 7,300 LF PER LINEAR FOOT 38 DIRECTIONAL BORE 3" HDPE L-108 140 LF PER LINEAR FOOT 39 #6, 5Kv, TYPE C CABLE L-108 16,000 LF PER LINEAR FOOT 40 #8, 5Kv, TYPE C CABLE L-108 6,500 LF PER LINEAR FOOT 41 #6 BARE COUNTERPOISE L-108 8,200 LF PER LINEAR FOOT 42 2" SCH. 40 PVC CONDUIT L-110 7,700 LF PER LINEAR FOOT 43 2" — 1 W DUCT L-110 425 LF PER LINEAR FOOT 44 4" — 2W DUCT L-110 40 LF PER LINEAR FOOT 02Addend.doc SIGNATURE Page 5 REVISED BID SUBMITTAL FORM -ADDENDUM NO. TWO (2) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 ALTERNATE NO. 1 Date: Unit Prices Extended In Figures Total Approx. Item with Unit Price Item No. Quantity Written in Words Dollars Dollars Cents Cents 45 4" — 4W DUCT L-110 700 LF PER LINEAR FOOT L-867 PULLCAN, 16" 46 L-127 14 EA PER EACH TAXIWAY GUIDANCE SIGN (OWNER 47 PROVIDED) L-125 1 EA i PER EACH TAXIWAY GUIDANCE SIGN (3 STEP) 48 L-125 6 EA PER EACH MANDATORY SIGN (5 STEP) 49 L-125 1 EA PER EACH REPLACE GUIDANCE SIGN PANELS 50 L-125 2 EA PER EACH L-862 HIRL, BASE MOUNTED 51 L-125 1 EA PER EACH L-850C IN -PAVEMENT HIRL 52 L-125 1 EA PER EACH L-861T BASE MOUNTED MITL 53 L-125 43 EA PER EACH L-861T TEMPORARY MITL 54 L-125 5 EA PER EACH 12" L-867 BASE CAN W/LID 55 L-125 4 EA PER EACH 02Addend.doc Page 6 SIGNATURE REVISED BID SUBMITTAL FORM -ADDENDUM NO. TWO (2) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 ALTERNATE NO. 1 Date: Unit Prices Extended In Figures Total Approx. Item with Unit Price --------------- ------- ---------- Item No. Quantity Written in Words Dollars Dollars Cents Cents 56 TEMPORARY THRESHOLD LIGHTING L-125 1 EA PER EACH 57 ELECTRICAL HANDHOLE L-127 8 EA PER EACH 58 RIPRAP R-432 64 SY PER SQUARE YARD TEMPORARY PAPI 59 SPA 8 1 EA PER EACH 60 LENS RELOCATION SP-21 20 EA PER EACH TAXIWAY SHOULDERS 61 SP-22 5,850 SY PER SQUARE YARD 62 ELECTRICAL VAULT MODIFICATIONS SP-23 1 LS PER LUMP SUM 63 DETERIORATED SLAB REPAIR SP-24 200 SY PER SQUARE YARD TOTAL BID AMOUNT $ CONTRACT TIME: 150 CALENDAR DAYS LIQUIDATED DAMAGES: $1,000.00/CALENDAR DAY 02Addend.doc Page 7 SIGNATURE REVISED BID SUBMITTAL FORM -ADDENDUM NO. TWO (2) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Date: _ ALTERNATE II Unit Prices Extended In Figures Total Approx. Item with Unit Price ------ -- — Item No. Quantity Written in Words Dollars Dollars Cents Cents MOBILIZATION P-100 1 LS PER LUMP SUM BITUMINOUS PAVEMENT REMOVAL 2 P-140 5,700 SY PER SQUARE YARD I DEMOLITION 3 P-150 1 LS PER LUMP SUM REMOVE RUNWAY GUIDANCE SIGN 4 P-150 1 EA PER EACH REMOVE EXISTING MITUHIRL 5 P-150 8 EA PER EACH UNCLASSIFIED EXCAVATION 6 P-152 13,000 CY PER CUBIC YARD UNSUITABLE EXCAVATION P-152 3,000 CY PER CUBIC YARD EROSION AND SEDIMENT CONTROL $ P 156 1 LS PER LUMP SUM SILTFENCE L9156 1,350 LF PER LINEAR FOOT 02Addend.doc Page 2 SIGNATURE REVISED BID SUBMITTAL FORM ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Date: ALTERNATE 11 CHECK DAM 10 P-156 1 EA PER EACH 11 6" CEMENT TREATED BASE COURSE P-304 13,500 SY PER SQUARE YARD PORTLAND CEMENT 12 P-304 300 TN PER TON GROUND STABILIZATION FABRIC 13 P-405 1,000 SY PER SQUARE YARD 8" PORTLAND CEMENT CONCRETE 14 P-501 1,850 SY PER SQUARE YARD 14" PORTLAND CEMENT CONCRETE 15 P-501 11,400 SY PER SQUARE YARD JOINT SEALER 16 P-605 13,500 LF PER LINEAR FOOT REMOVE AIRFIELD MARKINGS 17 P-619 3,800 SF PER SQUARE FOOT TEMPORARY AIRFIELD MARKINGS 18 P-620 3,800 SF PER SQUARE FOOT PERMANENT RUNWAY AND TAXIWAY 19 MARKINGS P-620 11,000 SF PER SQUARE FOOT 02Addend.doc SIGNATURE Page 3 REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Date: _ ALTERNATE II CLOSED TAXIWAY MARKER, LIGHTED 20 M-103 4 EA PER EACH LIGHTED, PORTABLE CLOSED RUNWAY 21 M-103 2 EA MARKERS PER EACH TEMPORARY CHEVRON 22 M-103 1 EA PER EACH TRAFFIC DRUM 23 M-104 12 EA PER EACH AVIATION BARRICADES II 24 M-107 1000 LF PER LINEAR FOOT 24" RCP, CLASS IV 25 D-701 289 LF PER LINEAR FOOT 54" RCP, CLASS IV 26 D-701 280 LF PER LINEAR FOOT 5' x 2' REINFORCED CONCRETE BOX 27 D-701 66 LF PER LINEAR FOOT 24" SLOPED END SECTION 28 D-701 1 EA PER EACH 54" SLOPED END SECTION 29 D-701 1 EA PER EACH 02Addend.doc SIGNATURE Page 4 REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Date: ALTERNATE II 30 6" UNDERDRAIN D-705 200 LF PER LINEAR FOOT 31 6" UNDERDRAIN ENDWALL D-705 2 EA PER EACH 32 96" RISER W/ NEENAH R-3475-G GRATE — D-751 1 EA PER EACH 10' x 10' JUNCTION BOX W/ NEENAH 33 R-3475-E GRATE D-751 1 EA PER EACH 34 SPRING BOX D-751 1 EA PER EACH 35 SEEDING T-901 7 AC PER ACRE MULCHING 36 T-908 7 AC PER ACRE CABLE TRENCH 37 L-108 2,050 LF i PER LINEAR FOOT #8, 5Kv, TYPE C CABLE 38 L-108 4,500 LF PER LINEAR FOOT #6 BARE COUNTERPOISE 39 L-108 3,100 LF PER LINEAR FOOT 02Addend.doc Page 5 SIGNATURE r REVISED BID SUBMITTAL FORM -ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 3-48-0138-25-02 oat, Delta Project No. TX 02026 Date: _ ALTERNATE II 2" SCH. 40 PVC CONDUIT 40 L-110 2,050 LF PER LINEAR FOOT 2" - 1 W DUCT 41 L-110 425 LF PER LINEAR FOOT 4" - 2W DUCT 42 L-110 40 LF PER LINEAR FOOT 4" - 4W DUCT 43 L-110 700 LF PER LINEAR FOOT L-867 PULLCAN, 16" 44 L-127 2 EA PER EACH TAXIWAY GUIDANCE SIGN (OWNER 45 PROVIDED) L-125 1 EA PER EACH TAXIWAY GUIDANCE SIGN (3 STEP) 46 L-125 6 EA PER EACH MANDATORY SIGN (5 STEP) 47 L-125 1 EA PER EACH REPLACE GUIDANCE SIGN PANELS 48 L-125 2 EA PER EACH L-862 HIRL, BASE MOUNTED 49 L-125 1 EA PER EACH 02Addend.doc SIGNATURE Page 6 REVISED BID SUBMITTAL FORM -ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 348-0138-25-02 Delta Project No. TX 02026 Date: ALTERNATE II 50 L-850C IN -PAVEMENT HIRL L-125 1 EA 1� PER EACH J 1-862t BASE MOUNTED MITL (I 51 24 EA PER EACH i 52 L-861T TEMPORARY MITL L-125 4 EA I PER EACH 1-867 BASE CAN W/LID 53 4 EA II PER EACH TEMPORARY THRESHOLD LIGHTING 54 `I L-125 1 EA j PER EACH ELECTRICAL HANDHOLE II 55 L-127 8 EA PER EACH RIPRAP j 56 R-432 64 SY PER SQUARE YARD L i TEMPORARY PAPI 57 SP-18 1 EA f PER EACH LENS RELOCATION 58 II S P-21 20 EA PER EACH ` TOTAL BID AMOUNT $ CONTRACT TIME: 150 CALENDAR DAYS LIQUIDATED DAMAGES. $1,000/CALENDAR DAY 02Addend.doc SIGNATURE Page 7 REVISED BID SUBMITTAL FORM ITB #276-021BM ADDENDUM NO. TWO (2) *"+ AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Date: Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 150 (ONE HUNDRED FIFTY) 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 $1,000.00 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder hereby further agrees to complete the work in Area 1 within 45 (FORTY FIVE) CALENDAR DAYS as stipulated in the contract documents and in the plans and specification. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000.00 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of Area 1, all as more fully set forth in the general conditions of the contract documents. Bidder also further agrees to complete the work of Installing the Temporary PAP[ System within 3 (THREE) CALENDAR DAYS as stipulated in the contract documents and in the plans and specification. Bidder hereby further agrees to pay the Owner as liquidated damages the sum of $1,000.00 (ONE THOUSAND DOLLARS) FOR EACH CONSECUTIVE CALENDAR DAY in excess of the time set forth herein above for completion of the Temporary Papi System, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ 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 fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. 02Addend.doc Page 8 REVISED BID SUBMITTAL FORM ITB #276-02113M ADDENDUM NO. TWO (2) AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date M1WBE Firm: 02Addend.doc Date: Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - Page 9 02Addend.doc P•N ATTACHMENT NO. 2 Page 10 flwicn Q I n INSTALL OWNER -PROVIDED a SIGN. PROVIDE AND INSTALL 1 1A NEW PANEL. a 4 B Y noB Y/B 4*-� •- A d •- A BUM BLANK i 1 A t 1 1A H 1 � 1 1 PT P 1 1 1 2A 1 PT I PT PT 1 Ia 41A1V 1 1 Now 1 15000 U*W I 15�O0 1 It BAS"E Y _ xx 1 xx- ';'1 V74 2 SPACES ® 11.8't 1 2A 11V (�4 CORNERS) PT t 2A 1 1 1 2 SPACES ® 36.5f NNVIG KA r V -� Y/B B/Y TIE INTO EXISTING CONDUIT _/I AND BARE COUNTERPOISE (NO PAY ITEM) (TYP) ADDENDUM NO. TWO (2) ATTACHMENT 2 02Addend.doc t ! m 4"-} 4W D 1 Z , 4 >`„ a 4 tV c6 I to Lu I W 4 a I~ N 04 JANUARY 23. 2003 Page 11 ADDENDUM #1 F yx� ITB #276-0216M, Addendum #1 City of Lubbock PURCHASING DEPARTMENT c., ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 �.., http://purchasing.ci.tubbock.tx.us , ADDENDUM #1 ITB #276-02 / BM Construction of Taxiway "V" - LIA AIP No. 3-48-0138-25-02 '- MAILED TO VENDOR: January 21, 2003 CLOSE DATE: January 29 @ 1:00 P.M. ems+ 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 r-� affected by this addendum, shall remain in effect. _. 1. Notice to Bidders - REPLACE the first sentence in the paragraph with the following: "Bids are due at 1:00 o'clock a.m. on January 29, 2003 and the City of Lubbock, City Council will consider the bids on February 27, 2003 at the Municipal Building, 1625 13`h Street, Lubbock, Texas, or as soon thereafter as may be reasonable convenient, subject to the right to reject any or all bids and waive any formalities." 2. General Instructions to Bidders - REPLACE Paragraph 13.1 in its entirety with the following paragraph: The construction covered by the contract documents shall be fully completed within 150 (ONE HUNDRED FIFTY) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The successful bidder hereby also agrees to pay the Owner as Liquidated Damages the sum of $1,000.00 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the project time as set forth for the completion of the project. The bidder also agrees to commence and complete work within Area 1 within 45 (FORTY-FIVE) calendar days. Bidder hereby further aggress to pay the Owner as Liquidated Damages the sum of $1,000.00 (ONE THOUSAND DOLLARS) for each calendar day in excess of the project time set forth for completion of Area 1. The bidder further agrees to commence and complete work on the Temporary PAPI System within 3 (THREE) calendar w days. Bidder hereby further agrees to pay the Owner as Liquidated Damages the sum of $1,000.00 (ONE THOUSAND DOLLARS) for each calendar day in excess of the project time set forth for completion of the Temporary PAPI System. 3. REPLACE the Bid Submittal Form with the Revised Bid Submittal Form of Addendum No. One (1) attached. 4. General Provisions Section 80 - Prosecution and Progress - Section 80-02 Notice to Proceed - REPLACE the sentence 'The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Owner in the written notice to proceed, but in any event the Contractor shall notify the Engineer at least 48 hours in advance of the time actual construction operations will begin." with 'The Contractor shall begin the work to be performed under the contract within 5 days of the date set by the Owner in the written notice to proceed, but in any event the Contractor shall notify the Engineer at least 48 hours in advance of the time actual construction operations will begin." 01Addend.doc r^+ Page 1 ITB #276-02/BM, Addendum #1 5. General Provisions Section FAA AC 150/5370-2D - Operational Safety on Airports During Construction - REPLACE Sheets A-4, A-5 and A-6 with the attached sheets A-4, A-5 and A-6 Revised of Addendum No. One (1) 6. REPLACE the Cover Sheet for the Technical Specifications with the attached Revised Cover Sheet of Addendum No. One (1). 7. Special Provisions Item SP-18 - TEMPORARY PAPI - REPLACE the entire Special Provision with the following revised Special Provision SP - 18 TEMPORARY PAPI of Addendum No. One (1): 'The Contractor shall be required to provide, maintain and install a Temporary Precision Approach Path Indicator (PAPI) System in accordance with the project plans and specifications. The Phasing Layout and Temporary PAPI Details provide guidance on the requirements and placement of the temporary PAPI. Upon completion of the project, the PAPI unit shall be removed and become the property of the OWNER. Payment for this item shall be made at the contract per each price for "Item SP-18 - Temporary PAPI". The price shall be full compensation for performing all work and providing all materials necessary for the turnkey installation of a Temporary PAPi on Runway 17R-35L as _ indicated on the plans. Removal of the system including concrete slabs shall be considered as incidental to the contract unit price." 8. Special Provision ITEM SP-22 - TAXIWAY SHOULDER - REPLACE the entire Special Provision with the following Special Provision SP-22 TAXIWAY SHOULDER of Addendum No. One (1): 'The Contractor shall have the option of constructing the Taxiway Shoulders using R-247 Base and P-501 Portland Cement Concrete or using R-247 Base and R-340 Hot Mix Asphaltic Concrete. Construction of the Taxiway Shoulders shall be in accordance with the Specification Items R- 247 Base and P-501 Portland Cement Concrete for concrete taxiway shoulders or R-247 Base and R-340 Hot Mix Asphaltic Concrete for asphaltic/bituminous shoulders. The work shall be measured and paid for by the square yards of completed surface pavement under this Item SP- 22 Taxiway Shoulders. This item shall be considered as inclusive of all labor, materials and equipment required to furnish and install completed base course, surface course and joint sealing in accordance with the plans and specifications." 9. Specification Item P-140, Paragraph 140-2.4 Concrete Pavement Removal - Replace the entire paragraph with the following: "Concrete panels shall be sufficiently broken up to allow the concrete to be picked up and hauled to a disposal area offsite the Airport Property. If ordered by the Engineer, existing edges of concrete pavement slabs shall be sawed to provide a smooth vertical face for the junction between existing and new pavements. The sawing shall be accomplished for the full depth. The Contractor shall utilize means to assure proper alignment for the saw cut." 10. Specification Item P-304 Cement Treated Base Course - Under METHOD OF MEASUREMENT, REPLACE Item 304-5.1 with the following: "The quantity of cement -treated base to be paid for will be determined by measurement of the number of SQUARE YARDS of base actually constructed and accepted by the Engineer as complying with the plans and specifications." 11. Specification Item P-304 Cement Treated Base Course - Under METHOD OF MEASUREMENT, DELETE item 304-5.3 in its entirety. 12. Specification Item P-304 Cement Treated Base Course - Under BASIS OF PAYMENT, REPLACE Item 304-6.1 with the following: 01Addend.doc Page 2 GR ITB #276-02IBM, Addendum #1 a� "Payment shall be made at the contract unit price per SQUARE YARD for Cement Treated Base Course. The price shall be full compensation for furnishing all materials, except Portland Cement; for all preparation, manipulation, and placing of these materials; and for all labor, equipment, tools and incidentals necessary to complete the item." 13. Specification Item P-304 Cement Treated Base Course - Under BASIS OF PAYMENT, DELETE �+ Paragraph 304-6.3 in its entirety. 'k 14. Specification Item M-129 Computerized Airfield Lighting Control System - DELETE the entire Specification. 15. Specification Item L-108 Installation of Underground Cables for Airports - ADD the following to Method of Measurement: r� "108-4.4 Directional Bore shall be measured by the linear foot (meters) of directional bore including excavation and backfill of bore pits, complete in place." 16. Specification Item L-108 Installation of Underground Cables for Airport - ADD the following to Basis of Payment: "Item L-108-5.3 Directional Bore, 3" HDPE per Linear Foot (Meter) ^� 17. Specification Item L-125 Installation of Airport Lighting Systems - Under METHOD OF MEASUREMENT, REPLACE the entire paragraph 125-4.1 with the following: 'The quantity of lights, signs, markers, slope indicator systems, threshold lighting systems and discharge -type flasher systems to be paid for under this item shall be the number of each type installed as completed units or systems in place, ready for operation, and accepted by the ENGINEER." 18. Specification Item L-125 Installation of Airport Lighting Systems - Under BASIS OF PAYMENT, REPLACE the entire paragraph 125-5.1 with the following: "Payment will be made at the contract unit price for each complete light unit, sign, marker or system installed, adjusted, or relocated in place by the Contractor and accepted by the Engineer. Temporary Threshold Lighting System (8 Each Lights) shall be reimbursed on a per each basis for the entire system (8 Each Lights) installed, maintained and removed at the end of the project. This price shall be considered as 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. 19. Specification Item R-247 Flexible Base - REVISE paragraph 247-2.1 as follows: 'The flexible base shall conform to the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, Section 247. Aggregate shall be Type A, Grade 2. 20. PLAN SHEET 2 OF 36 A. CHANGE the ""ALTERNATE I" and "ALTERNATE II" SUMMARY OF QUANTITIES" to match those of the REVISED BID SUBMITTAL FORM OF ADDENDUM ONE (1) attached. 21. PLAN SHEET 11 OF 36 A. On "Portland Cement Concrete Taxiway Shoulder Detail" on the R-247 Base Course, CHANGE the dimension of 3'-0" for the widened base course to "1'-0" MIN. to 3'-0" MAX." B. On "Taxiway Shoulder Notes", REPLACE Note 4 with the following: 01Addend.doc r• Page 3 ITB #276-02/BM, Addendum #1 "When constructing P-501 Portland Cement Concrete Shoulders, there will be no separate pay for thickened edge concrete and there will be no separate pay for 1'-0" Min. to 3'-0" Max. widened base course." 22. PLAN SHEET 24 of 36 A. ADD Note 6. as follows: "Contractor shall supply and install 5#12, 600V, Type THHN, conductors in Y4"C between TW-A CCR and TW-V CCR, and connect wires such that TW-V CCR is operated as a slave of TW-A CCR. The Contractor shall provide all necessary incidentals, labor, material and equipment required for the turnkey control and operation of the TW-V CCR." 23. PLAN SHEET 25 OF 36 A. Temporary Threshold Lights Note 6 shall be revised as follows:. "The Per Each price for 'Temporary Threshold Lighting" (8 Each Lights) shall include all work, materials, and incidentals necessary for the installation, maintenance and removal of the entire Temporary Threshold Lighting System (8 Each Lights) detailed in the plans and specifications." 24. QUESTIONS AND ANSWERS: QUESTION: Is topsoil stripping required for embankment areas? ANSWER: Yes. The area beneath the embankment shall be stripped in accordance with P-152-2.5 "Preparation of Embankment." QUESTION: Will the stripping and handling of topsoil be measured for payment? ANSWER: No. In accordance with P-152-2.10 'TOPSOIL", no separate measurement or payment will be made for stockpiling, spreading, shaping or any handling of topsoil. This item is considered incidental to this specifications. QUESTION: Will topsoil be redistributed upon completion of the grading operations? ANSWER: Yes. Topsoil shall be salvaged from stripping or grading operations. The topsoil shall be distributed in accordance with Item P-152-2.10 "Topsoil". QUESTION: Does the price for unsuitable excavation include backfilling? ANSWER: Yes. In accordance with Item P-152-3.1 "Method of Measurement", undercut and/or unsuitable excavation encountered during the progress of the work shall be measured in its original position for payment. The Engineer shall be notified prior to starting any undercut or unsuitable excavation so that necessary survey information can be obtained. Cross -sections taken before and after the removal of the undercut or unsuitable materials shall be used to compute the quantity by average end area method. Separate measurement will not be made for material placed during backfill operations. QUESTION: What constitutes unsuitable material? ANSWER: In accordance with Item P-152-1.3 "Unsuitable Excavation", unsuitable excavation is any material which is determined by the Engineer to be unsuitable. 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 approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. Material which is saturated may not be unsuitable if when aerated or dried it would be acceptable for subgrade or embankments. QUESTION: Will high in -place moisture content be grounds for classifying a material unsuitable? ANSWER: No. The Engineer will determine if the material is suitable or unsuitable based upon the physical properties of the material (e.g., liquid limits, plastic limits, CBR, etc.) High in -place 01Addend.doc Page 4 r. ITB #276-02/BM, Addendum #1 moisture content will not be grounds for determining material to be unsuitable. The Contractor shall be responsible for proper handling and drying of all material. QUESTION: Will there be a minimum time limit established in which the Contractor is required to attempt to dry any wet material, after which, if these efforts are unsuccessful, the material will be considered unsuitable? ANSWER: No. QUESTION: Will the Contractor be required to spread topsoil in the cut section at the completion of the project? ANSWER: Yes. In accordance with Item P-152-2.10 'Topsoil", the Contractor shall be required to spread topsoil in the cut areas to a uniform depth of 4" to 6" inches after compaction. There will be .. no separate measurement for payment for the handling and placing of the topsoil. The Contractor should note that the final grades shown on the plans are finished grades, thus requiring additional excavation (no pay item) to compensate for the layer of topsoil. QUESTION: Will the Contractor be paid twice if he has to stockpile and handle excavation material twice? ANSWER: No. In accordance with Item P-152-3.1 "Method of Measurement", separate ^.. measurement shall not be made for stockpiled materials. The quantity of excavation to be paid for shall be the number of cubic yards of excavation measured in its original position. QUESTION: If unsuitable material is encountered above final grade, will payment for excavation of the unsuitable material be made under unsuitable excavation or unclassified excavation? ANSWER: Unclassified excavation. QUESTION: Will any additional compensation be made for adverse field conditions such as excavation and/or trenching through rock? ANSWER: No. All bidders should examine the site and satisfy themselves as to the field conditions before submitting their bid. QUESTION: Is the Contractor responsible for construction layout and staking? �- ANSWER: Yes. In accordance with Section 50-06 "Construction Layout and Stakes', the Engineer shall furnish the Contractor with horizontal and vertical control only in the form of bench marks, and the Contractor must furnish all additional stakes for the layout and construction of the work and r" preserving all stakes and benchmarks through the duration of the project. QUESTION: Will the Contractor be responsible for subgrade acceptance testing? ANSWER: No. The Owner will provide the personnel to complete the required acceptance testing. However, the Contractor will be responsible for his own quality control testing. Acceptance testing will not be performed as a quality check for the Contractor. Any failed acceptance test shall be billed to the Contractor. Reference is directed to Section 100 for the Contractor's Quality Control Requirements. QUESTION: Can a Contractor perform his own geotechnical investigation? ANSWER: Yes. The Contractor shall contact and coordinate with the Owner prior to mobilizing to perform any geotechnical investigation. The Contractors are encouraged to perform these additional investigations. QUESTION: What will be the frequency of testing on the subgrade? ANSWER: In accordance with Item P-152-2.6 "Formation of Embankments", samples of all embankment materials for testing will be taken for each 1,000 cubic yards placed per lift, combined +p^ with proof -rolling of all subgrades prior to placement of base course. 01 Addend.doc Page 5 ITB #276-02/BM, Addendum #1 QUESTION: May the Contractor mix the P-304 Cement -Treated Base in place? ANSWER: Yes, contingent upon the following: 1. The Contractor shall demonstrate prior experience with mixing P-304 Cement - Treated Base in place. 2. The thickness of the cement -treated base course shall be increased by one (1) inch. No direct payment will be made for additional excavation or for the extra inch of aggregate. QUESTION: What is the maximum time allowed between mixing and completing the compaction the P-304 Cement Treated Base? ANSWER: In accordance with Item P-304-4.8 "Finishing", the compaction and finishing operations shall be completed within two (2) hours of the time water is added to the mixture. Within that two- hour period, no more than one (1) hour shall elapse from the start of adding water to the start of compacting the mixture, in accordance with P-304-4.5 'Placing". QUESTION: May the P-304 Cement -Treated Base be placed in one (1) lift if the section is thicker than 8"? ANSWER: No. In accordance with Item P-304-4.7 "Layer Thickness", no layer shall be in excess of eight (8) inches or less than four (4) inches when compacted. QUESTION: Does pavement removal only include the depth of pavement? ANSWER: No. Pavement removal includes existing pavement, existing base course, and existing subbase course. QUESTION: Does all P-304 cement -treated base receive an application of cure material? ANSWER: Yes. Cement -treated base shall be cured in accordance with Item P-304-4.11 "Protection and Curing". QUESTION: May recycled asphalt products be included in the TXDOT R-340 mixes? ANSWER: No. QUESTION: May the Contractor use pre -cast Electrical Duct? ANSWER: No. Cast in -place concrete encased duct must be used on this project. QUESTION: Is the removal of the existing guidance sign bases a pay item? ANSWER: Under item P-140 Demolition, removal of the sign bases is considered part of the sign removal. Therefore, removal of the sign bases is not a separate pay item, but incidental to the removal of the signs. QUESTION: Is the Contractor responsible for repair to utilities in service which are damaged by the Contractors men or equipment? ANSWER: Yes. QUESTION: Does the pavement removal pay quantity include pavement that must be removed in order to install electrical duct or conduit? ANSWER: No. This pavement removal is incidental to electrical duct or conduit installation. QUESTION: Do the taxiway lights remain on during nighttime work periods? ANSWER: Yes, if the taxiway is open. MITLs on closed sections of taxiway shall be de -energized or obscured. 01Addend.doc Page 6 ITB #276-02BM, Addendum #1 QUESTION: Is the conduit and trench under the sign foundations considered incidental to the unit price per sign? ANSWER: Yes. Any item required to install the sign which is located within the boundary of the sign foundation (above or below) shall be considered incidental to the unit price for the sign. QUESTION: May a high compression ground connection be used in lieu of a Cadweld connection? ANSWER: No. Only exothermic ground connections shall be utilized. QUESTION: Does the Install Vault Equipment item include items beyond the electrical vault? ANSWER: No. The Install Vault Equipment includes only the items within and mounted on the vault walls. All other items shall be bid with their respective items. QUESTION: Are the DBE (Disadvantaged Business Enterprise) percent participation figures goals or requirements? ANSWER: The DBE percent participation figures are goals which the Contractor shall make a good faith effort to obtain. The Contractor will be required to submit evidence of good faith effort with the proposal. The Owner encourages the Contractor to utilize DBE subcontractors wherever practical. QUESTION: Will Davis Bacon wage rates be required on this project? ANSWER: Yes. All affected Contractor personnel and all subcontractors should be placed in one of the wage rate classifications included in the specifications. The Contractor may submit a request for a classification with supporting wage documentation if necessary. QUESTION: Will the resident project representative's field office and associated equipment be measured for payment? ANSWER: No. In accordance with Item P-101-3.1 "Method of Measurement" and Item P-101-4.1 "Basis of Payment", this item shall be incidental to the project, and there will be no separate measurement or payment for this item. QUESTION: When will the project notice -to -proceed be issued? ANSWER: Upon successful completion of the FAA grant, construction contract and project submittals, the notice -to -proceed is anticipated for April, 2003. QUESTION: Will the Contractor be required to pay for an additional inspector during nighttime shifts? ANSWER: No. The Owner shall provide all resident project representative services. r-• QUESTION: What permits are required to commence construction? ANSWER: The permits required shall be procured by the Contractor prior to the implementation of construction. The Contractor shall coordinate which permits are required with the county public works division, state soil conservation service, state highway administration, county purchasing office, !"^ erosion control officer, etc. QUESTION: Are there any equipment height restrictions? ANSWER: Yes. Equipment shall conform to the heights and distances specified in Section 130 "Airport Safety Requirements During Construction" and FAA AC 150/5370-2D Construction Safety dated May 30, 2002. Any equipment or objects penetrating the Part 77 imaginary surfaces shall be coordinated in advance with the Engineer. Obstructions penetrating the Part 77 surfaces shall be marked and/or lighted in accordance with FAA guidelines. QUESTION: Does the Contractor have to bid all alternates? r- ANSWER: Yes. R 01Addend.doc Page 7 ITB #276-02/BM, Addendum #1 QUESTION: What is the schedule for awarding the contract? ANSWER: It is anticipated that the contract will be awarded within sixty J60) days of opening bids. QUESTION: Will 10 percent retainage be required? ANSWER: Yes. The FAA 10 percent retainage policy outlined in Section 90-06 "Partial Payments" will apply on this project. QUESTION: Do the contract documents allow for any adjustment in contract time due to unusually adverse weather conditions? ANSWER: Yes. As outlined in Section 80-07 "Determination and Extension of Contract Time", there are provisions in the contract documents for adjustment in contract time due to unusually adverse weather conditions. This is a calendar day contract, therefore, it is anticipated that overtime and weekend work will be required to complete the project within the allotted contract time. Timely completion of the work is essential to the Owner. QUESTION: Will the Contractor be required to reseed areas of the project which yield a sparse cover from initial seeding? ANSWER: Yes. The Contractor will be responsible for obtaining a "good stand of grass with regard to color and density". No additional compensation will be made for overseeding. QUESTION: How will payment be made for work completed before the construction notice -to - proceed? ANSWER: Payment can only be made for stored materials prior to the construction notice -to - proceed. Specifications Section 90-07, "PAYMENT FOR MATERIALS ON HAND" addresses the requirements for receiving payment for stored materials. QUESTION: Do all of the demolished structures need to be hauled off -site by the Contractor? ANSWER: Yes, unless the Contractor wishes to crush the structures as follows and place them in the embankment/waste area as follows: 1. Maximum particle size is 2U when placed in deep fills 4U or more below final grade to be provided with this project. 2. Maximum particle size is 8" when placed between 1 U and 4U below final grade to be provided with this project. "Offsite" shall mean off of the airport property. QUESTION: Who certifies DBE Contractors? ANSWER: The U. S. Department of Labor and the State Department of Transportation have lists of current DBE Contractors. On a case by case basis, the Owner can certify a DBE Contractor for work on this project only, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation. QUESTION: Do the. bid item prices have to be written out long hand on the proposal? ANSWER: The proposal shall be completed in accordance with Section 20-07 "Preparation of Proposal". The bidder shall state the price (written in ink or typed) both in words and numerals. QUESTION: Will the Contractor be paid for areas to be milled? ANSWER: No. Milling will be considered as incidental to the project. OtAddend.doc Page 8 fowl iTB #276-02/13M, Addendum #1 QUESTION: Will the Contractor be required to provide a ten (10) year employment history on all '-� personnel working within the security fence of the Airport? ANSWER: No. A 5-year employment history will be required for each person who applies for an airport security badge. All personnel working within the security fence must obtain a badge or be ,.� under the direct supervision of a person with a badge. QUESTION: Will the Contractor be required to maintain security at the gates? ANSWER: The Contractor is responsible for the security at each access gate. The Contractor will be required to provide a gate keeper for all in and out operations, such as material deliveries. The Contractor is responsible for insuring that the gate is secure at all times. ATTACHMENTS: 1. Revised Bid Submittal Form 2. Revised Cover Sheet for Technical Specifications 3. Sheets A-4,'A-5 and A-6 of General Provisions Section FAA AC 150/5370-21) - Operational Safety on Airports During Construction 4. Prebid Meeting Attendee List. 25. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to or Email to Bruce MacNair Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 bmacnair@maii.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK r Bruce MacNai Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 01 Addend.doc t^" Page 9 ATTACHMENT NO. 1 REVISED BID SUBMITTAL FORM -ADDENDUM NO. ONE (1) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Proiect No. TX 02026 ALTERNATE NO. 1 Date: Unit Prices Extended In Figures Total Approx. Item with Unit Price Item No. Quantity Written in Words Dollars Dollars Cents Cents 1 MOBILIZATION P-100 1 LS PER LUMP SUM 2 BITUMINOUS PAVEMENT REMOVAL P-140 5,700 SY PER SQUARE YARD DEMOLITION 3 P-150 1 LS PER LUMP SUM REMOVE RUNWAY GUIDANCE SIGN 4 P-150 1 EA PER EACH REMOVE EXISTING MITUHIRL 5 P-150 $ EA PER EACH UNCLASSIFIED EXCAVATION 6 P-152 13,000 CY PER CUBIC YARD UNSUITABLE EXCAVATION 7 P-152 3,000 CY PER CUBIC YARD EROSION AND SEDIMENT CONTROL 8 P-156 1 LS PER LUMP SUM SILT FENCE 9 P-156 1,350 LF PER LINEAR FOOT CHECK DAM 10 P-156 1 EA PER EACH 6" CEMENT TREATED BASE COURSE 11 P-304 13,500 SY PER SQUARE YARD 01Addend.doc Page 2 SIGNATURE REVISED BID SUBMITTAL FORM - ADDENDUM NO. ONE (1) ITB #276-021BM AIP Project No. 3-48-0138-25-02 Delta Prniect Nn. TX 02026 ALTERNATE NO. 1 Date - Unit Prices Extended In Figures Total Approx. Item with Unit Price Item No. Quantity Written in Words Dollars Dollars Cents Cents 12 PORTLAND CEMENT P-304 300 TN PER TON 13 GROUND STABILIZATION FABRIC P-405 1,000 SY PER SQUARE YARD 14 8" PORTLAND CEMENT CONCRETE P-501 1,850 SY PER SQUARE YARD 15 14" PORTLAND CEMENT CONCRETE P-501 11,400 SY PER SQUARE YARD 16 JOINT SEALER P-605 13,500 LF PER LINEAR FOOT 17 REMOVE AIRFIELD MARKINGS P-619 3,800 SF PER SQUARE FOOT 18 TEMPORARY AIRFIELD MARKINGS P-620 3,800 SF PER SQUARE FOOT PERMANENT RUNWAY AND TAXIWAY 19 MARKINGS P-620 11,000 SF PER SQUARE FOOT CLOSED TAXIWAY MARKER, LIGHTED 20 M-103 4 EA PER EACH 21 LIGHTED, PORTABLE CLOSED RUNWAY M-103 2 EA MARKERS PER EACH TEMPORARY CHEVRON 22 M-103 1 EA PER EACH 01Addend.doc SIGNATURE - Page 3 r-. REVISED BID SUBMITTAL FORM - ADDENDUM NO. ONE (1) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 ALTERNATE NO. 1 Date: Unit Prices Extended In Figures Total Approx. Item with Unit Price Item No. Quantity Written in Words Dollars Dollars Cents Cents TRAFFIC DRUM 23 M-104 12 EA PER EACH 24 AVIATION BARRICADES M-107 1000 LF PER LINEAR FOOT 25 24- RCP, CLASS IV D-701 289 LF PER LINEAR FOOT 26 54" RCP, CLASS IV D-701 280 LF PER LINEAR FOOT 5' x 2' REINFORCED CONCRETE BOX 27 D-701 66 LF PER LINEAR FOOT 24" SLOPED END SECTION 28 D-701 1 EA PER EACH 54" SLOPED END SECTION 29 D-701 1 EA PER EACH 6" UNDERDRAIN 30 D-705 200 LF PER LINEAR FOOT 31 6" UNDERDRAIN ENDWALL D-705 2 EA PER EACH 96" RISER W/ NEENAH R-3475-G GRATE 32 _ D-751 1 EA PER EACH 10' x 10' JUNCTION BOX W/ NEENAH 33 R-3475-E GRATE D-751 1 EA PER EACH 01Addend.doc Page 4 SIGNATURE REVISED BID SUBMITTAL FORM - ADDENDUM NO. ONE (1) ITB #276-02113M AIP Project No. 3-48-0138-25-02 Delta Proiect No_ TX 02026 ALTERNATE NO. 1 n:;tp. Unit Prices Extended In Figures Total Approx. Item with Unit Price Item No. Quantity Written in Words Dollars Dollars Cents Cents 34 SPRING BOX D-751 1 EA PER EACH 35 SEEDING T-901 7 AC PER ACRE 36 MULCHING T-908 7 AC PER ACRE 37 CABLE TRENCH L-108 7,300 LF PER LINEAR FOOT 38 DIRECTIONAL BORE 3" HDPE L-108 140 LF PER LINEAR FOOT 39 #6, 5Kv, TYPE C CABLE L-108 16,000 LF PER LINEAR FOOT 40 #8, 5Kv, TYPE C CABLE L-108 6,500 LF PER LINEAR FOOT 41 #6 BARE COUNTERPOISE L-108 8,200 LF PER LINEAR FOOT 2" SCH. 40 PVC CONDUIT 42 L-110 7,700 LF PER LINEAR FOOT 43 2" —1 W DUCT L-110" 425 LF PER LINEAR FOOT 4" — 2W DUCT 44 L-110 40 LF PER LINEAR FOOT 01Addend.doc SIGNATURE -- Page 5 REVISED BID SUBMITTAL FORM -ADDENDUM NO. ONE (1) ITB #276-02/BM tM"k AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 ALTERNATE NO. 1 bate - Unit Prices Extended in Figures Total Approx. Item with Unit Price Item No. Quantity Written in Words Dollars Dollars Cents Cents 45 4" — 4W DUCT L-110 700 LF PER LINEAR FOOT 46 L-867 PULLCAN, 16- L-127 14 EA PER EACH TAXIWAY GUIDANCE SIGN (OWNER 47 PROVIDED) L-125 1 EA PER EACH TAXIWAY GUIDANCE SIGN (3 STEP) 48 L-125 6 EA PER EACH MANDATORY SIGN (5 STEP) 49 L-125 1 EA PER EACH REPLACE GUIDANCE SIGN PANELS 50 L-125 2 EA PER EACH 51 L-862 HIRL, BASE MOUNTED L-125 1 EA PER EACH L-850C IN -PAVEMENT HIRL 52 L-125 1 EA PER EACH L-861T BASE MOUNTED MITL 53 L-125 43 EA PER EACH L-861T TEMPORARY MITL 54 L-125 5 EA PER EACH 12" L-867 BASE CAN W/LID 55 L-125 4 EA PER EACH 01Addend.doc SIGNATURE Page 6 REVISED BID SUBMITTAL FORM - ADDENDUM NO. ONE (1) IT$ #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Proiect No. TX 02026 ALTERNATE NO. 1 Date - Unit Prices Extended In Figures Total Approx. Item with Unit Price Item No. Quantity Written in Words Dollars Dollars Cents Cents TEMPORARY THRESHOLD LIGHTING 56 L-125 1 EA PER EACH ELECTRICAL HANDHOLE 57 L-127 8 EA PER EACH 58 RIPRAP . R-432 � SY PER SQUARE YARD TEMPORARY PAR 59 SP-18 1 EA PER EACH LENS RELOCATION 60 SP-21 20 EA PER EACH TAXIWAY SHOULDERS 61 SP-22 5,850 SY PER SQUARE YARD ELECTRICAL VAULT MODIFICATIONS 62 SP-23 1 LS PER LUMP SUM DETERIORATED SLAB REPAIR 63 SP-24 200 SY PER SQUARE YARD TOTAL BID AMOUNT $ CONTRACT TIME: 150 CALENDAR DAYS LIQUIDATED DAMAGES: $1,000.00/CALENDAR DAY 01Addend.doc SIGNATURE Page 7 REVISED BID SUBMITTAL FORM - ADDENDUM NO. ONE (1) ITB #276-02/BM AIP Project No. 348-0138-25-02 Delta Project No. TX 02026 Date: ALTERNATE II Unit Prices Extended In Figures Total Approx. Item with Unit Price ------ Item No. Quantity Written in Words Dollars Dollars Cents Cents 1 MOBILIZATION P-100 1 LS PER LUMP SUM BITUMINOUS PAVEMENT REMOVAL 2 P-140 5,700 SY PER SQUARE YARD 3 DEMOLITION P-150 1 LS PER LUMP SUM REMOVE RUNWAY GUIDANCE SIGN 4 P-150 1 EA � PER EACH 5 REMOVE EXISTING MITUHIRL P-150 8 EA PER EACH UNCLASSIFIED EXCAVATION 6 P-152 13,000 CY PER CUBIC YARD UNSUITABLE EXCAVATION 7 P-152 3,000 CY PER CUBIC YARD EROSION AND SEDIMENT CONTROL 8 P-156 1 LS PER LUMP SUM SILT FENCE 9 P-156 1,350 LF PER LINEAR FOOT 01Addend.doc Page 2 SIGNATURE REVISED BID SUBMITTAL FORM - ADDENDUM NO. ONE (1) ITB #276-021BM AIP Project No. 348-0138-25-02 Delta Project No. TX 02026 Date: — ALTERNATE II 10 CHECK DAM P-156 1 EA PER EACH 11 6" CEMENT TREATED BASE COURSE P-304 13,500 SY PER SQUARE YARD 12 PORTLAND CEMENT P-304 300 TN PER TON GROUND STABILIZATION FABRIC 13 P-405 1,000 SY PER SQUARE YARD 14 8" PORTLAND CEMENT CONCRETE P-501 1,850 SY PER SQUARE YARD 14" PORTLAND CEMENT CONCRETE 15 P-501 11,400 SY PER SQUARE YARD 16 JOINT SEALER P-605 13,500 LF PER LINEAR FOOT REMOVE AIRFIELD MARKINGS 17 P-619 3,800 SF PER SQUARE FOOT TEMPORARY AIRFIELD MARKINGS 18 P-620 3,800 SF PER SQUARE FOOT PERMANENT RUNWAY AND TAXIWAY 19 MARKINGS P-620 ' 11,000 SF PER SQUARE FOOT 01Addend.doc SIGNATURE Page 3 P"' 7 f— REVISED BID SUBMITTAL FORM ADDENDUM NO. ONE (1) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Date: _ ALTERNATE II CLOSED TAXIWAY MARKER, LIGHTED 20 M-103 4 EA PER EACH LIGHTED, PORTABLE CLOSED RUNWAY 21 M-103 2 EA MARKERS PER EACH TEMPORARY CHEVRON 22 M-103 1 EA PER EACH TRAFFIC DRUM 23 M-104 12 EA PER EACH 24 AVIATION BARRICADES M-107 1000 LF PER LINEAR FOOT 25 24" RCP, CLASS IV D-701 289 LF PER LINEAR FOOT 54" RCP, CLASS IV 26 D-701 280 LF PER LINEAR FOOT 5' x 2' REINFORCED CONCRETE BOX 27 D-701 66 LF PER LINEAR FOOT 24" SLOPED END SECTION 28 D-701 1 EA PER EACH 54" SLOPED END SECTION 29 D-701 1 EA PER EACH ° 01Addend.doc SIGNATURE Page 4 REVISED BID SUBMITTAL FORM, -ADDENDUM NO. ONE (1) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 ALTERNATE Il Date: _ 6" UNDERDRAIN 30 D-705 200 LF PER LINEAR FOOT 6" UNDERDRAIN ENDWALL 31 D-705 2 EA PER EACH 96" RISER W/ NEENAH R-3475-G GRATE 32 D-751 1 EA PER EACH 10' x 10' JUNCTION BOX W/ NEENAH 33 R-3475-E GRATE D-751 1 EA PER EACH SPRING BOX 34 D-751 1 EA PER EACH SEEDING 35 T-901 7 AC PER ACRE MULCHING 36 T-908 7 AC PER ACRE CABLE TRENCH 37 L-108 200 LF PER LINEAR FOOT #8, 5KV, TYPE C CABLE 38 L-108 1,200 LF PER LINEAR FOOT #6 BARE COUNTERPOISE 39 L-108 600 LF PER LINEAR FOOT 01Addend.doc SIGNATURE Page 5 REVISED BID SUBMITTAL FORM- ADDENDUM NO. ONE (1) ITB #276-02113M AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Date: _ ALTERNATE II 2" SCH. 40 PVC CONDUIT 40 L-110 200 LF PER LINEAR FOOT 2" —1 W DUCT 41 L-110 425 LF PER LINEAR FOOT 4" — 2W DUCT 42 L-110 40 LF PER LINEAR FOOT 43 4" — 4W DUCT L-110 700 LF PER LINEAR FOOT L-867 PULLCAN, 16" 44 L-127 1 EA PER EACH TAXIWAY GUIDANCE SIGN (OWNER 45 PROVIDED) L-125 1 EA PER EACH TAXIWAY GUIDANCE SIGN (3 STEP) 46 L-125 6 EA PER EACH 47 MANDATORY SIGN (5 STEP) L-125 1 EA PER EACH REPLACE GUIDANCE SIGN PANELS 48 L-125 2 EA PER EACH L-862 HIRL, BASE MOUNTED 49 L-125 1 EA PER EACH r� 01 Addend.doc SIGNATURE Page 6 REVISED BID SUBMITTAL FORM -ADDENDUM NO. ONE (1) ITB #276-021BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Date: _ ALTERNATE II L-850C IN -PAVEMENT HIRL 50 L-125 1 EA PER EACH L-861 T TEMPORARY MITL 59 L-125 5 EA PER EACH TEMPORARY THRESHOLD LIGHTING 52 L-125 1 EA PER EACH ELECTRICAL HANDHOLE 53 L-127 8 EA PER EACH RIPRAP 54 R-432 � SY PER SQUARE YARD TEMPORARY PAPI 55 SP-18 1 EA PER EACH LENS RELOCATION L56 SP-21 20 EA PER EACH CONTRACT TIME: 150 CALENDAR DAYS LIQUIDATED DAMAGES: $1,000/CALENDAR DAY 01 Addend.doc TOTAL BID AMOUNT $ SIGNATURE Page 7 ffl» AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 W REVISED BID SUBMITTAL FORM ITB #276.0216M ADDENDUM NO. ONE (1) Date: Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 150 (ONE HUNDRED FIFTY) 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 $1,000.00 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder hereby further agrees to complete the work in Area 1 within 45 (FORTY FIVE) CALENDAR DAYS as stipulated in the contract documents and in the plans and specification. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000.00 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of Area 1, all as more fully set forth in the general conditions of the contract documents. Bidder also further agrees to complete the work of Installing the Temporary PAPI System within 3 (THREE) CALENDAR DAYS as stipulated in the contract documents and in the plans and specification. Bidder hereby further agrees to pay the Owner as liquidated damages the sum of $1,000.00 (ONE THOUSAND DOLLARS) FOR EACH CONSECUTIVE CALENDAR DAY in excess of the time set forth herein above for completion of the Temporary Pap! System, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. 01Addend.doc Page 8 REVISED BID SUBMITTAL FORM ITB #276-021BM ADDENDUM NO. ONE (1) AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM Date: Date: PRIOR TO BID OPENING. Authorized Signature (Seal if Bidder is a Corporation) (Printed or Typed Name) ATTEST: Company Secretary Address Bidder acknowledges receipt of the following addenda: City, County Addenda No. Date State Zip Code Addenda No. Date Telephone: - Addenda No. Date Fax: Addenda No. Date MIWBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American I I Other (SDecifv) 01Addend.doc Page 9 ATTACHMENT NO. 2 .A 01Addend.doc LUBBOCK INTERNATIONAL AIRPORT 01Addend.doc Technical Specifications: OCTOBER 2002 49&;AWiEL TA AlMjwZ7 r TAJV7W AMC, 13498 Paid 8pv*Vv R004 Wldhv E 6. Au0tl4 Texas 78729 (ari) 349-9V9 ��.www.deIts a Irport.com REVISED SHEET A-4 ATTACHMENT NO. 3 01Addend.doc FAA Advisory Circular 150/5370-2d Date May 31, 2002 Revised Addendum No. 1 • Prevent personnel, material and/or equipment, as defined in AC 150/5300-13, Paragraph-306, from penetrating the OFZ. • Coordinate construction activity with the Airport Traffic Control Tower (ATCT), FAA Regional Airports District Office and through the airport operator issue and appropriate NOTAM. Complete the following chart to determine the area that must he protected along the runway edges. ��[ 3 �.� 3 � • � �� `� f � 9 1 ,�.. s � _ � � � "+� 5 k � �i � sf� Y 0 �, � �w f�e �{ sP' __ `. �F Jm_y rV'9. £. .i4AEA 8 D IV 250 26 D IV 250 17R D IV 250 35L D IV 250 *See AC 150/5300-13, Airport Design, to complete the chart for specific runway. a. Runway Ends. • Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, from penetrating the • Maintain the RSA from the runway OFZ. ^� threshold to a point at least the distance from the runway threshold as existed before • Ensure adequate distance for blast protection is construction activity, unless the runway is provided, as needed. closed or restricted to aircraft operations requiring a RSA that is equal to the RSA • Coordinate construction activity with the ATCT, width available during construction in FAA Regional Division Office, or Airport accordance with AC 150/5300-13. This may District Office, and, through the airport operator, involve the use of declared distances and issue an appropriate NOTAM. partial runway closures (see AC 150/5370-2 for exceptions). • Provide a drawing showing the profile of the •� appropriate surfaces of each runway end where • Ensure all personnel, materials, and/or construction will take place. Where operations equipment are clear of the applicable by turbojet aircraft are anticipated, review threshold siting criteria surface as defined in takeoff procedures and jet blast characteristics of Appendix, "Threshold Siting Requirements," aircraft, and incorporate safety measures for of AC 150/5370-2. construction workers in the contract documents. 01Addend.doc REVISED SHEET A-4 FAA Advisory Circular 150/5370-2d Date May 31, 2002 Revised Addendum No. 1 Complete the following chart to determine the area that must be protected prior to the runway threshold. i Nz e%j ��.... 3 ,1 a a..� �a�ai. ?`, ........... 8 IV D 1000: FEET 20: 1 to threshold 26 IV D 1000: FEET 34: 1 to threshold 17R IV D 1000: FEET 34: 1 to threshold 35L IV D 1000: FEET 20: 1 to threshold *See AC 150/5300-13, Airport Design, to complete the chart for specific runway. 5. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. Marking and lighting for a temporary threshold is required. The airport owner or contractor, as specified in the contract will furnish and maintain markings for temporary thresholds. Precision approach path indicator (PAPI) or runway end identification lights (REIL) are required. The airport owner or contractor, as specified in the contract will furnish and install all temporary lighting. Include appropriate items per Chapter 3 of this AC. If marking and lighting for the temporary threshold is not required, delete this section of the safety plan. If visual aids and/or markings are necessary, provide details. (Include applicable 14 CFR part 77 surfaces in the contract documents.) 6. CLOSED RUNWAY MARKINGS AND LIGHTING. The following must be specified for closed runways. Closed runway marking are required. Closed runway markings will be as shown on the plans. Barricades, flagging, and flashers are required as shown and plans and as ordered by Engineer and will be supplied by the Contractor. 7. HAZARDOUS AREA MARKING AND LIGHTING. Hazardous areas on the movement area will be marked with barricades, traffic cones, flags, or flashers (specify). These markings restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, identify hazardous areas with red or yellow omnidirectional flashing lights (specify). The hazardous area marking and lighting will be supplied by the airport operator/contractor, as specified in the contract and will be depicted on the plans. 8. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, and/or signs will be altered as depicted on the plans. 9. VEHICLE OPERATION MARKING AND CONTROL. Include the following provisions in the construction contract, and address them in the safety plans: a. When any vehicle, other than one that has prior approval from the airport operator, must travel over any portion of an aircraft movement area, it shall be escorted and properly identified. To operate in those areas during daylight hours, the vehicle must have a flag or beacon attached to it. Any vehicle operating on the movement areas during hours of darkness or reduced visibility should be equipped with a flashing dome type light, the color of which is in accordance with local or state codes. b. It may be desirable to clearly identify the vehicles for control purposes by either assigned initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at minimum 8-inch (20cm), block -type characters of a contrasting color, and easy to read. They may be applied either by using tape or a water-soluble paint to facilitate removal. Magnetic signs are also acceptable. In addition, all vehicles must display identification media as specified in the approved security plan. (This section should be revised to conform to the airport operator's requirements.) c. Employee parking shall be as depicted on plans. 01Addend.doc REVISED SHEET A-5 FAA Advisory Circular 150/5370-2d Date May 31, 2002 Revised Addendum No. 4 d. Access to the job site shall be as shown on the plans. e. At 14 CFR part 139 certificated airports, all vehicle operators having access to the movement area shall be familiar with airport procedures for the operation of ground vehicles and the consequences of non- compliance. f If the airport is certificated and/or has a security plan, the airport operator should check for guidance on the additional identification and control of construction equipment. 10. NAVIGATIONAL AIDS. The contractor must not conduct any construction activity within navigational aids' restricted areas without prior s•. approval from the local FAA Airway Facilities sector representative. Navigational aids include instrument landing system components and very high -frequency omnidirectional range, airport surveillance radar. Such restricted areas are depicted on construction plans. 11. LIMITATIONS ON CONSTRUCTION. Additional limitations on construction shall include — a. Prohibit open -flame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by the engineer (as tailored to conform to local requirements and restrictions). b. Prominently mark open trenches, excavations, and stockpiled materials at the construction site with alternating orange and white flags and light these obstacles during hours of restricted visibility and darkness. c. Marking and lighting of closed, deceptive, and hazardous areas on airports, as appropriate. d. Constrain stockpiled material to prevent its movement as a result of the maximum anticipated aircraft blast and forecast wind conditions. 12. RADIO COMMUNICATIONS. Vehicular traffic located in or crossing an active movement area must have a working two-way radio in contact with the control tower or be escorted by a flag person (in radio contact with the tower). The driver, through personal observation, should confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two- way radio communication provided a NOTAM is issued closing the area and that the area is properly marked to prevent incursions. Two-way radio communications are required between contractors and the Airport Traffic Control Tower 120.5 and Ground Control 121.9. Continuous monitoring is required only when equipment movement is necessary in certain areas. 13. DEBRIS. Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas must be removed continuously during the work project. 01Addend.doc RENSED SHEET A-6 ATTACHMENT NO. 4 �"" 01Addend.doc A PREBID #276-02ABM CONSTRUCTION OF TAXIWAY "V"- LIA January 14,2003 @ 1:30 PM LIA AMBASSADOR ROOM — Ml N. MARTIN LUTHER KING BLVD PI.FA.qF- PR Wr o"m -1 w LN'll ill FNl!wp IN g Emit... a.gq& w 01! W .... ..... . P.O. Box 2000 City of Lubbock BRUCE MACNAIR City. Lubbock (806)775-2164 DMAQu&@mmil.cilubbocLMus state. Zip Code: Texas 79457 Lve^ oy\. ot Address: - 0 - oz-1 City:AW\2qa_ Iko c 13ou C144 - G2100 C)%'J State, Zip Code: T)(. -Icllf)5 "-V.#K Ave'r �cWxft* ts Address: _L4992$ thwelftw tip IN city- I*W,- (S1.2) -dw 70. CE2 7,y Aj. 4 451A j4-wwAt^, gof 3 263-002S State. ZiP Code: 77-C 700�1_v -AAW--p -- cffm lq5-7lZo 7�WOZ rye &'Vkaow�.cm Zip Code:& 7IM041 elfty �(VTA -Stote, Address: C Ity. TC State, Zip Code: -rA k4)VZ44Le_S Address: City: State, Zip Code: _-AAr't to 5 Address: city. L19- 7757 2 0 'Yl 775--3/3 V state. Zip Code: L *A" 1Jhickir Address: ctr- LA State, K!p Code* &q—o& Address: 24 A city: state Zip Code: 75 366 Address: City. State. Zip Code: Address- c j City. State. Zip Code: Address: City: State, Zip code: PREBID #276-0253M 'CONSTRUCTION OF TAXIWAY "V" - LTA January 14, 2003 (o), 1:30 P.M, .... - .. - - � Li!'l�.tfDlBEfr�iEl17VK�.'iCVV1T1 -� .'�'Wl-lea, lrilSR121t 1.4�1-Ai.l'iAC llAl�<T gLYL PLEASE PRINT t EI1l3'Al . '; 7. REPti2F.ANTATIY$ . ; i#iA ING ADDRESS PEI I;PIIt3NL NUMBER FA7�. NUMBER t k17ATC: ADDRESS City of Lubbock BRUCE MACNAIR P.O Box 2000 City: Lubbock State; Zip Code: Texas 70457- (806)775-2163 (806)775-2164 BMacnair@=d,cMubbock-tx.us ,cMubbock.tx.us Address 16, t 31- 6 ($ ) P Y tXAt4 1, h� r� Lil Address: citY::,� s Sld 74 �7d % Q�8' ya c1 . ttA ut. v ct y Q Ct' e t ! State' Zt Code: fi- `F 3 -5,' f-" C4�q Address: ,.,2.71Lx' t'� t City: , fm State, Zip Code: ($-- ) l'" d Address: _ Cit : _ram Y h` ( ) Vim„ ) !Mt?# AW State, Zi Code• , Address: .._.........._..._ . _......_......_._--- _---- _. City: _ _ _ State Zip Code: Address: _ . City: _ State, _21p Code: Address: City: C _.___) (_—) State, Zip Code: Addi City: State Zip{`ode: Address: City State, Zip Code;__._ .. - --------------- Address::._..._..—_. Cit}, State. Zip Cade: Address: (�:......; ..) O State, Zip Code:. CITY OF LUBBOCK INVITATION TO BID FOR TITLE: CONSTRUCTION OF TAXIWAY "V' - LIA ADDRESS: LUBBOCK, TEXAS BID NUMBER: 276-02/13M ACCOUNT NUMBER: 90188.8107.10000 PROJECT NUMBER: AIP 3-48-0138-25-02 CONTRACT PREPARED BY: PURCHASING DEPARTMENT ..s k INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL c .. 4. LIST OF SUBCONTRACTORS +*. 5. INSURANCE REQUIREMENT AFFIDAVIT 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. CURRENT WAGE DETERMINATIONS 12. SPECIAL PROVISIONS 13. SPECIFICATIONS r. . po NOTICE TO BIDDERS rim rr, 1 t NOTICE TO BIDDERS ITB #276-02IBM 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 1:00 o'clock p.m. on January 29, 2003 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: Owl CONSTRUCTION OF TAXIWAY "V" - LIA a. 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. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 o'clock p.m. on January 29, 2003 and the City of Lubbock City Council will consider the bids on January 29, 2003 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 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying F a a current Best Rating of B or superior. 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 five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds within fifteen (15) days after notice of award of the contract to him. The bid bonds of all bidders shall be retained until after the award of contract is made. The bid bond of the successful bidder shall be retained until the contract is fully executed by all parties, the receipt of all necessary insurance certificates, and the posting of performance and payment bonds. The failure of the bidder to accept an award and file acceptable insurance certificates and required bonds within 15 days after notice of award shall be just cause for cancellation of the award and forfeiture of the bid bond to the City of Lubbock as liquidated damages. Award ' may then be made to the next lowest responsive and responsible bidder. 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 non -mandatory pre -bid conference on January 14, 2003 at 1:30 o'clock p.m., LIA Ambassador Room, 5401 N. Martin Luther King Blvd., Lubbock, Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13'h Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100 refundable charge per set. Plans and specifications may be obtained through City of Lubbock, Purchasing p" Department, 1625 13th Street, Room L04, Lubbock, Texas 79401, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's account number. > - CONTINUED NEXT PAGE - 0 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 concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 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 r r�• I P GENERAL INSTRUCTIONS TO BIDDERS .., 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish CONSTRUCTION OF TAXIWAY "V LIA per the attached specifications and contract documents. Sealed bids will be received no later 1:00 p.m. CST, January 29, 2003 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting ' documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #276-02113M - CONSTRUCTION OF TAXIWAY "V" - LIA" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 A 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. gr 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meetinq will be held at 1:30 p.m. on January 14, 2003 in LIA Ambassador Room, 5401 N. Martin Luther King k Blvd., Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 1 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for ,. interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than ten (10) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock *► shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute"or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES 8.1 Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock in regard to this bid. 2 r-, 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS " 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 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. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this iTB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than ten (10) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION' VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING.THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN TEN (10) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO.: BRUCE MACNAIR, SENIOR BUYER City of Lubbock 1625 13t' Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: BMacnair@mail.ci.lubbock.tx.us 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be fully completed within 150 (ONE HUNDRED FIFTY) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The successful bidder hereby also agrees to pay the Owner as Liquidated Damages the sum of $1,000.00 (ONE THOUSAND DOLLARS) for each consecutive calendar - day in excess of the project time set forth for the completion of the project. The bidder also agrees to commence work on Area 1, not earlier than January 1, 2003 and complete work on Area 1 within 45 (FORTY-FIVE) calendar days but not later than May 1, 2003. Bidder hereby further agrees to pay the Owner as Liquidated Damages the sum of $1,000.00 for each calendar day in excess of the project time set forth for completion of Area 1. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. r. � 15 AFFIDAVITS OF BILLS PAID The City of Lubbock, prior to final acceptance of this project, requires the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the `J contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against =� defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and - warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations - contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The Contractor will be furnished ten (10) sets 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. 19 PROTECTION OF THE WORK 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. FM 4 (c) Equipment schedule. (d) A letter, on Contractor and Subcontractor insurer's letterheads, stating the Worker's Compensation Insurance Experience Rating for Contractor and Subcontractor. (e) If, after award of contract, the Contractor adds or substitutes subcontractors, then an insurer's letter stating the Worker's Compensation Insurance Rating shall be provided to the City for each added or substituted subcontractor. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions ' of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act, 19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 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, and the private utility owner, as applicable, at .a, Contractor's expense. r 22 BARRICADES AND SAFETY MEASURES 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. i 23 EXPLOSIVES _ 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of r ' the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided thirty (30) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation against the city. The Contractor shall procure and carry at his sole cost and expense, through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this — contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 24.2 The insurance certificates furnished shall name the City of Lubbock (the City) as additional insured. It shall be the contractor's responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 25 LABOR AND WORKING HOURS 25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of 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: -- 25.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 25.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can showhe has made a diligent effort to complete the contract within the allotted time. 25.1.3 A longer workweek is authorized under Section 01140 - Work Restrictions of the specifications. 25.2 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 Owners Representative. 25.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS' 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, sworn, 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. 27 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. 28 PREPARATION FOR BID 28.1 The bidder shall submit his bid in duplicate on forms furnished by the City or electronically reproduced by the bidder. Forms electronically reproduced by the bidder must be identical in every respect to the forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price 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. Bidder's bid submittal must be in duplicate and must include the following: ■ Bid Submittal Form ■ List of Subcontractors ■ City of Lubbock Insurance Requirement Affidavit Bid Bond DBE Requirements (See Section 32.3 Below) 28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be �^ given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 28.3 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 (The City does not accept bids by fax. However, there are companies in Lubbock that will receive, seal, and deliver faxed bids. These companies are listed in the Yellow Pages under Mailing Services. Bids delivered using this service must be delivered on -time and addressed as specified in the Notice to Bidders and endorsed on the outside of the envelope in the following manner.): 28.3.1 Bidder's name 28.3.2 Bid for [title]. 28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. r 28.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 29 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders (b) General Instructions to Bidders (c) Bid Submittal Form and "Exhibit A" (d) Statutory Payment and Performance Bonds r-, 7 (e) Contract (f) General Conditions of the Agreement (g) Special Provisions (h) Technical Specifications (i) Insurance Certificates Q) 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. 30 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 about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The 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: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) Worker's Compensation Experience Rating. ,. 31 BID AWARD 31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. 31.2 THE CITY RESERVES THE RIGHT TO ACCEPT ANY ONE -OF -THE ALTERNATE BIDS THAT SERVES ITS BEST INTERESTS. THE LOW BID SHALL BE DETERMINED ON THE TOTAL BID AMOUNT FOR ALTERNATE I OR THE TOTAL BID AMOUNT FOR ALTERNATE II. 31.3 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 31.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 31.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 31.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same maybe applicable. 31.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 8 W C 31.7 The successful bidder must satisty the Gity as to the bidder's ability to perform the work and meet all contractual obligations set forth in the contract to be executed. 32 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS 32.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. 32.2 A DBE is defined as a small business concern which is at least 51 % owned and controlled by one or more ^- socially and economically disadvantaged individuals, or in the case of any publicly owned business, at least 51 % of the stock of which is owned by one ore more socially and economically disadvantaged individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. 32.3 Good Faith Efforts (Information to be submitted) City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of responsiveness. Each solicitation for which a contract goal has been established will require the bidders/offerors to submit the following information with its bid as a condition of responsiveness: 1. The names and addresses of DBE firms that will participate in the contract; 2. A description of the work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm participation; 4. Written and signed documentation of commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; 5. Written and signed confirmation from the DBE that it is participating in the contract as �., provided in the prime contractor's commitment; and 6. If the contract goal is not met, evidence of good faith efforts. 32.4 Demonstration of good faith efforts The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are found in Attachment 7 of the Airport's DBE plan, http://purchasing.ci.lubbock.tx.us/vendor.htm . The following personnel are responsible for determining whether a bidder who has not met the contract goal has documented sufficient good faith efforts to be regarded as responsive: Persons assigned to evaluate bids or proposals as specified on the City's "Request to Solicit Competitive Bids or Proposals — "�'" Procurement Document Submittal Form." We will ensure that all information is complete and accurate and adequately documents and bidder's good faith efforts before we commit to the performance of the contract by the bidder. 32.5 Administrative reconsideration Within 10 days of being informed by City of Lubbock that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Victor Kilman, Purchasing Department, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The reconsideration official will not have played any role in the original determination that the bidder did not make/document sufficient good faith efforts. R_ As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. We will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation. 32.6 Good Faith Efforts when a DBE is replaced on a contract City of Lubbock will require a contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. The City will require the prime contractor to notify the DBE Liaison Officer (DBELO) immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a termination for default proceeding. 32.7 Counting DBE Participation The City will count DBE participation toward overall goals as provided in 49 CFR 26.55. 32.8 Certification The DBELO will use the certification standards of Subpart D of part 26 and the certification procedures of Subpart E of part 26 to determine the eligibility of firms to participate as DBEs in DOT -assisted contracts. In addition, the Department of Aviation has approval from Citibus, the City's transit authority and the Affirmative Action and Contract Compliance Division of the City of Houston, Texas to assist in applying certification standards. To be certified as a DBE, a firm must meet all certification eligibility standards. The City will make their certification decisions based on the facts as a whole. 32.9 Process The City's certification application form and documentation requirements are found in Attachment 5 of the Airport's DBE Plan. For information about the certification process or to apply for certification, firms should contact: Mark Earle, Director of Aviation, Lubbock International Airport, Rt. 3 Box 389, Lubbock, Texas 79403, 806/775- 3126, mearle( Dmail.ci.lubbock. tx.us. In the event the City proposes to remove a DBE's certification, the City will follow procedures consistent with 26.87. Attachment 6 to the Airport's DBE Plan sets forth these procedures in detail. To ensure separation of functions in a decertification, the City has determined that the Purchasing Manager will serve as the decision maker in decertification proceedings. The City has established an administrative "firewall" to ensure that the Purchasing Manager will not have participated in any way in the decertification proceeding against the firm (including the decision to initiate such a proceeding). If the City denies a firm's application or decertifies it, the firm may not reapply until 12 months have passed from our action. 32.10 Certification Appeals Any firm or complainant may appeal the City's decision in a certification matter to DOT. Such appeals may be sent to: Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 7th St., SW, Room 2104, Washington, DC 20590. The City will promptly implement any DOT certification appeal decision affecting the eligibility of DBEs for all DOT -assisted contracting (e.g., certify firm if DOT has determined that our denial of its application was erroneous). 32.11 "Recertifications" The City will review the eligibility of DBEs that the City might have certified under former part 23, to make sure that they meet the standards of Subpart D of part 26. The City will complete this review within four years beginning October, 1999. In order to comply with requirements of re -certification each currently certified DBE the airport works with as well as any new applicant for certification will be required to submit a Statement of Personal Net Worth as shown in Exhibit 9 of the Airport's DBE plan. For firms that the City has certified or reviewed and found eligible under part 26, the City will review their eligibility every five years following the date of their certification. These reviews will include the following components: 10 1. The City of Lubbock will require that the firm complete a new DBE Certification Form. 2. The City of Lubbock may use on -site visits where necessary to make proper determinations. 3. The City of Lubbock will use any discretion to certify a firm on reliance of the decisions made by DOT or another recipient, to make an independent certification decision based on additional documentation provided by another recipient or to require the applicant to proceed through our application procedure without regard to the action of the other recipient 4. City of Lubbock reserves the right to determine recertification procedures on a case -by -case basis. 32.12 "No Change" Affidavits and Notices of Change The City will require all certified DBEs to inform the DBELO, in a written affidavit, of any change in its circumstances affecting its ability to meet size, disadvantaged status, ownership or control criteria of 49 CFR part 26 or of any material changes in the information provided with the DBE's application for certification. The City will also require all owners of all DBEs the City has certified to submit, on the anniversary date of their certification, a "no change" affidavit meeting the requirements of 26.830). The text of this affidavit is the following: I swear (or affirm) that there have been no changes in the circumstances of [name of DBE firm] affecting its ability to meet the size, disadvantaged status, ownership, or control requirements of 49 CFR part 26. There have been no material changes in the information provided with [name of DBE]'s application for certification, except for any changes about which you have provided written notice to the City of Lubbock under 26.83(I). [Name of firm] meets Small Business Administration (SBA) criteria for being a small business concern and its average annual gross receipts (as defined by SBA rules) over the firm's previous three fiscal years do not exceed $16.6 million. The City will require DBEs to submit with this affidavit documentation of the firm's size and gross receipts. The City will notify all currently certified DBE firms of these obligations by newsletter or direct mail beginning October, 2000. This notification will inform DBEs that to submit the "no change" affidavit, their owners must swear or affirm that they meet all regulatory requirements of part 26, including personal net =• worth. Likewise, if a firm's owner knows or should know that he or she, or the firm, fails to meet a part 26 eligibility requirement, the obligation to submit a notice of change applies. 32.13 Bidders List The City of Lubbock will create a bidders list, consisting of information about all DBE and non -DBE firms that bid or quote on DOT -assisted contracts. The purpose of this requirement is to allow use of the bidders list approach to calculating overall goals. The bidders list will include the name, address, DBE/non-DBE status, age, and annual gross receipts of firms. The City will collect this information in the following ways: a notice in all solicitations and direct request to firms quoting on subcontracts to report information directly to the DBELO. The City of Lubbock will work ,�- closely with all prime bidders in order to collect necessary information of all firms who quote to them on contracts. 32.14 Monitoring Payments to DBEs The City will require prime contractors to maintain records and documents of payments to DBEs for three years following the performance of the contract. These records will be made available for inspection upon request by any authorized representative of the City of Lubbock or DOT. This reporting requirement also ,• extends to any certified DBE subcontractor. " The City will keep a running tally of actual payments to DBE firms for work committed to them at the time of contract award. The Citywill perform interim audits of contract payments to DBEs. The audit will review a p p y payments to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds the dollar amounts stated in the schedule of DBE participation. 32.15 Reporting to DOT The City will report DBE participation to DOT annually on Form 4630, as modified for use by FAA recipients. 33 Veteran's Preference It shall include in all contracts for work on any project funded under the grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Veterans of the Vietnam eraand disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. y 34 Confidentiality The City will safeguard from disclosure to third parties information that may reasonably be regarded as confidential business information, consistent with Federal, state, and local law. The City of Lubbock will maintain efforts to be consistent with the law as set forth in: the Freedom of Information Act under USC: Title 5. The relevant text is found in § 552(b)(2) and (4). The City of Lubbock will interpret these parts as policy to refuse the release of and access to, any information deemed to be related solely to the internal personnel rules and practices of an agency; �- or as trade secrets and commercial or financial information obtained from a person and privileged or confidential. Further, in compliance with USC: Title 18 § 1905 concerning the disclosure of confidential information: The City of Lubbock will not publish, divulge, disclose or make known in any manner or to any extent not authorized by law any information coming to us in the course of employment or official duties or by reason of any examination or investigation made by, or return, report or record made to or filed with the City of Lubbock, which information concerns or relates to the trade secrets, processes, operations, style of work, or apparatus, or to the identity, confidential statistical data, amount or source of any income, profits, losses, or expenditures of any person, firm, partnership, corporation, or association; or permits any income return or copy thereof or any book containing any abstract or particulars thereof to be seen or examined by any person except as provided by law. Notwithstanding any contrary provisions of state or local law, we will not release personal financial information submitted in response to the personal net worth requirement to a third party (other than DOT) without the written consent of the submitter. 35 Non Discrimination Clause The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 36 Prompt Pavment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Lubbock. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock. This clause applies to both DBE and non -DBE subcontractors. The City of Lubbock will require that -all contractors comply with the Texas Government Code 2251.022. Chapter 2251 of the Texas Government Code generally defines past due dates and provides for payments for goods and services to vendors, general contractors, and subcontractors. Failure to comply with the provisions of Texas Government Code Chapter 2251 include the right to charge interest on overdue accounts and right to collect attorney's fees in the event of formal administrative or judicial action to collect an invoice payment or interest due. A copy of Texas Government Code 2251.022 is attached as Attachment 8 in the Airport's Disadvantaged Business Enterprise Plan. 37 Monitoring and Enforcement Mechanisms The City will bring to the attention of the Department of Transportation any false, fraudulent, or dishonest conduct in connection with the program, so that DOT can take the steps (e.g., referral to the Department of Justice for criminal prosecution, referral to the DOT Inspector General, action under suspension and debarment or Program 12 Fraud and Civil Penalties rules) provided in 26.109. The City also will consider similar action under our own legal authorities, including responsibility determinations in future contracts. The City of Lubbock WILL REQUIRE CERTIFICATION that work contracted with a DBE is actually performed by the DBE. We may follow up this certification by conducting on -site evaluations to monitor the performance obligated in the contract. In the event of non-compliance with the DBE regulation by any participant in our procurement activities, the City of Lubbock shall be entitled to pursue any and all remedies allowed by the laws of the State of Texas and the Federal Government. Such remedies may include, but not necessarily be limited to, the following: a. Civil action, in a court appropriate jurisdiction, for breach of the contract. Such damages may be set forth in the contract as predetermined damages, consequential damages arising out of the breach and/or specific performance. °^ b. Criminal prosecution may result from the commission of fraud or other criminal activity on the part of a party to the contract. In the event that a crime is perceived to have occurred, the city may refer the case to the appropriate law enforcement or prosecutorial authority for further action. In such event the city anticipates cooperating with such agency in the investigation and prosecution of a criminal case. C' 13 BID SUBMITTAL ' BID SUBMITTAL UNIT PRICE BID CONTRACT 1 DATE: JQnuar� 291/ 2OI�?j PROJECT NUMBER: #276-02113M - CONSTRUCTION OF TAXIWAY "V" - LIA Bid of a�`Se n ' " "' CTt7 �nC ' (hereinafter ca! Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a CONSTRUCTION OF TAXIWAY I V' - LIA, 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 m supplies; and to construct the project in accordance with the plans, specifications and contract documents. �,�rthin the time set forth therein and at the price stated below. REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB #276-02IBM AIP Project No. 3-48-0138-25-02 a Delta Project No. TX 02026 ALTERNATE NO. 1 Date: Unit Prices Extended In Figures Total FltemNo.Approx. Item with Unit Price - ------ Quantity Written in Words Dollars Dollars Cents Cents 1 MOBILIZATION O,cJE�7VNDr iW� c P-100 1 LS T7�aV5hxSIJ P-S ,ZIP �iCX%, �Z�J ICJ. GETS PER LUMP SUM P-140 5,700 SY BITUMINOUS PAVEMENT REMOVAL Ter-� IDaLL�S Gix�d Rpm Cew-me�- i PER SQUARE YARD 3 P=150 1 LS DEMOLITION SWIVA)P,-, U Fr-T&I Gowtg-S c..,d — 1\f llrrs PER LUMP SUM REE�M��``O�-V��,RUNWAY GUIDANCE SIGN V67 O �L�-S P- 50 1 J. / uh /Cb Gf PER EACH P- 50 8 EA REMOVE EXISTING MITL/HIRL scv►r-EIS pa�1 cxt ��'C, ' c o �� %DC t CCA)7V PER EACH 6 P-152 13,000 Cy UNCLASSIFIED EXCAVATION �t X-&rt�F-�lw botk S .LVL c _ '7 5 _ �a 0 - 7 7 tJ (' 5eV, JT4 fiV ' C�NF'9 PER CUBIC YARD - 7 UNSUITABLE EXCAVATION c P-152 3,000 CY l f{?'- � �LL�fI$ C.�� ` �i oc o. fit 6v7J% PER CUBIC YARD EROSION AND SEDIMENT CONTROL P- 56 1 LS r%� i�rJ 6L,5' ? NO C�PER SUM �� rr� LUMP 9 P-156 1,350 LF SILT FENCE PER LINEAR FOOT 10 CHECK AM �r� P-156 1 EA �`1(/E NDP�EF� 5 Cc�;� OCi. -- 5Co• PER EACH 6" CEMENT TREATED BASE COURSE P-304 13,500 SY &kd ]~L•�t-U(t; �U /t �r�' /ljfl C-r� PER SQUARE YARD 02Addend.doc SIGNATURE Page 2 / ' r REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Project No, TX 02026 ALTERNATE NO. I D aite: V1 - 0 3 Unit Prices ..ended In Figures -"Otal Item No. Approx. Item with Unit Price Quantity Written in Words Dollars Dollars Cents -ants 12 PORTLAND CEMENT P-304 300 TN AA)ff&A)b -gD A)� CeNnS PER TON '47 13 GROUND STABILIZATION FABRIC P-405 1,000 SY �C4/1-v—s e-O-d /Uce7�.i-1-5 -�EVi57 PER SQUARE YARD 14 8" PORTLAND CEMENT CONCRETE P-501 1,850 SY &tl fikyr— AvWW-5 c—+ AJ& PER SQUARE YARD 15 14"PORTLAND CEMENT CONCRETE cc P-501 11,400 SY Six r` T-1)& PyLw—y ctJ JJ. c, Chi f 11'1.c *7/. ", v , PER SQUARE YARD 16 JOINT SEALER P-605 13,500 LF 7W-0 NuAr-S cum 1W-F,7J7--f fiVG PER LINEAR FOOT 17 REMOVE AIRFIELD MARKINGS P-619 31800 SF 0,,Jr- 1),5PAil— A4uJ 6"'I"&WIn-1 Fvf�- PER SQUARE FOOT 8 TEMPORARY AIRFIELD MARKINGS P-620 3,800 SF �,l ,V6-&UAiL- A&d fig" &5�4-9 CIO — PER SQUARE FOOT PERMANENT RUNWAY AND TAXIWAY 19 P-620 11,000 SF MARKINGS c5o� PER SQUARE FOOT 20 CLOSED TAXIWAY MARKER, LIGHTED M-103 4 EA Qg� t,:AAd PER EACH 21 LIGHTED, PORTABLE CLOSED RUNWAY M-1 03 2 EA 41,Q04,5n &i)�Ail-'S MARKERS ag:VP7U / (a cle-1175 PER EACH 22 TEMPORARY CHEVRON M-103 I EA AVLU,-7"-5 PER EACH 02Addend.doc SIGNATURE Page 3 REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 348-0138-25-02 Delta Project No. TX 02026 ALTERNATE NO. 1 Date: Unit Prices Extended In Figures Total "- Item No Approx. Item with Unit Price ---- - -- Quantity Written in Words Dollars Dollars Cents Cents _ I 23 TRAFFIC DRUM �'� j( 12 EA aN'_X- VAJOI�Q t TL( l aWr S ttYlO Nt> CeUig PER EACH ' 24 AVIATION BARRICADES M-107 1000 LF :T -fr P-OUh'-S and '%IeJe'/�i'� Fzt� L'TTS PER LINEAR FOOT ZS 3,25 3� Zar0 24" RCP, CLASS IV D-701 289 LF SOCT19 / 1Vo C—&?JI PER LINEAR FOOT 26 54" RCP/ CLASS IV _.L peg D-701 280 LF .Mo i-kZ 9gn /,MJ;-1 PER LINEAR FOOT 70, n1 27 5' x 2' REINFORCED CONCRETE BOX C, v D-701 66 LF z PER LINEAR FOOT 28 24" SLOPED ND SECTION' D-701 1 EA �7Ghur .ub �l�1.t�i�'=5' 800' PER EACH 29 54" SLOPED END SECTION c� D-701 1 EA IaF NL1946Zi �>Gt fh�'-5— �wtd Me CMI-s EACH �� f PER 30 6" UNDERDRAIN vU oa D-705 200 LF r,%lf nlZ) n2l1vo %G? �� 600, PER LINEAR FOOT CC11 31 D-705 32 D-751 33 D-751 02Addend.doc 6" UNDERDRAIN ENDWALL 2 EA -,rWO &\-d AID C WTS PER EACH 96" RISE W/ NEENAH R-3475-G GRATE 1 EA la S altz- PER EACH l�r, ✓ ��fCJ(�. 10' x 10' JUNCTION BOX W/ NEENAH 1 EA R-3475-E GRATE EJ!Z�7L!aUSf'b4',Q PER EACH SIGNATURE Page 4 / REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 3-48-0138-25-02 Delta Proiect No. TX 02026 ALTERNATE NO. 1 Da= Unit Prices::�tended In Figures Total Approx. Item with Unit Price ------ ----- Item No Quantity Written in Words Dollars Dollars Cents Cents 34 SPRING BOX D-751 1 EA �b Lf't;Ts PER EACH - 35 7 AC SEEDING � — No PER ACRE T-901 36 MULCHING e T-908 7 AC �(XC Huoy"_ N tf l �F9_0 atul �ll�% LETS PER ACRE (• ' 37 CABLE TRENCH L-108 7,300 LF � - A�i7.l.�f(-S eLA �7t-T';I C6vi'S ' (' �%_= , 7 Jr%, PER LINEAR FOOT 38 DIRECTIONAL BORE 3" HDPE ' L-108 140 LF •%%7 -(Ut- rf s c,,u/fJ6 Ct 7-75 = `T- " PER LINEAR FOOT- 39 #6, 5Kv, TYPE C CABLE 16,000 LF (91VF 04 -,Uht= atAd CE ER cam' L-108 '- PER LINEAR FOOT #8, 5Kv, TYPE C CABLE 40 L-1 os 6,500 LF J J f� PER LINEAR FOOT / ..0, '' #6 BARE COUNTERPOISE 41 L-108 8,200 LF �G &a(&4s Ahd ��T2 fiyIc 6 - v' L ~ PER LINEAR FOOT ; 2" SCH. 40 PVC CONDUIT 42 7,700 LF !i/���i A+1d S�l/E"ti cC PER LINEAR FOOT L-110 2" - 1 W DUCT 43 L-110 425 LF I 7U b&1 kJ'S_ d4 PER LINEAR FOOT44 4" - 2W DUCT +, L-110 40 LF FI F71 l�ii2Cfi�-s dr� /L� PER LINEAR FOOT 02Addend,doc-- / S,GNATURE Page 5 REVISED BID SUBMITTAL FORM'-AD`DENDUM NO. TWO (2) ITB #276-02/BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 ALTERNATE NO. 1 oatP- 1- 29- 03 Unit Prices Extended In Figures Total Item No. Approk Item with Unit Price ---- ------ Quantity Written in Words Dollars Dollars II Cents Cents 45 4"-4W DUCT L-110 700 LF J r X7't J��U Cv 1 II PER LINEAR FOOT 46 L-867 P LCAN, 16" _ L-127 14 EAU 7r!S cu4vCr�;� n. �,OOU, PER EACH TAXIWAY GUIDANCE SIGN (OWNER 47 L-125 1 EA PROVIDED) -rVM �9'1 AIIJhayi%drJ' S• `L� C.Y� . `; _-aMd A5 PER EACH 8 4 8 T WAY GUIDANCE SIGN (3 STEP) L-1 6 EA Ins i► ✓tG s ���. �� ZCU�. G Ovy zS PER EACH 49 MANDATORY SI N (5 STEP) L- 25 1 EA Y �113'l� cts 1-11 SG� SC:d • - CfAiM PER EACH 50 REPLACE UIDANCE SIGN PANELS L-125 2 EA AtfV g h&b[&g vt�l �C�i. '� ����% — CAU PER EACH 51 L-862 H1RL, B SE MOUNTED '7GJ�LUi% - L-125 1 EA % Y 'rj p(G�antd '/ ZOU. Gc k p 77S PER EACH 52 L-850C IN -PAVEMENT HIRL _ L-125 1 EA �rIML+R Q�hh�"t�111 D �GcS G !' °= �iC�o. CENTS PER EACH / - 53 L-8Q6.1 T BASE MOUNTED MITL L-125 43 EA J+IL�yai k2ma l.ED � �� &nirl A& PER EACH L-861T TEMPORARY MITL54 L-125 5 EA OxfEn� PER EACH55 12" L--867 BASE CAN W/LID L-125 4 EA SI C �{r/A� f�Li�LS 00 14 , No (AW716 PER 02Addend.doc ✓ SIGNATURE Page 6 REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB #276-02/BM AIP Project No. 3-48-0138-26-02 Delta Project No. TX 02026 ALTERNATE NO. 1 D2�c--. ' =q-03 Unit Prices ended In Figures ?otal Approx. Item with Unit Price -------- ----- Item No. Quantity Written in Words Dollars ollars Cents tints 56 TEMPORARY THRESHOLD LIGHTING - -yc L-125 1 EA /yT'�•-7`7 f l G� �'i"iet Y "7 G� � /J CATS' PER EACH 57 ELECTRICAL HANDHOLE L-127 8 EA �"�'l FE/C hiWg--P /-J5, clf-vTg PER EACH58 64 SY RIPRAP 421 '!ice Ji, 1:5' v•ti� °� R-4 2 CaWZ]!! PER SQUARE YARD 59 TEMPORARY PAPI SP-18 1 EA r-'9-T SftAJL1 At!}i{A146 .4ri tiro /vy C^7y PER EACH, 60 LENS� RELOCATION c SP-21 20 EA �y� -)Sf �l ,b �W—S ewewT J� (,t;T3 PER EACH 61 TAXIWAY SHOULDERS SP-22 5,850 SY fiX �W&?U'r'1 'YE l?e�,7-5 PER SQUARE YARD 62 ELECTRICAL VAULT MODIFICATIONS mac.. c� 1 LS Ez!� b w AJIV-ED :LL,f}7DS of Z' i le, - 615�U-73 PER LUMP SUM 63 DETERIQJRATEID SLAB REPAIR SP-24 200 SY &7-f AW. , �(1U Cry PER SQUARE YARD t;-c TOTAL BID AMOUNT $ CONTRACT TIME: 150 CALENDAR DAYS LIQUIDATED DAMAGES: $1.000.00/CALENDAR DAY 02Addend.doc SIGNATURE Page 7 �, REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB 4276-02/BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 ALTERNATE 11 Date: I- 2�13- Q3 Unit Prices Extended .�. In Figures Total Item No, Approx. Item with Unit Price ------- --- Quantity Written In Words Dollars Dollars Cents Cents 1 MOBILIZATION nic n1t4C'7.? 7tN P-100 1 LS Rfev5 C o� ^� PER LUMP SUM�- BITUMINOUS PAVEMENT REMOVAL P-140. 5,700 SY Ocu.,rt-S arld Fqy C04T15 3' PER SQUARE YARD 3 DEMOLITION P-150 1 LS t'X A�xr9kkY3 f�N c�1RS a: _ "-=' ✓ ' J AJ4 C,65U775 PER LUMP SUM REMOVE RUNWAY GUIDANCE SIGN P- 50 1 EA 'XNA SG�. ' �G�• /do ce + PER EACH 5 REMOVE EXISTING MITUHIRL ,�. P-150 8 EA 7J 5cye lJii u �c 76D, �� CENTS /UU PER EACH UNCLASSIFIED EXCAVATION iS P- 52 13,000 CY SAX a�.d `a�1la iTi Five 's D 61 7,796, PER CUBIC YARD 7 UNSUITABLE EXCAVATION P-152 3;000 CY PvIk� a,Ad O &e 77-63 , PER CUBIC YARD �( EROSION AND EDIMENT CONTROL 8 P-156 1 LS ?�tf-T 1 &'AJ aAa � A0 Cw-� PER LUMP SUM 9 SILT FENCE � P-156 1,350 LF AX PER LINEAR FOOT 02Addend.doc /i SIGNATURE Page 2 REVISED BID SUBMITTAL FORM -ADDENDUM NO. TWO (2) ITB #276-02/BM >, AIP Project No. 3-48-0138-25-02 , Delta Project No. TX 02026 Date: ALTERNATE II 10 CHECK DAM P-156 1 EA pt,,y_/r9z a4t No ITS PER EACH 11 6" CEMENT TREATED BASE COURSE P-304 13, 500 SY r5 Two, t ��8Li,11£� a,%�J o C'eT1 i PER SQUARE YARD12 PORTLAND CEMENT P-304 300 TN ��iJI.;G�PELI %�J irmiPre-9 4 id t4e, PER TON 13 GROUND STABILIZATION FABRIC P 405 1,000 SY FI& bmA-r� ct 4 0, — PER SQUARE YARD 14 8" PORTLAND CEMENT CONCRETE P-501 1,850 SY f7'J �ftT iUt�S aid fio CE)J'7S "° PER SQUARE YARD 15 14" PORTLAND CEMENT CONCRETE P-501 11,400 SY 51 KT f F7 Uc ()PUA -5 d /d r� CE -rs C-4k „� .- — co '� ; ; �. _9� PER SQUARE YARD L 13,500 LF JOINT SEALER_ rWC PMCH-S rwJ, %k:c7Cl�yF ciw 2 ZS _ ._7S PER LINEAR FOOT17 REMOVE AIRFIELD MARKINGS cc P-6 9 3,800 SF OAK &MO-t>= � �I6x;i`( Eke CnI� _ /� �� C L `,D, SQUARE FOOT 18 TEMPORARY AIRFIELD MARKINGS P-620 3,800 SF NE_ j0rV_,V a_od� Fd�'N �Nr5' / 4U PER SQUARE FOOT PERMANENT RUNWAY AND TAXIWAY 19 P-620 11,000 SF MARKINGS Q1t �E � "—d F`in a i5iwTS ] CC? / ✓� PER SQUARE FOOT 02Addend.doc SIGNATURE i Page 3.� REVISED BID SUBMITTAL FORM: ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Date: ALTERNATE If 20 CLOSE,.D..T/AXIWAY MARKER, LIGHTED 103 4 EA Ok fl►lJVsimo I)yww-S 'u-J rc L�co { o CQJM PER EACH IM-1 1 (/(ADc. l o `21 -- LIGHTED, PORTABLE, PLOSED RUNWAY 03 2 EA MARKERS 1►P-J f72A)Vf---71 idh%S CeXtTr PER EACH // °=' f J I oo , `=' — 4-/ ZG . NQ 22 TEMPORARY CHEVRON �. M-103- 1 EA ShntO A iz; v ix;id 11-- _ kJ0 PER EACH 23 M-104 12 EA TRAFFIC DRUM J544W f� n _S Q, d I mac, �� c if ��� _. Iye lA+�S PER EACH 24 AVIATION RRICADES ? M-107 1000 LF OVd ? 50, f w�uN fiw CeV TS PER LINEAR FOOT J 25 24- RCP, CLASS IV D-701 289 LF S(X_Z`_1 ti%C�ffT / it1$�S �2.wl `�, J6 cey �l TS PER LINEAR FOOT 26 54,f-RRCP, CLASS IV D-701 280 LF /140 A19 tom! € ftf' oc _ Id 61,%J T9 PER LINEAR FOOT J 27 5' x 2'REINFP, RCED CONCRETE BOX oo D-701 66 LF '"- PER LINEAR FOOT28 24' SLOPED ND SECTION h16 Ccm PER EACH 29 54' SLOPED ENDSECTION_ oc, cti% D-701 1 EA CLK-n 5?1!E �tJl}�-�'7� LZ3}t-�' A-syyj PER EACH 02Addend.doc �''----�— SIGNATURE Page 4 P" REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (21) ITB #276-02/BM AIP Project No, 3-48-0138-25-02 r Delta Project No. TX 02026 Date: 3 ALTERNATE II 30 6" UNDERDRAIN D-705 200 LF 676H1� PVLi:lM-5 Cs PER LINEAR FOOT 31 6" UNDERDRAIN ENDWALL D-705 2 EA 'Ti,?, '56y n it us Bv(AI{�5' `r °�' ```% R/tnrl /J& C�%75 PER EACH •'77' 32 96" RISER W/ NEENAH R-3475-G GRATE _ D-751 I EA l�, • A,5 6Q,'75 PER EACH 10' x 10' JUNCTION BOX W/ NEENAH 33 D-751 1 EA R-3475-E GRATE lkzg s-j ou c o NFs CQUM PER EACH 34 SPRING BO C D-751 1 EA -r-Y& f ( l IY-EI1 5 yZ)/ arj('t�.i;'?� PER EACH 35 SEEDING oG T-901 a / 7-5 PERACRE 36 MULCHING T-908 7 AC ; l O( lAlO P-'&7D �o 66d T"S PER ACRE 37 CABLE TRENCH �tf-f-C --" O S � L-108 2,050 LF 2t/rkS ji�rl ", 2 3 1 �)) PER LINEAR FOOT 38 #8, 5Kv, PE C CABLE L-108 4,500 LF L%%%r t /tJD i f I / y ` •:� PER LINEAR FOOT #6 BARE COUNTERPOISE 39 L-108 3,100 LF -5 &f1 Se,r�u7`l f v C'7�', 7� �•, _- -- PER LINEAR FOOT 02Addend.doc SIGNATURE Page 5 REVISED BID SUBMITTAL FORM- ADDENDUM NO. TWO (2) _ ITB #276-021BM AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Date: 2�' L ALTERNATEII 40 2" SCH.. 4�0 PVC CONDUIT L-11041 2,050 LF &M ,ArI�YfmT-4 Ir2U-F Own; ? _ S� 3t LINEAR PER FOOT I� 41 2"- 1W DUCT 425 LF �i� i J�$ "L-110Id ��F71!'i'S r, `= 757, PER LINEAR FOOT 42 4" = 2W DUCT L-110 40 LF F7i bML/4�S c D CQ/7 S e"' �� coo, PER LINEAR FOOT 43 4- - 4W DUCT c� L-110 700 LF XZ:f /Jo LINTS ��' PER LINEAR FOOT 44 L-867 PUCAN, 16" °= L-127 2 EA Fl ur- N73Pl� NVI N E6 PER EACH TAXIWAY GUIDANCE SIGN (OWNER 45 L-125 1 EA PROVIDED) %uJ�7 m ayfr AIAz-:iw P'4u"-s *d c a 2 CD co AJQ - 6e7y7S PER EACH 46 TAXIWAY GUIDANC SIGN (3 STEP} ru L-125 6 EA 7W��V�t x►p,71 2� 700 . — Lo 0 M6 CoyT5 PER EACH 47 7 MANDATORY SIGN (5 STEP) L-1 1 EA t lf=�i Y>�_ Vi f-G�! s3 asyQ ` /Clb ANTS* PER EACH J' 48 REPLACE G S IDANCE GN PANELS LA25 2 O PER EACH 49 L-862 HIRL, BASE MOUNTED o, L-125 1 EA 7wav ; lUo CCr7-X PER EACH •i J SIGNATURE _ 1 Page 6 r" REVISED BID SUBMITTAL FORM - ADDENDUM NO. TWO (2) ITB #276-021BM AIP Project No. 3-48-0138-25-02 f , Delta Project No. TX 02026 Date: (� ALTERNATEII 50 L-850C IN -PAVEMENT HIRL L-125 1 EA 040M Jt- V9Q rggv t,5 A:Ld Afz, C0-�JTv PER EACH 1-862t BASE MOUNTED MITL 51 24 EA 5 i.,va&.4ipf. 7�i�' / �b co is PER EACH 52 L-861 T TEMPORARY MITL m L-125 4 EA 77�S�J D A LH -5 r� _ �Q1,`£ PER EACH 1-867 BASE CAN W/LID 53 4 EA _ 5w 14VN-LYf-b7l 0;1 Irf S AJA ik& CtWTs PER EACH 5 4 4 TEMPORARY THRESHOLD LIGHTING &L-7-f �t A1Lu%7-S�J -cc) L-1 1 EA V£ !`►vi�"�,R.0 �� Ts PER EACH 55 ELECTRICAL HA DHOLE ,..c, o� L-127 8 EA c2nt- Y 12VE KtN_Q__T� rxc1 �� 5, � , Ak C� � PER EACH 56 RIPRAP t4 R-432 64 SY 5'xr l FJ Ur a Aici C �+ rS "' ' � �L , %• PER SQUARE YARD 57 TEMPORARY PAP( E141-�T %jir/s-A-N 0 S a;Ad SP-18 1 EA '► " } L58 I& PER EACH r LENS RELOCATION SP 21 20 EA S£YDVfi 1 FWC D.,"h1-5 "J 7�' �' ` ✓ ``.�, /JO CkW7-8 PER EACH TOTAL BID AMOUNT$ CONTRACT TIME: 150 CALENDAR DAYS LIQUIDATED DAMAGES: $1.000/CALENDAR DAY 02Addend.doc / SI -NATURE 1 Page 7 REVISED BID SUBMITTAL FORM ITB #276-02/BM ADDENDUM NO, TWO (2) AIP Project No. 3-48-0138-25-02 ^ Delta Project No. TX 02026 Date.: Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 150 (ONE HUNDRED FIFTY) 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 $1,000.00 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder hereby further agrees to complete the work in Area 1 within 45 (FORTY FIVE) CALENDAR DAYS as stipulated in the contract documents and in the plans and specification. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000.00 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of Area 1, all as more fully set forth in the general conditions of the contract documents. Bidder also further agrees to complete the work of Installing the Temporary PAPI System within 3 (THREE) CALENDAR DAYS as stipulated in the contract documents and in the plans and specification. Bidder hereby further agrees to pay the Owner as liquidated damages the sum of $1,000.00 (ONE THOUSAND DOLLARS) FOR EACH CONSECUTIVE CALENDAR DAY in excess of the time set forth herein above for completion of the Temporary Papi System, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar` days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. . Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid Is a Cashier's Check or Certified Check for . Dollars ($ 1 or a Bid Bond in the sum of 5 010 &A0 Dollars ($ 1, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. 02Addend.doc Page 8 REVISED BID SUBMITTAL FORM ITB #276-02/BM ,ADDENDUM NO. TWO (2) AIP Project No. 3-48-0138-25-02 Delta Project No. TX 02026 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) T: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. i Date 2�J'6�3 Addenda No. 2 Date-3=03 Addenda No. Date Addenda No. Date Date: 1— 2q- 03 Date) anma y 2,q Zoo3 Autho ed Signature e A 1 lboz (Printed or Typed Name) J ay- Reese Cor*,actorei I n f4n4any � 0.ltm I-�ki Pool Rd . A dress - Iry 5 c "2aCQ 5 State v 112 - 2&0 8ode 2 Telephone: Fax: 5(Z—�.lD M1WBE Firm: Woman Black American I Native American Hispanic American Asian Pacific American I I Other (Specify Mddend.doc Page 9 LIST OF SUBCONTRACTORS Minority Owned Yes No 2. C/vt�` LfG ❑ ez 4. _. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ O 8. ❑ ❑ 9. ❑ 0 10. ❑ ❑ 10 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 fifteen (15) days after being notified of such award by the City oi Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid go n AIbee, Co ractor (Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: JQy_FeYTtm �e CGto r4.�, i h o . (Print or Type) Q WORKER'S COMPENSATION EXPERIENCE RATING: For states that do not participate in the National Council on Compensation Insurance Rating, attach a letter from your insurance company that verifies their worker's compensation rating is equivalent to the National Council on compensation Insurance rating. CONTRACTOR'S FIRM ADDRESS: �arnlffvyi Poo i M ku �(rh vi , -r)C 79 q 3 $ `p E(�ty Arc;oGla+*" i Name of Agent/Broker. Address of Agent/Broker.V 2� w I ( Claylpti FKWS lirk- F City/State/Zip: h vn bf e 773 �$ Agent/Broker Telephone Number �? �' Agent/Broker Email Address: & CJe • cDm Date: NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award "�- the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #E276-02/BM - CONSTRUCTION OF TAXIWAY "V" - LIA 11 Lubbock Airport Status Type Pa... Date Time Company V Name Fax Number^ CompleteFax Se1 1/9/03 5:46:16 PM Alamo Electrical Alamo Electrical 1-972-283-1615 CompleteFax Set 1/9/03 5:51:46 PM Armorcrete of Austin Armorcrete of Austin 292-8326 CompleteFax Se1 , 1603 11:02:50 PM Sidco Enterprises Inc. Asphalt Paving 1-830-833-4643 CompleteFax Se1 1/9/03 7:26:36 PM Industrial Asphalt Asphalt,Striping 312-1667 CompleteFax Set 1/9/03 9:10:20 PM Safety Supply, Inc. Barricades 1-800-873-9036 CompleteFax Set 1/9103 6:47:44 PM Easy Drive Barricades, Survey 447-9923 CompleteFax Set 1/9/03 7:51:56 PM Kennedy Construction Company Base 1-817-556-9422 CompleteFax.Se1 1/9/03 7:52:50 PM Kevin Dean Asphalt Base 1-817-336-1811 CompleteFax Set 119/03 10:10:56 PM Ben Reyna Contracting Inc Base 1-210-684-2773 CompleteFax Set 1/9/03 5:45:20 PM Airport Lighting Systems cable, traffic signal 1-817-282-3579 CompleteFax Set 1/9/03 6:20:56 PM CHAMPION SITE PREPARATION...CHAMPION SITE PREPARAT...1-512-863-3463 CompleteFax Se1 1/9/03 5:42:08 PM Aguilar Forming Rebar Concrete 1-972-286-3138 CompleteFax Se1 1/9/03 5:55:42 PM Austex Concrete Construction Concrete 385-2488 CompleteFax SE 1/9/03 6:13:50 PM C 3 S Concrete 1-713-432-7976 CompleteFax Set 1/9/03 6:18:24 PM Ceda-Tex Services Concrete 335-1995 CompleteFax Se1 1/9103 6:28:12 PM Concrete Surface Innovations Concrete 833-6548 CompleteFax Se1 1/9/03 6:52:20 PM Esco Construction Services Concrete 263-8994 CompleteFax Se1 1/9/03 6:58:54 PM Fuentes Construction, LLC Concrete 327-6744 CompleteFax Set 1/9/03 7:22:54 PM HST Group Concrete 251-2288 30mpleteFax Set 1/9/03 7:32:10 PM J J i& C CONSTRUCTION, INC. Concrete 990-1861 CompleteFax Set 119103 7:44:22 PM JJ & C Construction Inc Concrete 990-1861 CompleteFax Set . 1/9/03 8:53:44 PM Ramones Construction Concrete 238-8313 CompleteFax Set 1/9/03 9:40:12 PM TL Smith Inc. Concrete 1-520-293-1768 CompleteFax Sei 1/9/03 7:24:46 PM ICE Contractors Demolition 1-972-296-5579 CompleteFax Set 1/9/03 7:37:52 PM J R Ramon & Sons Demolition 1-210-225-7955 CompleteFax Set 1/9/03 9:06:10 PM Robles & Sons Demolition 1-210-658-3165 CompleteFax Set 1/9/03 5:36:08 PM A -Austin Excavating Earthwork 454-7130 CompleteFax Set 119/03 6:02:42 PM Benchmark Excavation Co. Earthwork 833-8599 CompleteFax Se1 1/9/03 6:13:06 PM Brick's Construction . Earthwork 1-817-921-9791 Page 1 Lubbock Airport (Status Type Pa... Date Time Company Name Fax Number i 1:3G PPJI Gonzalez & Lindsey LLC Earthwork 1-512-756-0612 uu ttrax 5t1 1/9iO3 7:25:g0 PM IHS Construction, Inc. Earthwork 1-361-884-3478 ;ompletEFax SE1 1/9/03 5:56:50 PM Austimpactors LLC Earthwork, Asphalt Paving 338-4831 ompletEFax SO 1/9/03 9:15:26 PM Sandra's Madisonville Road Build... Earthwork, Conc 1-936-348-3438 ompletEFax So 1/9/03 5:32:58 PM A TEX DBE INC. Earthwork, Concrete 1-713-991-7364 ompletEFax SE1 1/9/03 5:53:56 PM Ates, Ray D Earthwork, Concrete, Erosion C 477-0800 ompletEFax SE1 1/9/03 5:35:12 PM Aaron Concrete Contractors Inc Earthwork, Concrete, Utilities 926-2291 ompletEFax.SE1 1/9/03 5:41:16 PM Aquila Acquisitions Inc. Earthwork, Concrete, Utilities 474-4923 ompletEFax SE1 1/9/03 6:14:42 PM Can-Fer Construction Earthwork, Concrete, Utilities 1-972-484-4223 ompletEFax SE1 1/9/03 6:37:22 PM D & J Dozer Earthwork, Hauling 1-979-775-8359 ompletEFax SE1 1/9/03 6:11:08 PM Boothe Brothers Paving Earthwork, Pavers 1-361-594-2640 ompletEFax SE1 1/9/03 5:58:00 PM Azteca Enterprises Earthwork, Utilities 1-214-905-0828 ompletEFax SE1 1/9/03 6:32:00 PM Crain Structural Consultants Earthwork, Utilities 733-8962 ompletEFax SE1 1/9/03 9:44:54 PM Travis Paving &Excavation Co Earthwork,Asphalt Paving,Conc, 303-9977 ompletEFax SE1 1/9/03 10:00:14 PM Williams Paving & Excavation Inc. Earthwork,Asphalt Paving,Conc, 1-915-332-9606 ompletEFax SE1 1/9/03 8:22:34 PM Mendez Excavation Earthwork,Conc,Drilling,Boring 281-4101 ompletEFax SE1 119103 6:57:32 PM Foundations by Rangel Earthwork,Concrete 288-5873 ompletEFax SE1 1/9103 8:59:16 PM Reytec Construction Resources Inc. Earthwork, Concrete 1-713-681-0077 ompletEFax SE1 119103 10:04:32 PM Zeta Group Inc. Earthwork,Concrete 928-9383 ompletEFax SE1 1/9/03 9:29:56 PM Tejas Paving Earthwork,Concrete,Asphalt Pav247-4778 ompletEFax SE1 1/9/03 8:43:50 PM Prism Development Inc. Earthwork, Concrete, Fencing, P... 479-9591 ompletEFax SE1 1/9/03 8:28:42 PM Muniz Conc & Contr Earthwork,Con cre te, Utilities 389-1446 ompletEFax SE1 119103 9:08:22 PM Roland Edward & Co. LLC Ea rthwork,Concrete,Utilities 282-6251 ompletEFax Set 1/9/03 9:51:40 PM Unism Development Co Inc Earthwork,Concrete, Utilities 255-1451 ompletEFax Set 1/9/03 11:33:30 PM Grant Construction Co Inc Earthwork,Concrete,Utitities 1-979-247-4493 ompletEFax SE1 1/9/03 7:16:30 PM H & H Foradory Construction Earthwork, Hauling 243-1518 ompletEFax SE1 1/9/03 7:49:36 PM Johnson Hauling Earthwork, Hauling 926-4180 ompletEFax SE1 1/9/03 7:50:38 PM K & D'S Trucking Earthwork,Hauling 733-2659 ompletEFax SE1 1/9/03 8:02:04 PM Leal Brothers Trucking, Inc. Earthwork,Hauling 389-5262 Page 2 Lubbock Airport Status Type Pa... Date Time Company Name Fax Number ompleteFax Set 1/9/03 8:45:36 PM Pulido & Sons Trucking Inc Earthwork, Hauling 312-2303 ompleteFax Set 1/9/03 9:21:08 PM Sparkles Trucking Earthwork, hauling, Fencing 243-1851 ompleteFax Set ' 1/9/03 7:42:34 PM James Harper Landscaping Earthwork,Hauling, Utilities 243-0950 ompleteFax Set 1/9/03 7:04:44 PM Galaxy Construction Svcs Earthwork,Utilities 310-0544 ompleteFax Set 119/03 7:40:54 PM J William Parker & Son Earthwork,Utilities 1-410-344-1778 ompleteFax Set 1/9/03 8:06:34 PM Lopez Construction Earthwork,Utilities 693-9010 ompleteFax Se1 1/9/03 8:14:14 PM Mars Industries LLC Earthwork,Utilities 1-512-321-1199 ompleteFax-Se1 1/9/03 8:27:42 PM Michael S. Heyl Construction Co. Earthwork, Utilities 259-7753 ompleteFax Set 1/9/03 8:44:48 PM PSA Constructors Earthwork,Utilities 1-407-898-9077 ompleteFax Set 1/9/03 9:14:20. PM Sandoval Construction Earthwork,Utilities 1-210-599-6526 ompleteFax Se1 1/9/03 9:50:12 PM Turner Industries, Inc. Earthwork,Utilities 459-8396 ompleteFax Se1 1/9/03 10:43:42 PM M R G Construction Earthwork,Utilities 288-1680 ompleteFax Set 1/9/03 9:19:18 PM SLI Design Inc Earthwork, Utilities, Millwork 1-713-465-0077 ompleteFax Se1 1/9/03 6:43:00 PM De La Laguna Contracting Earthwork,Utilities,Hauling 365-1231 ompleteFax Set 1/9/03 6:33:08 PM Crane Electric Elec Supply 259-9795 ompleteFax Set 1/9/03 7:10:40 PM Globe Electric Co. Elec Supply 1-281-933-1001 ompleteFax Sei 1/9/03 7:53:38 PM Kirkwood & Hunter Enterprises Elec Supply 478-1368 . ompleteFax Se1 1/9/03 8:42:58 PM Power Quality Engineering Elec Testing & Service 267-0989 ompleteFax Se1 1/9/03 5:47:20 PM Alamo Electrical Supply Elec. Supply 1-972-283-1615 ompleteFax SE1 1/9/03 7:56:42 PM KST ELECTRIC Electrical 272-8985 ompleteFax Se1 1/9/03 9:01:44 PM Richmond Elec Constr Electrical 528-1279 ompleteFax Se1 1/9/03 9:36:42 PM Tieco Inc. Electrical 339-0000 ompleteFax Sei 1/9/03 9:37:50 PM Titus Electrical Contracting Electrical 339-0000 ompleteFax Set 1/9/03 9:29:10 PM T Morales Co. Electrical Supp 1-254-793-3044 ompleteFax Set 1/9/03 8:46:52 PM Quality Distributing Electrical Supplier 1-210-623-7979 ompleteFax Se1 1/9/03 6:49:36 PM ENCOTECH ENGINEERING CON ... ENCOTECH ENGINEERING ... 338-1160 ompleteFax Se1 1/9/03 1 8:16:16 PM Martinez Wright & Mendez Inc Engineering,Surveying 453-1734 ompleteFax Se1 1/9/03 8:37:66 PM Parshall & Assoc Engr, Architect 477-1693 ompleteFax Sei 1/9/03 6:12:18 PM Bovay Engineers Engrg. 1-713-668-6031 Page 3. Lubbock Airport I —f� , C).,I,: �— - Time Company Name --- ---- ---- --- Fax Numbe, ii;(,i, plc 10 ;;;; St 1/9/03 6:b0:22 PM EMRIOUEZ CONCRETE CONST... -ENRiQUEZ CONCRETE CON... 251-8447 �Coc)ipletEFax So 1/9/03 6:59:40 PM Fuquay Erosion Cntrol, Landscape,Fenc 260-9009 ompletEFax SE1 1/9/03 5:40:14 PM AFS Environmental Erosion Control, Fencing 918-0427 ompletEFax SE1 1/9/03 7:17:18PM H&H Foradory Construction Inc Excavation 243-1518 ompletEFax SE1 i 1/9/03 5:50:28'PM American Demolition Inc. Excavation, Hauling 1-210-627-2123 i ompletEFax SE1 1/9/03 '8:09:42'PM Lupe Rubio Construction Excavation, Utilities 1-915-388-8822 ompletEFax SE1 119/03 8:10:30PM Lynx Systems Fencing 467-9808 ompleteFax SE1 1/9/03 5:36:50=PM ABC Erosion Control Fencing, Erosion Control 259-4467 ompteteFax=SE1 1/9/03 9:46:54 PM Trinity Chemical Corp 'Field & Lab Testing 331-1038 ompletEFax SE1 1/9/03 9:56:34 PM V-Tech Enviromental field and lab testing / enviro 1-806-748-5012 , ompletEFax SE1 1/9/03 8:42:02 PM Positive Energy Inc. Fuel & Products -339-4393 ompleteFaxSe1 1/9/03 9:02:50 PM Ricochet Fuel Distr. Inc. Fuel Supplier 1-817-282-7497 ompletEFax SE1 1/9/03 8:21:44 PM Melvin Reed Investigation Guard, Security, Traffic 322-0840 ompletEFax SE1 1/9/03 7:35:42 PM J L Massey Company Guardrail, Erosion, Fence 220-6.929 ompletEFax SE1 1/9/03 5:44:06 PM AHS Construction Inc Handrails, Concrete, Earthwork 246-2684 ompleteFax SE1 1/9/03 7:19`:20 PM HAUKOS CONSTRUCTION COM... HAUKOS CONSTRUCTION C...1-972-490-5059 ompleteFax SE1 1/9/03 5:31:58 PM A & CTS TRUCKING Hauling 385-7479 . ompleteFax SE1 1/9/03 6:33:50 PM Aarm Trucking Hauling 462-9178 ompleteFax SE1 1/9/03 5:49.28 PM Alvin L. Washington Trucking Hauling 339-7219 ompleteFax SE1 1/9/03 5:59:40 PM Balderrama-Smith Trucking Hauling 292-1509 ompleteFax Set 1/9/03 6:09:12 PM Bill Hall Jr. Trucking Hauling 1-210-938-5352 ompleteFax SE1 1/9/03 6:15:44 PM Cantu Trucking Hauling 989-7522 ompleteFax Set 1/9/03 6:35:48 PM Cyphers Construction Hauling 303-7716 ompleteFax SE1 1/9/03 6:46:58 PM Earth Material Services Hauling 1-281-227-1610 ompleteFax Set 1/9/03 6:55:20 PM Felix Maldonado Trucking Hauling 1-210-628-6217 ompleteFax Set 1/9/03 6:56:22 PM Flying G Trucking Hauling 1-830-875-9428 ompleteFax SE1 1/9/03 7:05:46 PM Gamez Trucking Hauling 376-2410 ompleteFax SE1 1/9/03 7:18:06 PM H&M Trucking Hauling 385-1001 ompleteFax Set 1/9/03 7:29:38 PM Isidoro Aburto Trucking Hauling 926-3272 Page 4 Lubbock Airport Status Type Pa... Date Time Company Name Fax Number ompletEFax Se1 1/9/03 7:30:56 PM J Deanda Trucking Hauling 247-3505 ompleteFax Set 1/9/03 7:41:48 PM JAG Trucking, Inc. Hauling 258-0396 ompletEFax Se1 1/9/03 7:46:40 PM JJL Trucking Hauling 259-7184 ompleteFax Se1 1/9/03 7:48:48 PM Jo Luis Corp Hauling 1-254-634-8013 ompleteFax Se1 1/9/03 8:00:10 PM La Jefa Trucking Hauling 385-2942 ompleteFax Se1 1/9/03 8:03:02 PM Lillie's Trucking Hauling 444-3195 ompleteFax Set 1/9/03 8:08:34 PM Luna's Trucking Hauling 246-8781 ompleteFax Se1 1/9/03 8:11:18 PM M & M Trucking Hauling 243-1093 ompleteFax Set 1/9/03 8:13:26 PM Marie's Trucking Hauling 441-0549 ompleteFax Set 1/9/03 8:18:08 PM McRyan Hauling Inc. Hauling 1-817-636-2209 ompletEFax Se1 1/9/03 8:20:48 PM Melendrez Brothers Trucking Hauling 243-3947 ompletEFax Se1 1/9/03 8:23:22 PM Mendez Trucking Hauling 281-4101 ompleteFax Se1 1/9/03 8:35:32 PM Ozuna Trucking Hauling 1-512-488-2304 ompleteFax Se1 1/9/03 8:58:04 PM RD Trucking Hauling 1-512-295-8911 ompleteFax Se1 1/9/03 9:03:36 PM Robert Juarez Trucking Hauling 292-3299 ompleteFax Se1 1/9/03 9:09:16 PM Romero Transportation Hauling 260-9853 ompleteFax Set 1/9/03 9:12:16 PM Sam Kellough Trucking Hauling 441-0549 ompletEFax Set 1/9/03 9:13:06 PM Sam's Radiator Inc Hauling 389-1298 ompleteFax Set 1/9/03 9:23:06 PM. ST & J Trucking & Struc Steel Ere... Hauling 1-512-398-9408 ompletEFax Set 1/9/03 9:25:26 PM Statewide Trucking Corp Hauling 1-972-771-1249 ompleteFax Sei 1/9/03 9:27:04 PM Sunrise Trucking Hauling 260-3566 ompleteFax Sei 1/9/03 9:34:34 PM Texas Trucking Co. Inc Hauling 259A884 ompleteFax Se1 1/9/03 9:35:38 PM Thornton Trucking Hauling 1-254-793-9906 ompleteFax Se1 1/9/03 9:40:58 PM Tommy's Trucking Hauling 1-817-636-2209 ompleteFax Set 1/9/03 9:52:30 PM Vera's Trucking Hauling 262-2228 ompleteFax Se1 1/9/03 10:23:36 PM Davis Hauling Hauling 835-0472 ompleteFax Set 1/9/03 10:32:54 PM Green Planet Hauling 1-972-636-3948 ompleteFax Set 1/9/03 7:00:34 PM G & P Contractors, Inc. Hauling,Concrete 312-8144 ompletEFax Se1 1/9/03 7:47:58 PM JNM Construction Hauling, Fencing, Earthwork 272-4638 Page 5 Lubbock Airport pc', P;v t nne Company Name Fax Number ax St 1 1/9/03 7:03:40 PM G W Peoples Contracting Co Inc Fleavy Construction 1-703-212-7809 unipiettFux Sd 119103 7:21:00 PM HIGH VOLTAGE SUPPLY, INC. HIGH VOLTAGE SUPPLY, INC. 1-214-637-1157 CompletEFax SE1 1/9/03 7:34:28 PM J J L TRUCKING J J L TRUCKING 259-7184 ompleteFax So 1/9/03 7:39:50 PM J Steel Reinforce Inc. JST8303174 445-9989 ompleteFax SO 1/9/03 5:39:08 PM Accacia Intl Lab & Field Testing 977-0121 ompleteFax Sc1 1/9/03 6:19:54 PM Certes Environmental Labs Lab & Field Testing 1-972-620-7963 ompleteFax SE1 1/9/03 6:26:06 PM Cole -McDonald Env. Cons. Lab & Field Testing 1-214-265-8087 ompleteFax SE1 1/9/03 6:45:46 PM E LAB INC. Lab & Field Testing 1-281-530-5887 ompleteFax Set 1/9/03 7:08:04 PM GD Air Testing Lab & Field Testing 1-972-480-8308 ompleteFax Set 1/9/03 7:08:56 PM Geotech Engrg & Testing Lab & Field Testing 1-713-699-9200 ompleteFax SE1 1/9/03 7:09:46 PM Global Analytical Lab & Field Testing 447-4766 ompleteFax SE1 1/9/03 7:27:32 PM Integrated Testing & Engrg Lab & Field Testing 252-1219 ompleleFax 9E1 1/9/03 7:55:44 PM KM Chng Environmental Inc. Lab & Field Testing 1-781-272-8867 ompleteFax SE1 1/9/03 8:04:02 PM LNS ENVIRONMENTAL SERVIC... Lab &.Field Testing 1-972-669-3575 ompleteFax SE1 1/9/03 8:38:38 PM Pavetex Engr & Testing Lab & Field Testing 1-512-858-2921 ompleteFax Set 119/03 9:07:22 PM Rodriguez Engrg Labs Lab & Field Testing 251.-1380 ompleteFax SE1 1/9/03 9:48:06 PM TTI Environmental Labs Lab & Field Testing 1-817-261-1717 ompleteFax Set 119/03 7:21:52 PM Holt Engineering Inc. Lab, field testing 447-0852 ompleteFax SE1 1/9/03 9:28:08 PM Surveying & Mapping, Inc. Land Surveying 326-3029 ompleteFax SE1 1/9/03 9:49:02 PM Turf of Beauty Landscaping 255-8690 ompleteFax SE1 1/9/03 8:26:38 PM MGC ENGINEERING MGC ENGINEERING 329-6164 ompleteFax SE1 1/9/03 7:20:08 PM Hicks & Company Mgmt Consultants 474-1849 ompleteFax SE1 1/9/03 8:31:34 PM North American Precast Co. North American Precast Co. 1-210-509-9111 ompleteFax SE1 1/9/03 8:32:30 PM O A Moreno & Assoc Inc. O A Moreno & Assoc Inc. 1-281-920-2795 ompleteFax So 1/9/03 8:25:48 PM Metro Paving Paving 247-4778 ompleteFax SE1 1/9/03 5:53:02 PM Arrow Oil Co. Petroleum & Products 371-3225 ompleteFax SE1 1/9/03 8:49:16 PM R & P Construction R & P Construction 280-5936 ompleteFax SE1 1/9/03 10:17:16 PM Choctaw Pipe & Equip. Inc. RCP, Culvert 1-281-583-9500 ompleteFax SE1 1/9/03 6:30:00 PM CORTES DISTRIBUTING INC. RCP, Culvert 1-210-657-7434 Page 6 Lubbock Airport Type Pa... Date _ Time Company �^ Name Fax Number etEFax SE1 119103 8:51:50 PM Rainbow Materials, Inc. Ready -mix Concr,Earthwork,P... 385-3885 eteFax SE1 119103 8:05:28 PM Lone Star Ready Mix LP Ready -Mix Concrete 928-0385 eteFax Set ' 1/9/03 6:44:02 PM Desert Steel Company Reinforcing Steel 1-972-790-8563 eteFax SE1 119103 6:44:50 PM Dynamic Solutions Reinforcing Steel 1-512-392-9611 eteFax SE1 119103 6:48:40 PM Empresa Materials Inc. Reinforcing Steel 388-7307 eteFax Set 1/9/03 9:00:50 PM Richard's Rebar Placing Inc Reinforcing Steel 1-210-435-2004 eteFax SE1 119103 11:05:28 PM Texas Metal Technologies Reinforcing Steel 1-903-345-2406 etEFax Se1 119103 6:19:10 PM Central Texas Reinforcement Inc Resteel 288-6051 etEFax SE1 1/9/03 9:04:46 PM ROBERT MCBRIDE TRUCKING ... ROBERT MCBRIDE TRUCKI... 282-1745 eteFax SE1 119103 6:06:54 PM Best Security Service Security 477-1961 etEFax SE1 119103 8:29:38 PM National Works sewer and storm drain 1-830-875-2730 etEFax SE1 1/9/03 9:18:20 PM SILVER & ASSOCIATES, INC. SILVER & ASSOCIATES, INC. 1-713-777-5119 etEFax SE1 119103 9:22:14 PM SS CONSTRUCTION SS CONSTRUCTION 918-2675 eteFax SE1 119103 9:24:16 PM ST Services Inc. ST Services Inc. 1-713-780-3010 etEFax SO 119103 .6:51:28 PM Environmental Survey Consulting Surveying 458-1929 etEFax SE1 1/9103 7:57:26 PM Kuna Enterprises Inc Surveying 1-915-695-1816 etc -Fax SE1 119/03 7:58:36 PM Kurkjian Engineering Corp Surveying 371-7333 etEFax SE1 119103 8:01:14 PM Landmark Surveying Inc Surveying 328-7413 etEFax Set 1/9/03 8:07:46 PM Lopez Garcia Group Surveying 451-5021 etEFax SE1 119/03 . 8:15:18 PM Martinez Corp Surveying 1-651-686-8389. etEFax Set 1/9/03 8:17:18 PM McGray & McGray Land Surveyor... Surveying 451-8791 etEFax SE1 1/9/03 9:26:18 PM Sunland Engineering Co. Surveying 1-713-467-3353 etEFax Set 1/9/03 9:53:26 PM Vickery & Assoc Inc Surveying 1-210-349-2561 eteFax Set 1/9/03 10:03:38 PM Zamora -Warrick & Assoc LLC Surveying 899-0655 etEFax Set 1/9/03 7:24:00 PM HVJ Assoc. Testing 1-281-933-7293 eteFax Set 1/9/03 10:02:54 PM Xenco Laboratories Testing Lab 1-281-589-0695 etEFax SE1 1/9/03 9:38:58 PM TK Matt & Assoc TK Matt & Assoc 1-972-243-4194 etEFax Set 1/9/03 9:41:54 PM TORRES TRUCKING & EXCAVA... TORRES TRUCKING & EXCA ... 385-2523 etEFax SE1 1/9/03 9:44:00 PM TR CONTROLS TR CONTROLS 1-210-341-5622 Page 7 Lubbock Airport 1! fhlLis Type Pa...Date Time Company Name Fax Number i.;ojtlplc-16 a; . Set V91*03 10:34:00 PM Grunaldo Trucking Trucking 278-0043 Con pletcf-ax SE1 1/9/03 11:26:40 PM Cowboy Trucking Trucking 312-0223 orpleteFax SE1 1/9/03 9:50:54 PM Turnkey Security TURS300931 292-1370 ompleteFax SE1 119103 6:29:06 PM Cortes Contracting Utilities 1-210-657-7434 ompleteFax Set 1/9/03 7:43:36 PM Jimerson Underground, Inc. Utilities 1-281-499-5336 ompleteFax SE1 119/03 6:04:04 PM Benitez Construction Utilities, Earthwork, Hauling 252-8658 ompieteFax Set 1/9/03 11:07:36 PM Total Remediation & Excavation T... Utilities,Earthwork,Ersn Cntrl 1-210-534-5529 ompleteFax SE1 1/9/03 6:53:12 PM Excel Construction Utilities, Pipeline 506-9109 ompleteFax Set 1/9/03 9:54:20 PM VIRGIN ISLANDS CONCRETE, INCVIRGIN ISLANDS CONCRET... 441-9812 Page 8 M'■ JAN 10 '03 09:23 FR DESERT STEEL O.,Mw... -n... ... r... ......o.....n �s .... %•_ rX . j Contact: Rick ''(r_"('JUd::>b.9 I U l �1ccbJF7b fJ r. U1= ✓J1 INVITA.'TION TO BID - Jay -Reese Contractors, Inca 14532 Hamilton Pool Road Austin, Texas 78738 Phone: (512) 263-0072 Fax: (512) 263-0075 We will be submitting a proposal on the following project and wou'.d appreciate your bid: PROJECT: City of Lubbock International Airport. Taxiway Exten. "V 7 ITB # 276-021BM OWNER: City of Lubbock Purchasing Department 1625 136' Street Lubbock, TX 79401 BID DATEITE\,M: Bids due January 29 h at 12:00 Pm The work on this project includes but is not limited to the following: ♦ Asphalt Shoulders ♦ Runway & Taxiway Painting ♦ Concrete Paving ♦ Storm Drains & Culverts Pavement Removal ♦ Grading & Excavation • Erosion Control + Airport lighting ♦ Traffic Control • Sep - DBE PARTICIPATION Plans are available at local plan room Please allow a 24-hour notice prior to an Thank you for allowing Desert Steel an opportUnitY to bid this Project to your firm. Dub to our current commitment of work forces and Supervision, I am not able to bid this work at this time. Perhaps we can be of service at a future date. very truly youQrr,, Jo na Nichol resident Desert Steel Co., Inc. JAN 08 403 Iaaa5 Received Time Jan-10. 9:18AM PAGE. 01 ** TOTAL PAGE. 01 ** j From.'Arlan 263-0075 To: Ulgllles Excavation Date: 119103 Time: 8:09:42 PM Pape 1 of 1 r— wdo :�v s U8 W I i, INVITATION TO BID Jay -Reese Contractors, Inc. 14532 Hanvlton Pool Road Austin, Texas 78738 Phone: (512) 263-0072 Fax: (512) 263-0075 Contact: Rick Risncr We will be submitting a proposal on the following project and would appreciate your bid: PROJECT: City of Lubbock International Airport Taxiway Exten. "V" ITB # 276-02/BM OWNER: City of Lubbock Purchasing Department 1625 13th Street Lubbock, TX 79401 BID DATE/TD E: Bids due January 29 h at 12-00 Pm The work on this project includes but is not limited to the following: ♦ Asphalt Shoulders ♦ Runway & Taxiway Painting ♦ Concrete Paving ♦ Storm Drains & Culverts ♦ Pavement Removal • Grading & Excavation ♦ Erosion Contiol ♦ Airport lighting ♦ Traffic Control o Seeding DBE PARTICIPATION IS ENCOURAGED Plans are available at local plan rooms or may be viewed at our office. Please allow a 24-hour notice prior to arrival to avoid. scheduling difficulties. A)WIld b) J u , 7 d 77;Qn_A P—CTR oTanN adn-i d14,:rn rn izn uer 01/09/2003 16:05 5128336548 rtortr. Bran .as.u�ro to: c.enenR� I� �VITAT I O N TO BID j 3y-Reese Contractors, Inc. 14532. Hamilton Pool Road Austin, Texas 78738 Phone: (512) 263-0072 Fax: (512) 263-0075 tact. Rick RiArner . ,., ate.... We will be submitting a 1 ror7osal on the following project and %vould appreciate -, our bid: PROJECT: City of Lubbock International Airport Taxiway'Exten. "V" ITB # ; 1.76-0'BM OWNER, City of Li Lbboc k Purchasing Department 1625 13"' Street Lubbock, TX 79401 BID DATE/TIME: Bids due January 29`h at 12:00 Pm The wark on tl is project in,-ludes but is not limited to the following: ♦ Asphalt Shoulders ♦ Runway cat Taxiway Painting • Concrete Paving ♦ Storm Drains & Culverts ♦ Pavement Removal ♦ Grading & Excavation • Erosion Control • Airport lighting • Traffic Control o Seeding DBE PARTICIPATION IS ENCOURAGED Plans are avail& ale at local plan rooms or may be viewed at our office. Please allow a 24-1 our notice prior to arrival to avoid schedtiling difficulties. LA� O'e, I r) r) (Y\/aqtl, an's Received Time Jan. 9. 4:04PM From: Brian ZG3-0075 To: Pual Supplier Date: 1191n,20 Z E; 11" b ' 'J p i awl 1 P c Page I of t INVITATION TO BID Tay -Reese ContraCto,-S, 111C. 14332 Hamilton Pool Road Austin, Texas 78738 PlinriP. (512) 263-0072 Fax: (512) 263-0075 Contact Rick Risner We will be submitting a proposal on the following prujcct and would appreciaze your bid; PROJECT: City of Lubbock International Airport Taxiway Exten, " V' TTB # 276-02/BM OWNER: City of Lubbock Purchasing Department 1625 13t" Street Lubbock, TX 79401 BID DATH/TIME: Bids due January 29" at 12:00 Pm The work on this project includes but is not limited to the following: ♦ Asph:.lt Shoulders ♦ Runway & Taxiway Painting ♦ Concrete Paving ♦ Storm Drains & Culverts ♦ Pa ti�ement Removal ♦ Grading & Excavation ♦ Erosion Control ♦ Airport lighting ♦ Traffic Control 3ccding DBE PARTICIPATION IS ENCOURAGED Plaw are available at local plan rooms or r_1ay be viewed at our office. Please allow a 24-hour notice prior to arrival to avoid scheduling difficulties. lnn�-4_j •[crrr -1-�n.� i-iunnnT�4 /Rb/-7R7.-/TR r :OT COOZ/GO/TO _ Ta: ConcrNs,FenolnA,?!�o Eethwotfc Data: IMba 7tm.: f1: IM PM paq• 1 0► +. �r s Jav--Reese Contractors, Inc, 14532 Hamilton Pool Road : Austin, Tcxas 78738 Phone: (512) 263-0072 Fax: (512) 2,63-0075 Rick Risttor w a�;:::.}l.=,:a,prvosal on the follov ing project and would appreciate your bid: M; C.T: Cite of ubbock Intemational Airport Taxiway Exten, " V' TM.-#'276-02/BM w-,; \"ER: City-oMdbbock Purchasing Department 1625 4 3th. Street Lubbock, -TX 79401 j �. T /TIA Bids due January 29�h at 12,00 Pm. k on -this prc+jeat includes but is not limited to the following: . �p3 zit % Shoulders f Runway &. Taxiway Painting n' c etc Paving. ♦ Storm Drains &• Culverts f. �1�E-t;�nt Remo«I Grading & Excavation * Airport lighting DBE•P ARTI+CIPAT'ION IS ENCOURAGED lable at local plan rooms or may be viewed at our office. ave aiiawv a -44w &�nbtice prior to arrival to avoid scheduling difficulties. PME7�J-T, )/\Jc ,. EARNING YOUR TRUST UNITED STATES FIRE INSURANCE COMPANY Bond Number: 176899 KNOW ALL MEN BY THESE PRESENTS, that we JAY-REESE CONTRACTORS, INC. as Principal, (the "Principal") and UNITED STATES FIRE INSURANCE COMPANY, a company duly organized under the laws of the State of New York, as Surety, (the "Surety") are held and firmly bound unto City of Lubbock as Obligee (the "Obligee"), in the penal sum of Five Percent of the Greatest Amount Bid Dollars ($ 5% GAB), for the payment of which sum well and truly to be made, the said Principal and the Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for the Construction of Taxiway, "V"— LIA, ITB#276-02BM located, at Lubbock International Airport, Lubbock, TX. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal within the period specified therein, or, if no period be specified, within sixty (60) days after opening, and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference in money not to exceed the penal i" sum hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. In no event shall the liability hereunder exceed the penal sum hereof. JAY-REESE CONTRACTORS, INC. (Seal) Principal By: ame: n � Title lgreyl w-- UNITED STATES FIRE INSURANCE COMPANY (Seal) urety) By: LA Lori Ellis, Attorney -In -Fact Notice of Claim should be sent to: 305 Madison Ave., Morristown, NJ 07960 - Phone: 1-877-312-5300 Y POWER OF ATTORNEY s. .1TED STATES FIRE INSURANCE CG-. 2ANY 176899 ht PRINCIPAL OFFICE, NEW YOM N.Y. KNOW ALL MEN BY THESE PRESENTS: That the UNITED STATES FIRE INSURANCE COMPANY a Corporation duly ', " iganized and existing under the laws of the State of New York, and having its administrative offices in the Township of Morris, New iirsey, has made, constituted and appointed, and does by these presents make, constitute and appoint Bruce C. DeHari, David R. Groppell, Edward L. Moore, U. Theresa Gardner, Rosalyn D. Hassell, and Lori Ellis, of Humble, Texas, each r, its true and lawful Agent(s) and Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and 'stead, to execute, seal, acknowledge and deliver: Any and all bonds and undertakings ----------------------------------- ----------------------------- --------------- -------- ---------------------------- ----------------- ------ ------- --------- and to bind the Corporation thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Corporation at its offices in Morris Township, New Jersey, in their own proper persons. This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 300' day of December, 2002. Att s UNITED A FIRE CE COMPANY i n s - Assistant Secretary Senio4teir ce Pres ent David Pesce J. D '-' SfMTE OF NEW JERSEY) ss.: COUNTY OF MORRIS ) On this 30'' day of December, 2002, before the subscriber, a duly qualified Notary Public of the State of New Jersey, came the above -mentioned Vice President and Assistant Secretary of United States Fire Insurance Company, to me personally known to be the officers described in, and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my seal at the Township of Morris, the day and year first above written. (Seal) (Signed) .�`N"�4` p• S (Se .rf din • � .. Notary Public Catherine A Sincavage Notary Public of New Jersey My Commission Expires July 12, 2004 1 1 This Power of Attorney is granted pursuant to Article IV of the By -Laws of the UNITED STATES FIRE INSURANCE COMPANY as now in full force and effect. ARTICLE IV Execution of Instruments. "The Chairman of the Board, Vice -Chairman of the Board, President, or any Vice -President, in conjunction with the Secretary, or any Secretary, if more than one shall be appointed by the Board, or an Assistant Secretary, shall have power on behalf of the Corporation: _ (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations', policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation." This Power of Attorney is signed and sealed under and by the authority of Article III, Section 9 of the By -Laws of the UNITED STATES FIRE INSURANCE COMPANY as now in full force and effect. ARTICLE III Section 9 Facsimile Signatures. "The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed facsimile, lithographed, or otherwise produced ... The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued." CERTIFICATE State of New Jersey County of Moms I, the undersigned, Assistant Secretary of UNITED STATES FIRE INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing POWER OF ATTORNEY remains in full force and effect and has not been revoked and furthermore that the above quoted abstracts of Article IV and Article III, Section 9 of the By -Laws of the Corporation are now in full force and effect. In Testimony Whereof, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 29 day of January 2003 By Assistant Secretary David Pesce J Crum Forster ^' n fAIRFAX ....:rpany P., Western Region 64041nternational Pkwy., Suite 1000 Plano, TX 75093-8210 Phone: (972) 380-3000 TEXAS NOTICE Fax: (9877) 622-6815 United States Fire Insurance Company The North River insurance Company IMPORTANT NOTICE Notice of Claim should be sent to: Crum & Forster, 305 Madison Ave. Morristown, NJ 07960 FAX Number: 973-490-6622 You may call Crum & Forster's toll -free telephone number at: 1-877-312-5300 THIS NOTICE IS TO BE ATTACHED TO THE ORIGINAL BOND FOR FILING WITH THE OBLIGEE. TX08-15-01 PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253021() OFTHE TEXAS GOVERNMENT CODE ' (CONTRACTS MORE THAN $25U0O) Bond No. 610-236081 77 KNOW ALL �MEN BYTHESE PRESENTS,that CONTRACTORS, INC- (hereinafter called the Principa|(s).as PrinopaKs\ond UNITED STATES FIRE INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars money ofthe �United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, �^ executors, successors and assigns, jointly and severally, firmly by these presents. VVHEREAS.the Principal has entered into ane�ainvvh�encontract vviththe Obligee, dated the 2Iday of ' �20_o3_.t ^ L- nndsoid 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 C � if copied at length herein. t I 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 Section2253.U21(a)ofthe Texas 8ovennnoentCode, and aU|iobi|d�sonthis bond shoUbe inadinaccordance vv�hthe provisions nfsaid Article to the same extent as if it were copied at length herein. ' |NWITNESS WHEREOF, the said Principal (s'and Surety (s) have signed and sealed this instrument this &^ uzday of APRTL 20-na_ P"" UNITED STATES FIRE INSURANCE COMPANY JAY-REESE CONMR�ARS. INC Surety (Company Name) Na - ` (Sig ature) �~ PRESIDENT (Title) -ONE MILLION, ozMomxumsD ozXrr-mzmE THOUSAND, mzmo mmmmmuoDmz=Y-mImo DOLLARS & nm/zww`n The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Bruce C. Dehart 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. TMTED STATES FIRE TNS7TRAN(R ('nMPAAIY — Surety *B (Title) s SECRETARY Approved as to form: City of Lubbock J By:�^ ity Attorney Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 FM h STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Bond No. 610-236081 KNOW ALL MEN BY THESE PRESENTS, that .TAY-REFSF. (hereinafter called the Principal(s), as Principal(s), and CONTRACTORS, INC. UNITED STATES FIRE INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars ($ 1.869.989.5[17 lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, .� executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27 day of w■ MARCH 20 03, to CONSTRUCTION OF TAXIWAY 'IV" - LUBBOCK INTERNATIONAL AIRPORT - AIP PROJECT NO. 3-48-0138-25-2 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 .s. 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. o• 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 I' 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 07 day of APRIL 120 03 UNITED STATES FIRE INSURANCE COMPANY Surety *By: """ (Title) Lori Ellis, Attorney -In -Fact sew JAY-REESE CONTRA(-VQR9, TN(:_ (Company Name) By; RON ALBEE (Pri d Name) ((Signa re) RESIDENT (Title) *ONE MILLION, EIGHT HUNDRED SIXTY-NINE THOUSAND, NINE HUNDRED EIGHTY-NINE DOLLARS h 50/100's 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates R,,,rP r- DeHart 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. UNITED STATES FIRS INSURANCE COMPANY Surety (Titfej_suRRTf SECRETARY Approved as to Form City of Lubbock By: .v - City Attorney Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. F This Power of Attorney is granted pursuant to Article IV ofthe By -Laws of the UNITED STATES FIRE INSURANCE COMPANY as now in full force and effect. ARTICLE IV Execution of Instruments. "The Chairman of the Board, Vice-Chaiinan of the Board, President,or any Vice -President, in conjunction with the Secretary, or any Secretary, if more than one shall be appointed by the Board, or an Assistant Secretary, shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the . foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations; policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation." 3 i This Power of Attorney is signed and sealed under,and by the authority of Article III, Section 9 of the By -Laws of the UNITED STATES FIRE INSURANCE COMPANY as now in full force and effect. ARTICLE III Section 9 Facsimile Signatures. "The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance, issued by the Corporation may be printed facsimile, lithographed, or otherwise produced ... The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been sucl officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued." CERTIFICATE State of New Jersey County of Morris 1, the undersigned, Assistant Secretary of UNITED STATES FIRE INSURANCE' COMPANY, DO HEREBY CERTIFY that the foregoing POWER OF ATTORNEY remains in full force and effect and has not been revoked and furthermore that the above quoted abstracts of Article IV and Article III, Section 9 of the By -Laws of the Corporation are now in full force and effect: In Testimony Whereof, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 07 day of April 2003 ,z By (�t/7iV Assistant Secretary _. David Pesce Att s UNITED A R FIRE CE COMPANY i f Assistant Secretary Senior ice Pres ent ¢ David Pesce Ater J. OF NEW JERSEY) ` ss. COUNTY OF MORRIS ) On this 306 day of December. 2002, before the subscriber, a duly qualified Notary Public of the State of New Jersey, came the above -mentioned Vice President and Assistant Secretary of United States Fire Insurance Company, to me personally Imown to be the officers described in, and who executed the preceding instrument, and they aclmowledged the execution of the same, and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my seal at the Township of Morris, the day and year first above written. (Signed) k S! !°°f� (Seal) `..,.�C-1 �*1 Notary Public �..: r pTA� ..�... . �• U4: 9 _ = Catherine A Sincavage '. ;'� :C� :' Notary Public of New Jersey --,,�y••., et • �.. �•�.• � `�O ' My Commission Expires July 22, 2004 f�r°0�/I•��tt HERS°`°� Forster Crum e� ::,: ___ A FAiR,kk compomy ee+ Western Region 6404 International Pkwy., Suite 1000 Plano, TX 75093-8210 Phone: (972) 380-3000 TEXAS NOTICE Fax: (9877) 622-6815 United States Fire Insurance Company The North River Insurance Company t_ t. . I : � IMPORTANT NOTICE Notice of Claim should be sent to: Crum & Forster, 305 Madison Ave. Morristown, NJ 07960 FAX Number: 973-490-6622 You may call Crum & Forster's toll -free telephone number at: 1-877-312-5300 r" am A THIS NOTICE IS TO BE ATTACHED TO THE ORIGINAL BOND FOR FILING WITH THE OBLIGEE. TX08-15-01 POR PM PPP CERTIFICATE OF INSURANCE "' ACORD CERTIFICATE OF LIABILITY INSURANCE OPID G DATE(MM/DDNY) AYRE21 04/03/03 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Elsey & Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE urety/Insurance Agency, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 8820 Will Clayton Pkwy. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Humble TX 77338 Phone:261-540-1555 Fax:281-540-7419 INSURERS AFFORDING COVERAGE ,; NSURED INSURER A: Travelers Lloyds Ins Company INSURER B: Travelers Indemnity Co of Amer Jayy Reese Contractors, Inc. INSURERC: Texas Mutual Insurance Co. 14b32 Hamilton Pool Rd INSURERD: Travelers Indemnity Co of CT Austin TX 78738 - INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLIC EFFECTIVE RATIFY( POLICY EXPIRATION DATE MM/DDIYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1 , 000 , 000 . A X COMMERCIAL GENERAL LIABILITY C0492D671-0 01/17/03 01/17/04 FIRE DAMAGE (Any one fire) $ 100,000 ! CLAIMS MADE OCCUR MED EXP (Anyone person) $ 5,000. PERSONAL & ADV INJURY $ 1,000,000. GENERAL AGGREGATE s2,000,000. GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s2,000,000. POLICY X PRO LOC JECT B AUTOMOBILE LIABILITY ANY AUTO CAP492D672-2 01/17/03 01/17/04 COMBINED SINGLE LIMIT (Ea accident) $ 1 ,000 ,000. X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ .� ANY AUTO $ EXCESS LIABILITY EACH OCCURRENCE $ 5 , 000 , 000 , X OCCUR ❑ CLAIMS MADE CUP492D673-4 01/17/03 01/17/04 AGGREGATE $ 5,000,000, LD $ DEDUCTIBLE X RETENTION $ 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TSF 0001126997 01/17/03 01/17/04 X TORY LIMITS ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000" OTHER A Equipment Floater OT-660-492D4636 01/17/03 01/17/04 Any 1 Itm $250,000. [x] ACV OWNED/LEASED/RENTED Scheduled $1,757,941. DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: Construction of Taxiway "V" -LIA, ITB#276-02/BM. Project No. AIP 3-48-0138-25-02. The City of Lubbock is named as additional insured (excluding worker comp) and a waiver of subrogation is provided in favor of the City of Lubbock CERTIFICATE HOLDER I Y I ADDITIONAL INSURED; INSURER LETTER: A CANCELLATION City of Lubbock P. 0. Box 2000 Lubbock TX 79457 I 1 CORD 2" (7197) CITYOFL SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. 17 CORPORATION 1988 r** CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further "! hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protectivi Each Occurrence $ ❑ Fire Damage (Any one Fire) Med Exp (Any one Person) AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK C 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER e above policies either In the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or In case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of insurer) By: Title: '"' 1 CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: — (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: r16 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)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 (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.o P' 3 No Text CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 27th day of March, 2003 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 JAY-REESE CONTRACTORS. INC. of the CITY OF AUSTIN, COUNTY OF TRAVIS and the STATE OF TEXAS hereinafter termed CONTRACTOR. POW W ITNESSETH: That for and inconsideration 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 #276-021BM - CONSTRUCTION OF TAXIWAY 'IV" — LIA - $1,869,989.50 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 Conditions of the Agreement. The CONTRACTOR hereby agrees to commence work within five (5) days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have exei;k ement in Lubbo , ubbock County, Texas in the year and day first above written. ATTEST: CITS (OWNER) By: Ci y ]Secretary APPROVED AS TO CO TENT: �t-A-I-X er's Representative APPROVED AS TO FORM: City Attorney ATTEST: Corporate Secretary I CONTRACTOR: JAY-REESE C NTRACTORS, INC. By: P D NAME: + 1 fte& TITLE: T fe(2 i JeVI+ COMPLETE ADDRESS: Jay -Reese Contractors, Inc. 14532 Hamilton Pool Road Austin, TX 78738 GENERAL CONDITIONS OF THE AGREEMENT PM) GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit JAY-REESE CONTRACTORS, 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, JOHN MCGINLEY, DEPUTY DIRECTOR OPERATIONS SAFETY, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid Submittal Form including "Exhibit A", Signed Contract, Statutory Bonds, General Conditions of the Agreement, FAA Required contract Provisions, Special Provisions, Technical 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". s•� 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 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 am 1 otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality and free from material defects. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten (10) copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense for the price of $60.00 per set. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Contractor 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 Contractor 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 Contractor at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given 11 to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. °" 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS r g employ Y Y P. P type of The Contractor agrees to ern to only order) and competent workers, skillful in the performance in the 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. 3 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 that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work 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. 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. 4 i 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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 Owlwhen 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 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 r,; 5 Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the 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 Owner's 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 before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) 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. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of_Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, .Y► expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided thirty (30) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, ^- rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. - The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and {-^ shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, 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 CONTRACTOR'S RESPONSIBILITY TO � • PROVIDE TO THE OWNER ALL PROOF OF COVERAGE 1N8URANCE'_D6CUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR` EACH SUBCONTRACTOR. A. General Liability Insurance (Additional Insured and Waiver of Subrogation Required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and $1,000,000.00 per occurrence to include: •- Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard s-< Products & Completed Operations Hazard AGG Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury Fire Damage (Any one Fire) �., Property Damage Pressurized Vessel Endorsement Mobile Equipment Endorsement 7 B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, Combined Single Limit in the aggregate and $00 per occurrence. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance. (Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000.00 Combined Single Limit, to include all owned and non - owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City of Lubbock is to be named as 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 (Additional Insured and Waiver of Subrogation Required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation Required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least statutory/$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 TW CC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section ❑406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: t (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; r - (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 9 (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 there under on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability there under 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. (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; 10 (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one F year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 '^ days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 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 itcontracts 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 ^'^ 11 proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be tiled with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.'; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of.the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for,one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except 12 r 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. 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, r- 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 specified 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. The time for construction of the project shall be 150 (ONE HUNDRED AND FIFTY) CALENDAR DAYS beginning from the date of commencement on the project. 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 $1,000.00 (ONE THOUSAND DOLLARS) PER CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for substantially completing the work. Further, the contractor shall have 45 (FORTY-FIVE) CALENDAR DAYS in which to complete all of the work in Area 1 as detailed in the plans. If the Contractor should neglect, fail or refuse to substantially complete the work in Area 1 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 permanently withhold from Contractor's total compensation, the sum of $1,000.00 (ONE THOUSAND DOLLARS) PER CALENDAR DAY, not as a penalty, but as Liquidated Damages for the breach of contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work in Area 1. 13 It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as 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 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 carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its 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. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or 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 stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material 14 M to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ .** somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 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 .w 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 r,« 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 s: 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. f- 15 Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within 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 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 does 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) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE 16 s" 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 rr 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. 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 r _17 provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contractor otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms acceptable to 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. 51. SPECIAL PROVISIONS In the event special provisions are contained herein as part of the contract documents and said special provisions conflict with any of the general conditions contained in this contract, then in such event the special provisions shall control. In the event there is a discrepancy between the specifications and the general conditions, the specifications 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 18 40" 77 53. 54. 55. obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 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. 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 there under, 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 there from, 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 r- 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. 19 CURRENT WAGE DETERMINATIONS r*R RE: RESOLUTION NO. 6262, ITEM NO. 39, APRIL 8, 1999 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.50 Air Conditioner Installer -Helper 6.25 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 12.50 Bricklayer -Helper 7.00 r•, Carpenter 11.00 -. Carpenter -Helper 7.00 Cement Finisher 8.00 }* Drywall Hanger 11.00 Electrician 13.75 Electrician -Helper 7.00 Equipment Operator -Heavy 9.50 Equipment Operator -Light 8.50 Floor Installer 9.50 Glazier 10.50 n� Insulator-Piping/Boiler 11.50 Insulator -Helper 7.00 Iron Worker 11.00 Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 6.00 Concrete Finisher 8.00 Concrete Finisher -Helper 7.00 Electrician 12.00 Flagger 6.00 Form Setter 7.00 Form Setter -Helper 6.25 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 8.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 7.75 Bulldozer 8.00 Concrete Paving Machine 7.75 Front End Loader 7.25 Heavy Equipment Operator 8.00 Light Equipment Operator 7.25 Motor Grader Operator 9.50 Roller 6.75 Scraper 7.25 Tractor 7.25 Truck Driver -Light 6.50 Truck Driver -Heavy 7.00 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the fair Labor Standards Act. A.. 3 PART I - GENERAL PROVISIONS i:, SECTION 10 - DEFINITION OF TERMS DIVISION GENERAL PROVISIONS 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 ADDENDA. Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the bidding documents orthe Contract Documents and become a part thereof. 10-04 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-05 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-06 AIR OPERATIONS AREA. For the purpose of these specifications, the term air r", 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. 10-07 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. The specific airport referred to in this contract is the Lubbock International Airport. 10-08 ASTM. The American Society for Testing and Materials. 10-09 AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-10 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-1 SECTION 10 - DEFINITION OF TERMS 10-11 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-12 CALENDAR DAY. Every day shown on the calendar. 10-13 CHANGE ORDER. A written order to the Contractor signed by the Owner authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after the effective date of the Agreement. 10-14 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. 10-15 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-16 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. 10-17 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. 10-18 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-19 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. Whenever in these contract documents reference is made to "Engineer" it is intended to mean ;Delta Airport Consultants, Inc. 13498 Pond Springs Road, Building E, Austin, Texas 78729. 10-20 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. 10-2 SECTION 10 - DEFINITION OF TERMS 10-21 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. 10-22 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-23 FAA ADVISORY CIRCULAR (AC). A document prepared by the Federal Aviation Administration to provide guidance and information in a designated aviation related subject area, including standards, materials, and/or methods. The latest printing of AC 00-2, "Advisory Circular Checklist as of the date of the Bid Advertisement shall be used to establish the referenced Advisory Circulars for this project: 10-24 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. 10-25 FINAL ACCEPTANCE. The work has been totally completed in the opinion of the Owner in accordance with the Contract Documents based on a final inspection by the Owner, Engineer, and Contractor. 10-26 INSPECTOR. An authorized representative of the Engineer or Owner who is assigned to the project site or any part thereof. 10-27 INSTALL Unless described otherwise in the plans or specifications, install shall mean to furnish the items (s) referenced and to provide all materials, labor, equipment, and tools necessaryto establish the referenced items (s) in place and in the correct working order. 10-28 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," orwords 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. It is further understood that the Engineer will not be responsible for the Contractor's procedures or methods for accomplishing the work. If words such as "direct" or the like are used, they shall impart a result and not the means to the result. 10-3 SECTION 10 - DEFINITION OF TERMS 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. 10-29 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. 10-30 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. 10-31 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. 10-32 MATERIALS. Any substance specified for use in the construction of the contract work. 10-33 NOTICE OF AWARD. The written notice by the Owner to the Contractor that the Contractor is the successful Bidder and that upon compliance with the contract conditions, the Owner intends to execute the contract with the Contractor. 10-34 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-35 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. The Owner is the City of Lubbock. 10-36 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-37 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. 10-4 I , SECTION 10 - DEFINITION OF TERMS 10-38 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. 10-39 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. 10-40 PROJECT. The agreed scope of work for accomplishing specific airport .� development with respect to a particular airport. 10-41 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. 10-42 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. 10-43 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-44 SHOP DRAWINGS. All drawings, diagrams, illustrations, schedules and other11 data t" which are prepared by the Contractor, a subcontractor; manufacturer, supplier or distributor and which illustrate the` equipment, material or, some portion of the Work.''All shop drawings shall be approved by the Contractor and submitted to the Engineerfor review and acceptance for reasonable conformance to the contract documents. 10-45 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. 10-46 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; 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. 10-47 SUBCONTRACTOR. An individual, firm or corporation having a direct contract with the Contractor or with any other subcontractor for the performance of a part of the work at F the site. 10-48 SUBGRADE. The soil which forms the pavement foundation. 10-5 SECTION 10 - DEFINITION OF TERMS 10-49 SUBSTANTIAL COMPLETION. The work has progressed -to the .point where, in the opinion of the Owner as'evide'nced. by the Engineer's definitive certificate of Substantial Completion it is sufficiently complete, in accordance with the, Contract Documents, so that the Work can be utilized for the purposes for which it is intended. 10-50 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. 10-51 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 decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-52 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-53 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. 10-54 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. 10-55 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. 10-56 TEXAS DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS, AND BRIDGES dated'March 1, 1993. These specifications may be incorporated by reference in some of the technical specifications for this project and shall have the same force and effect as if included in the contract physically. END OF SECTION 10 10-6 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). The Advertisement states' the' time and place for submitting sealed proposals; the description of ro osed forms, plans, and specifications; proposal guaranty required; and the Owner's right'to reject any and all bids. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his/her competency to perform 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 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 are necessary parts 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. 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. 20-1 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 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 bid and materials to be furnished under these specifications has been established and is believed to be appropriate for bids. 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. Boring logs and other records of subsurface investigations and tests are available for inspection by bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended forthe 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. 20-2 a® SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS ., 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. 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. 20-3 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a bid bond, certified check, or other negotiable instrument in the amount,of not less than; 5 percent of the bid price submitted.. Such bidguaranty shall be given by the Contractor as, his assurance to the Owner that he/she .will enter into a contract, within the time specified, if he/she is the successful bidder. 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 number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise. (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing 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 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 name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. 20-4 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS d. If more than forty-nine percent (49%) of the contract work as determined by the bid amount will be performed by subcontractors. If requested, the Contractor shall submit evidence satisfactory to the'. END OF SECTION 20 20-5 i SECTION 30 - AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit 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 60 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, however, no award shall be made'until the FAA has concurred in the Sponsor's recommendation.to make such award anu.d has approved the Sponsor's proposed contract to the extent that such concurrence and approval are' required by 49 CFRPart 18 of the Federal Aviation Regulations `'if applicable 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 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 30-1 SECTION 30 - AWARD AND EXECUTION OF CONTRACT guaranty will be returned as soon as the Owner receives the contract bond 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 furnished. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. The form of the bonds shall be as included in these contract documents and the'':Surety shall be authorized to do business in the project locals. In case of default on the partof the Contractor, all expenses incidental to ascertaining and collecting losses under the bonds, including both engineering and legal services shall lieagainst the bonds. The Contractor will;be required to give aone-year guaranty covering -workmanship and materials. The Contract' Bonds shall remain in force for oneyear from date of final acceptance of the equipment, materials and construction: 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contractto 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. 30-08 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. 30-09 INSURANCE. The Contractor shall, at its sole expense, purchase and maintain, and shall require its subcontractors of any tier to purchase and maintain, in full force and effect during the performance of any contract issued hereunder insurance in the amounts, 30-2 r' •� 30-3 SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The Owner reserves 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 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. All supplemental agreements shall be approved by the FAA and `shall include valid wage determinations of he U S Secretary of Labor- when the amount of `the supplernenfal agreements'exceeds $2,0if applicable. All supplerrentalagreernents�shall`requireconsentof the Contractor's surety and separate performance and payment bonds. r** 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. ., Should a contract item be omitted or 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. 40-1 SECTION 40 - SCOPE OF WORK 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 80. 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. 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 provide such maintenance as may be required to accommodate 40-2 i SECTION 40 - SCOPE OF WORK 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 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 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 directly, but shall be included in the various contract items. 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 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. P- 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 priorto 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. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that 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. 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 ;r the Engineer and is in conformance with the contract specifications applicable to such use; or, 40-3 SECTION 40 - SCOPE OF WORK 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. 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. 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 and the Engineer agrees to such method of disposal which shall comply with all federal, state and local requirements. END OF SECTION 40 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 Owner's and/or 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 A 4, with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict 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 50-1 SECTION 50 - CONTROL OF WORK finished product equal to or better than that intended by the requirements of the contract, plans and specifications. 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, 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 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 Contractor 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 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. 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 to the maximum extent feasible to avoid conflicts and all conflicts shall be brought to the Engineer's attention as soon as possible. 50-2 r SECTION 50 - CONTROL OF WORK 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 furnish the Contractor with horizontal and, vertical control only in the form of bench marks, <and the Contractor must furnish'all additional stakes for the layout and construction of the work. The Contractor shall satisfy himself/herself as to the accuracy of all measurements before constructing any, permanent item of work and shall not take advantage of 1.any errors which may have been -made' in layout out 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 at 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 product 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 contraryto the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her P** 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. 50-3 SECTION 50 - CONTROL OF WORK 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 the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the 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 ** 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, shall be removed immediately and replaced in an acceptable manner 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. 50-4 SECTION 50 CONTROL OF WORK 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 Y equipment and shall correct such damage at his/her own expense. It is especially noted that the existing airport pavements may not be capable of suppo11 rting certain -'types' of construction,equipment. Prior #o bidding, the Contractor shall fully satisfy himself/herself as to the abilit" -of the existing airport pavements to satisfactorily sustain the type of equipment he%she plansto use. Should damage occur as a result of construction operations, the Contractor shall repair th.11 e damaged areas to an ac1.ceptable condition, at his/her 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. 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 50-5 SECTION 50 - CONTROL OF WORK 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 Owner 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 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 Contractorfor 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. No Text 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. 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. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the 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 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 orASTM which are current on the date of advertisement for bids will be made by and at the expense of the Owner. 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 60-1 r SECTION 60 - CONTROL OF MATERIALS 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 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 74 and the producer with whom he has contracted for materials. 60-2 SECTION 60 - CONTROL OF MATERIALS b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. C. If required by 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 retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified 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 furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. 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 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 be returned to the site of the work until such time as the Engineer has 60-3 SECTION 60 - CONTROL OF MATERIALS approved its use in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified 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 such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. „04 60-09 SHOP DRAWINGS AND SAMPLES. " As outlined in paragraph 10-44, the ' Contractor shall review and a rove all sho drawin sand pp p gsubmittalsfor conformance'to the contract documents: before submittal`to the. Engineer.` After reviewing the plans and specifications andlor ve11 rifying all field measurements, the Contractor shall'submit to the Engineer for review and approval copies of all shop drawings, certificates, and samples. These drawings shall bear, a stamp or,specific written indication that the.Contractor has satisfied the Contractor's responsibilities u"rider the Contract Documents with respect to the review of the sub mission. The'Contractor shall certify the following by placing a stamp or specific written indication on .the shop drawings: "This, shop drawing has 'peen `reviewed by[Name of Contractor] and approved with respect to the means, methodschniqu , 'tees, sequences, procedures of construr. ction, safety precautions and programs incidental thereto. [Name of Contractor] also warrants that this shop drawing complies with the contract documents and comprises no variations thereto, �. unless noted below." All submissions shall be identified as the Engineer may require. The data shown on the shop drawings shall be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable the Engineer to review the information. The Contractor shall also submit to the Engineer for review and approval with such promptness as to cause no delay in work, all samples required by the Contract Documents. All samples will have been checked by and accompanied by a specific written indication that the Contractor has satisfied the Contractor's responsibilities under the Contract 60-4 SECTION 60 - CONTROL OF MATERIALS Documents with'respect#o the review of the submission and shall be identified clearly as to material, Supplier; pertinent data such as catalog numbers and the use forwhich'intended. Before submission of each shop drawing or sample, the Contractor shall have determined wf. , and verified all quantities; dimii.ensions, speafied perf. ormance criteria; installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed. or coordinated' each shop drawing or sample with other shop.drawings and samples and with the` requirements of the work and the Contract Documents. At the time of each submission, the Contractor shall give the` Engineer specific �wriften notice of each 'variation'. that the shop drawings or samples may have from the requirements of the Contract Docu:ments and, in addition, shall cause a specific notation to be made on each shop drawing submitted to the Engineer for review and approval of each such variation. 1Nherea sho drawing or p g' sample is required by the Specifications, any related work performed. prior to the Engineer's review of the pertinent_ submission will be the sole expense and responsibility of the Contractor. The Contractor shall submit six (6) copies of the shop drawings to the Engineer for review. Three (3) copies of these ` drawings will be returned to the Contractor, marked appropriatelyfor his/her use. END OF SECTION 60 60-5 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. 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. licenses, pay all charges, fees, taxes, and incidental to the due and lawful prosecution The Contractor shall procure all permits and bonds, and give all notices necessary and 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.** Except as authorized by the Owner, 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 be authorized to construct, reconstruct, or maintain 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 in this subsection. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-1 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-05 FEDERAL AID PARTICIPATION. ForAIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the co ntract costs. Such reimbursement is made from time to time upon the Owners (Sponsors) request to the FAA. In consideration of the United States 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 maybe 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 which 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 and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. Particular attention is directed to, safety on the project during the- construction set forth under this contract in order that the Contractor's personnel as well as the general public will be adequately protected. Construction equipment will not be operated or parked in the vicinity of the active airport runway, taxiways, and apron during construction: Tre hches, channels, holes and the like, dug for installation of underground items will be left open a minimum length of time and in no case shall be left open overnight within 200 feet of any active � paved area. 70-2 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC The Contractor is referred to Section 130, AIRPORT SAFETY REQUIREMENTS, for additional safety requirements which are required _for the work, ifl. such section is incorporated in these Ispecifications.` The Contractor`is referred to FAA Advisory Circular 150/5370-2D "Operational Safety on Airports During Construction 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, 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 markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2D "Operational Safety on Airports During Construction". The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-3 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the 70-4 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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 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 d the contract to create the public or any member thereof a third party beneficiary or to f 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." The contract phasing (if necessary) will be as shown on the construction plansor described in these specifications. Upon completion of any portion of the work to satisfy the phasing shown on the plans, such portion may be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, if such Work is to be used. 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 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. 70-5 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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 CONTRACTOR'S 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.** 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 CONTRACTOR'S 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 facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans. 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 70-6 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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. 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 this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore 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 herein above provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use 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 y 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. 70-7 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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. r-. 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. A is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or 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 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 M SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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 70-9 SECTION 80 - PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Owner and/or 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. 80-02 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 Owner in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 48 hours in advance of the time actual construction operations will begin. _ 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval at the Preconstruction Conference. 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 48, hours in advance of resuming operations. For Al P contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 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, the work 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 O SECTION 80 - PROSECUTION AND PROGRESS 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 follows: EntireAirport The Owner, the- Contract portion-s'of the AOA at the that conference the Owne the AOA for construction unless it is revised by the the Enginee ,oses. i nis sc er. ;hall jointly review the need for:, closing rence. Based oninformation received:'at schedule for closing certain portions `of lule shall'be followed by the Contractor The Contractor shall not commence new work that would be prejudicial to work ,already started. 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 meet 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. "^ 80-2 SECTION 80 - PROSECUTION AND PROGRESS When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. Any person. employed by the Contractor or by any subcontractor who, in the opinion of the Engineer, does not perform his/her work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer., be removed forthwith by the Contractor or subcontractor employing such person, and shall not be'employ1.ed again in any portion of the work without the consent of the Engineer. Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance With such orders. 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. 80-06 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 M Crz SECTION 80 - PROSECUTION AND PROGRESS 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 Engineerwill 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 other delay provided for in the contract, plans, or specifications. 0-A 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. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. 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: a. 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: (1) No time shall be charged for days on which the 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. 80-4 SECTION 80 - PROSECUTION AND PROGRESS (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 of the notice to proceed. (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 extended contract total amount of the actually completed quantities bears to the extended contracttotal amount 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 non -work days. The'number of days specified in the Contract includes an allowance for 80 percent of the calendar days available for productive work. The Contractor will be entitled to an'automatic extension in contract time, if the available days for 'productive work_ are less than 80 percent of the established contract timer `The Engineer will furnish the Contractor with a copy of his/her weekly statement of'the number of calendar days available for productive work. The Engineer shall base his/her weekly statement of available days for productive' work on the following' considerations: (1) A day will be considered available for productive work regardless of whether the Contractor actually worked or not, if, in the Engineer's opinion, the Contractor could have, been able to proceed with a principal work item for at least a 6-hour work period. M cz SECTION 80 - PROSECUTION AND PROGRESS (2) The Contractor will be allowed one (1) week in which to file a written protest setting forth his/her objections to`the Engineer's weeklystatement: If no objection is,filed within such specified time, the weekly statement shall be considered'as acceptable to the' Contractor: (3) In the event the number of available calendar days for productive work is less than 80 percent, the contract time will be extended until the allowance number of available productive days is achieved. (4) All calendar days elapsing between the effective dates of 'the Engineer's order 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 the change order or supplemental agreement. Charges against the contract time will cease as of the date ` substantially complete, as determined by the Owner. 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'waiver 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 80-6 SECTION 80 - PROSECUTION AND PROGRESS 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 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, togetherwith 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. :m r•* SECTION 80 - PROSECUTION AND PROGRESS .R 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 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 80-8 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. Pipe will be measured` from'the interior face of the'` downstream' structure to the lnterior.face of the upstream structure. - 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 designated by the Engineer. If material is shipped by rail, the car weight maybe 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. 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 maybe of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded 90-1 SECTION 90 - MEASUREMENT AND PAYMENT 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) orwill 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. When bituminous materials are shipped by truck or transport, net certified weights by r volume, subject to correction for loss or foaming, may be used for computing quantities. 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 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 90-2 SECTION 90 - MEASUREMENT AND PAYMENT 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 1 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 (23 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 weighing - 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. 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 Vlw s- r SECTION 90 - MEASUREMENT AND PAYMENT 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 subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the 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 R-, work actually completed and acceptable priorto the Engineer's orderto omit or nonperform such contract item. •- Acceptable materials ordered by the Contractor or delivered on the work priorto the date of ¢. t 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 90-4 SECTION 90 - MEASUREMENT AND PAYMENT directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature and the amount of such costs. 90-05 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. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and 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 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 taken from his/her stock, that the quantity claimed was actually used, and that the 90-5 SECTION 90 - MEASUREMENT AND PAYMENT 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. 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. 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 HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are r+ 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: 90-6 SECTION 90 - MEASUREMENT AND PAYMENT a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on 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 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 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. 90-7 SECTION 90 MEASUREMENT AND 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. 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 90-8 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the specifications require a Contractor Quality Control Program, 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 conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor 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: 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 requirements 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 preconstruction conference, 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 responsibility of the Engineer. 100-02 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 subcontractors. 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 surveillance 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. 100-1 A SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM n b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document which shall be reviewed by the Engineer prior to the start of any production, construction, or off -site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 14 calendar days before the Preconstruction Meeting. The Quality Control Program shall.be organized to address, as a minimum, the following items: Polk 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 implemented 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 management/production and construction 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 requirements of paragraph 100-03a and 100-03b. The 100-2 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 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 experience 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 I I I by the National Institute for Certification in Engineering Technologies (NICET). (5) 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 specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. 100-3 Iii SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 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 II 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 specifications, and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and Section 100-07. 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 coordinating 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. 100-04 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 otherformat, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, .-. milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve 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 r^ 100-4 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; C. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 100-06 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 Contractor as specified by Section 100-07. 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: 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 proportioning 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 Program 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 Contractor 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 100-5 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM control tests that the Contractor deems necessary to adequately control production and/or construction 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). A The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance 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. 100-08 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 7 include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to 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. SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 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 performed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects 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 Administrator. 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; (3) Location; (4) Date of test; 100-7 is e^4 SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM (5) 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 Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of 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 quality 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 surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, 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 Contractor of performing quality control inspections of either on -site or off -site Contractor's or subcontractor's work. 100-8 n SECTION 100 - CONTRACTOR QUALITY CONTROL PROGRAM 100-11 NONCOMPLIANCE. 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. b. In cases where quality control activities do not comply with either the Contractor's Quality Control Program 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) Orderthe Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions is taken. END OF SECTION 100 100-9 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 deviations (S„) of the 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. There 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 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 the PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the sampling position within the sublot in accordance with the random sampling 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 (x) for all sublot values within the lot by using the following formula: 110-1 Lii SECTION 110 -METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) X=(x1+x2+x3+...xn)/n Where: X = Average of all sublot values within a lot xi, x = Individual sublot values n = Number of sublots e. Find the standard deviation (Sn) by use of the following formula: Sn = [(d,2 + d22 + d32 + .. Ant) / (n-1 )]"2 Where: Sn = 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, = (xi - X),d2 = (x2 - X) .. do =(Xn- X) n = number of sublots f. For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the following formula: QL=(X-L)/Sn Where: L = specification lower tolerance limit Estimate 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 (i.e. L and U), compute the Quality Indexes QL and Qu by use of the following formulas: 110-2 SECTION 110 -METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) QL = (X - L) / Sn 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 Pu 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 P-401, 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=(X9+X2+X3+.Xn)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 110-3 SECTION 110 -METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) X = 97.95 percent density 3. Calculate the standard deviation for the lot. Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 + (99.30-97.95)2 + (98.35-97.95)2)) / (4 - 1)]'"2 Sn=[(1.82+0.16+1.82+0.16)/3]v2 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 = 1.4384 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL =98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot 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 lot. X = (x1 + X2 + Xg . . n) / n X = (5.00 + 3.74 + 2.30 + 3.25) / 4 _ X = 3.57 percent 3. Calculate the standard deviation Sn for the lot. 110-4 SECTION 110 -METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) Sn [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57-3.25)2) / (4 - z )) Sn=[(2.04+0.03+1.62+0.10)/31112 Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL=(X-L)Sn QL _ (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.40 and n = 4. PL=97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) ,. Qu=(U-X)/Sn Qu = (5.00 - 3.57) / 1.12 QU = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.27 and n = 4. Pu = 93 8. Calculate Air Voids PWL PWL = (PL + Pu) - 100 PWL=(97+93)-100=90 110-5 P" SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PL and Pu) n=3 Positive Values of Q (QL and Qu) n=4 n=5 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 1.4897 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 1.4329 1.4561 1.4716 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 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 0.8400 0.8160 0.8036 0.7962 0.7915 77 0.8662 0.8100 0.7846 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 0.4999 0.4924 0.4877 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 66 0.5563 0.4800 0.4545 0.4424 0.4354 0.4310 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4031 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 110-6 SECTION 110 -METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 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 0.1607 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 0.0 110-7 r- SECTION 110 -METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (PL and Pu) n=3 n=4 Negative Values of Q (QL and Qu) 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 -0.2164 -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 -0.2254 -0.2186 -0.2147 -0.2122 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 37 -0.4586 -0.3900 -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 -0.4139 -0.4073 -0.4031 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4354 -0.4310 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 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 -0.5719 -0.5583 -0.5504 -0.5454 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 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 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 20 -0.9342 -0.9000 -0.8799 -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 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 110-8 ." SECTION 110 -METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 13 -1.0597 -1.1100 -1.1173 -1.1191 -1.1199 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 END OF SECTION 110 110-9 -1.1204 -1.1630 -1.2075 -1.2541 -1.3032 -1.3554 -1.4112 -1.4716 -1.5381 -1.6127 -1.6993 -1.8053 -1.9520 SECTION 120- MANDATORY CONTRACT PROVISIONS WAGE, LABOR, EEO, SAFETY AND GENERAL REQUIREMENTS *********************** Southwest Region *********************** SECTION A (Federal Aviation Administration (FAA) Requirements) A-1 Airport and Airway Improvement Program Project. The work in this contract is included in Airport Improvement Project No. 3-48- 0138-25-02 which is being undertaken and accomplished by the City of Lubbock (Sponsor) in 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 152 of the Federal Aviation Regulations (14 CFR Part 152), 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 party to this contract and no reference in this 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 Assignment. 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. A-4 Veterans Preference. 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, This preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 120-1 U2 SECTION 120- MANDATORY CONTRACT PROVISIONS A-5 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 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 fails to pay any laborer or mechanic employed _ or working on the site of the work any of the wages required by this contract, the City 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. A-7 FAA inspection 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 Subcontracts. 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 _which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. A-9 Contract termination. 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 of 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 120-2 -4- .w SECTION 120- MANDATORY CONTRACT PROVISIONS 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 closed. (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 General Civil Rights Provisions. 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 own 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). a 120-3 SECTION 120- MANDATORY CONTRACT PROVISIONS SECTION B DAVIS-BACON ACT REQUIREMENTS (29 CFR Part 5) B-1 Minimum Wages. (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 benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 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) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (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. (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: 120-4 W iil SECTION 120- MANDATORY CONTRACT PROVISIONS ^* (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations; and (ii) The classification is utilized in the area by the construction 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 officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, 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 that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (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 parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (13-1)(b)(2) or (3) of this 120-5 0 SECTION 120- MANDATORY CONTRACT PROVISIONS 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 of the wages of any laborer or _ mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). B-2 Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to David -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as maybe 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. B-3 Payrolls and basic records. (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 120-6 SECTION 120- MANDATORY CONTRACT PROVISIONS 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 Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and 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 the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (29 CFR 5.5(a)(3)(i) (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (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 5.5(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 029-005-00014-1), U.S. Government Printing Office, Washington, D.C.20402. 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 1215-0149). (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be maintained under paragraph 120-7 a" SECTION 120- MANDATORY CONTRACT PROVISIONS 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 wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (iii) 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 Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. B-4 Apprentices and Trainees. (a) Apprentices. Apprentices will be permitted to work at less than the 120-8 SECTION 120- MANDATORY CONTRACT PROVISIONS predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (b) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of 120-9 SECTION 120- MANDATORY CONTRACT PROVISIONS trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe 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. (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. B-5 Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. B-6 Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 120-10 POW SECTION 120- MANDATORY CONTRACT PROVISIONS B-7 Compliance With Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. B-8 Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with'the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. B-9 Certification of Eligibility. (a) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section ' 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (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 5.12(a)(1). (c) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. B-10 Contract Termination: Debarment. A breach of the contract clauses in paragraph B-1 through B-9 of this section and paragraphs C-1 through C-5 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. 120-11 SECTION 120- MANDATORY CONTRACT PROVISIONS SECTION C CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS (29 CFR PART 5) C-1 Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. C-2 Violation; Liability for Unpaid Wages; Liquidated Damages. 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 Withholding for Unpaid Wages and Liquidated 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. 120-12 n SECTION 120- MANDATORY CONTRACT PROVISIONS C-4 Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs C-1 through C-4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs C-1 through C-4. C-5 Working Conditions. 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. SECTION 120- MANDATORY CONTRACT PROVISIONS SECTION D EQUAL EMPLOYMENT OPPORTUNITY (41 CFR PART 60-1.4(b)) During the performance of this contract, the contractor agrees as follows: D-1 The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. D-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. D-3 The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or -- other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. D-4 The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. D-5 The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, 120-14 SECTION 120- MANDATORY CONTRACT PROVISIONS 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. F. D-7 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. The contractor will include the portion of the sentence immediately preceding paragraph D-1 and the provisions of paragraphs D-1 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 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such 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. 120-15 k. SECTION 120- MANDATORY CONTRACT PROVISIONS SECTION E CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS E-1 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 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 in implementation of the letter and intent of FAA Advisory Circular 150/5370- 10, Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from Department of Transportation, Distribution Unit, TAD-484.3, Washington, D.C. 20590. E-2 Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.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; c. 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. 120-16 SECTION 120- MANDATORY CONTRACT PROVISIONS SECTION F STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 60-4.3) 1. As used in these specifications: a. "Covered area." means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); 7 (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining ►�-� identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female e, 120-17 SECTION 120- MANDATORY CONTRACT PROVISIONS participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a 120-18 E-, rr SECTION 120- MANDATORY CONTRACT PROVISIONS commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or ,community organization and of what action was taken with, respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the 120-19 SECTION 120- MANDATORY CONTRACT PROVISIONS contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO `- obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such 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. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training 120-20 I k: SECTION 120-MANDATORY CONTRACT PROVISIONS 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. 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. 120-21 SECTION 120- MANDATORY CONTRACT PROVISIONS 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through 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 workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and 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 contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve 120-22 r SECTION 120- MANDATORY CONTRACT PROVISIONS �. 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 --4 accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all *� employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the `-" degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). F AA' 120-23 SECTION 120- MANDATORY CONTRACT PROVISIONS SECTION G - CONTRACTUAL REQUIREMENTS PURSUANT TO CIVIL RIGHTS ACT OF 1964, TITLE VI (49 CFR PART 21) During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter 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, including 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 B 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 under a 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 120-24 SECTION 120- MANDATORY CONTRACT PROVISIONS 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. 5. 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 complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 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, 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. 120-25 r-* SECTION 120- MANDATORY CONTRACT PROVISIONS SECTION H TERMINATION OF CONTRACT (49 CFR PART 18) 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 receipt 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. 5. 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. 120-26 SECTION 120- MANDATORY CONTRACT PROVISIONS SECTION BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity 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. E; 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 r components, exclusive of final assembly labor costs. 120-27 SECTION 120- MANDATORY CONTRACT PROVISIONS DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS (49 CFR PART 26) PART A Policy. It is the policy of the Department of Transportation (DOT) that diasdvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -assisted contracts. Compliance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby notified that failure to carry out the DOT policy and the 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 offers further subcontracting opportunities. PART B It is further understood and agreed: The award procedure for this solicitation will include the selection criteria of 49 CFR Part 26.45(i) 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 nine (9) percent of the dollar value of this contract. -- 120-28 SECTION 120- MANDATORY CONTRACT PROVISIONS After opening bids, the apparent successful bidder will be required to submit the names and addresses of the DBE firms that will participate in the contract along with a description of the work to be performed by each named firm and the dollar value for each contract (subcontract). If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must must provide documentation clearly demonstrating, to the satisfaction of the airport sponsor, that it made good faith efforts in attempting to do so and that meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered nonresponsive. r 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. „-120-29 SECTION 120- MANDATORY CONTRACT PROVISIONS SPECIAL INSTRUCTION TO BIDDERS REGARDING EEO Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Goals for minority participation in each trade Goals for female participation in each trade 9.3% 6.9% These 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 work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. 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 contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall 120-30 SECTION 120- MANDATORY CONTRACT PROVISIONS .., 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. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Lubbock, Texas, Lubbock International Airport, Lubbock County Texas. r: *^ 120-31 �1 Adv i sory U.S. Department of Transportation Federal Aviation Circular Admin Administration istration Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/02 AC No: 150/5370-2D DURING CONSTRUCTION Initiated by: AAS-300 Change: 1. THE PURPOSE OF THIS ADVISORY CIRCULAR (AC). Aviation safety is the primary consideration at airports, especially during construction. This AC sets forth guidelines for operational safety on airports during construction. 2. THIS AC CANCELS. AC 150/5370-2C, Operational Safety on Airports During Construction, dated May 31, 1984, is canceled 3. READING MATERIAL RELATED TO THIS AC. Appendix 1 contains a listing of supplemental material and instructions for ordering these documents. Many of them, including this AC, are available on the Federal Aviation Administration (FAA) Web site. n/L"t Li9- DAVID L. BENNETT Director of Airport Safety and Standards a•, 4. WHO THIS AC AFFECTS. It's intent is to help to assist airport operators comply with Title 14, Code of Federal Regulation (CFR), part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, and with the requirements of Federally funded airport construction projects. While the FAA does not require noncertificated airport without grant agreements to adhere to these guidelines, doing so will help these airports maintain a desirable level of operational safety during periods of construction. 5. ADDITIONAL BACKGROUND INFORMATION. Appendix 1 contains a list of pertinent reading materials on airport construction, design, and potential safety hazards during construction. Appendix 2 contains definitions of terms used in this advisory circular. 5/30/2002 AC 150/5370.2D .. CONTENTS ParaEraph Page Chapter 1. General Safety Requirements and Responsiblities..........................................................................1 1-1. Overview...................................................................................................................................... .........1 .................... 1-2. Who Is Responsible for Safety During Construction................................................................................................1 Chapter2. Safety Plans..........................................................................................................................................3 Section 1. Basic Safety Plan Considerations.......................................................................................................3 2-1. Overview...................................................................................................................................................................3 2-2. Safety Plan Checklist................................................................................................................................................3 Section 2. Safety and Security Measures.............................................................................................................4 2-3. Overview...................................................................................................................................................................4 2-4. Vehicle Operation Marking and Pedestrian Control.................................................................................................4 2-5. Construction Employee Parking Areas.....................................................................................................................5 2-6. Construction Vehicle Equipment Parking.................................................................................................................5 2-7. Radio Communication Training....................................................... ........5 ................................................................. 2-8. Fencing and Gates.....................................................................................................................................................5 Section 3. Notification of Construction Activities.................................................................................................5 2-9. General......................................................................................................................................................................5 2-10. Assuring Prompt Notifications..................................................................................................................................5 2-11. Notices to Airmen(NOTAMs).......... :.......................................................... .............................................................5 2-12. Aircraft Rescue and Fire Fighting (ARFF) Notification...........................................................................................6 2-13. Notification to The Faa.............................................................................................................................................6 2-14. Work Scheduling and Accomplishment....................................................................................................................6 CHAPTER 3. SAFETY STANDARDS AND GUIDELINES......................................................................................7 Section 1. Runway and Taxiway Safety Areas.....................................................................................................7 3-1. Overview...................................................................................................................................................................7 3-2. Runway Safety Area (RSA)......................................................................................................................................7 3-3. Taxiway Safety Areas ...............................................................................................................................................7 Section 2. Temporary Runway Threshold Displacements ..................................................................................8 3 -4. Overview................................................................................................................................................................... 8 3-5. Marking Guidelines for Temporary Threshold......................................................................................................8 3-6. Lighting Guidelines for Temporary Threshold ............................ Section 3. Other Construction Marking And Lighting Activities........................................................................9 3 -7. Overview ................................... ................................................................................................................................ 9 3-8. Closed Runway and Taxiway Marking and Lighting...............................................................................................9 3-9. Hazard Marking...................................................................................................................................................... 10 3-10. Construction Near Navigational Aids(NAVAIDS)................................................................................................10 3-11. Construction Site Access and Haul Roads..............................................................................................................11 3-12. Trenches and Excavations.......................................................................................................................................I I 3-13. Construction Material Stockpiling..........................................................................................................................11 3-14. Other Limitations an Construction..........................................................................................................................11 3-15. Foreign Object Debris (FOD) Management............................................................................................................I I Section 4. Safety Hazards and Impacts................................................................................••.............................11 3 -16. Overview................................................................................................................................................................. I I AC 150/5370-2D 5/30/2002 Appendices Appendix1. Related Reading Material.................................................................................................................................. A-1 Appendix 2. Definitions of Terms Used in the AC................................................................................................................ A-2 Appendix 3. Airport Construction Safety Planning Guide..................................................................................................... A-3 Appendix4. Sample NOTAM...............................................................................................................................................A-7 w 5/30/2002 AC 150/5370.2D 0 CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBLITIES 1-1. OVERVIEW. Hazardous practices and marginal conditions created by construction activities can decrease or jeopardize g =a operational safety on airports. To minimize disruption of normal aircraft operations and to avoid situations that compromise the airports operational safety, the airport operator must carefully plan, schedule, and coordinate construction activities. The guidance in this AC does not apply to day-to-day maintenance at airport facilities. 1-2. WHO IS RESPONSIBLE FOR SAFETY DURING CONSTRUCTION. An airport operator has overall responsibility for construction activities on an airport. This includes the predesign, design, preconstruction, construction, and inspection phases. a. Airport operator responsibilities— (1) Require contractors to submit plans indicating how they intend to comply with the safety requirements of the project. (2) Convene a meeting of construction/contractor and airport management to review and discuss project safety prior to construction activity. (3) Develop a construction safety plan that complies with the safety guidelines in Chapter 2, "Safety Plans," and Appendix 3, "Airport Construction Safety Planning Guide." (4) Ensure contact information is accurate for p each representative/point of contact identified in the safety plan. (5) Hold weekly, or if necessary daily, safety ,•, meetings to coordinate activities. (6) Notify users, especially aircraft rescue and fire fighting (ARFF) personnel, of construction activity and conditions that may adversely affect the operational safety of the airport. Convene a meeting for review and discussion if necessary. (7) Ensure that construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure that construction contractors .-t undergo any training required by the safety plan, as agreed to in the invitation for bid and all subsequent agreements. (9) Develop and coordinate a construction vehicle plan with airport tenants, the airport traffic control tower (ATCT) and construction contractors. Include specific requirements in the safety plan or invitation for bid. (10) Ensure tenants and contractors comply with standards for vehicle lighting, marking, access, and operation. (11) Ensure that each tenant construction safety plan at certificated airports is consistent with Title 14, Code of Federal Regulations (CFR), part 139, Certification and Operations: Land Airports Serving Certain Air Carriers. (12) Conduct frequent inspections to assure construction contractors and tenants comply with the safety plan and oversights or altered construction activities do not create potential safety hazards. (13) Resolve safety deficiencies immediately. b. Construction contractors responsibilities— (1) Posses a copy of the project safety plan. (2) Comply with the safety plan associated with the construction project and ensure that construction personnel are familiar with safety procedures and regulations on the airport. (3) Provide a point of contact that will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. (4) Provide a safety officer/construction inspector trained in airport safety to monitor construction activities. (5) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate. (6) Ensure that no construction employees, employees of subcontractors or suppliers, or other persons enter any part of the aircraft operations areas from the construction site unless authorized. c. Tenants planning construction activities on their leased property responsibilities— (1) Develop a safety plan and submit it the airport operator for approval prior to issuance of a Notice to Proceed. (2) Provide a POC who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. (3) Provide a safety officer/construction inspector trained in airport safety to monitor construction activities. (4) Ensure that no tenant or construction employees, employees of subcontractors or suppliers, or AC 150/5370-2D any other persons enter any part of the AOA from the construction site unless authorized. 5/30/2002 (5) Restrict movement of construction vehicles to construction areas by flagging and barricading or erecting temporary fencing. 2 a^ ' 5/30/2002 AC 150153742D s�sr CHAPTER 2. SAFETY PLANS Section 1. Basic Safety Plan Considerations 2-1. OVERVIEW. Airport operators should coordinate safety issues with the air carriers and other airport tenants before the design phase of the project. The airport operator should identify project safety concerns, requirements, and impacts before making arrangements with contractors and other personnel to perform work on an airport. These safety concerns will be used as the foundation for the construction safety plan and to maintain a high level of aviation safety during the project. These safety concerns should also be included in the invitation for bid. In addition the invitation for bid, should include provisions for addressing additional concerns that are identified as the project progresses. The airport operator should determine the complexity of the safety plan that is necessary for each construction project. The contractor working for the airport operator or tenant, in conjunction with the airport operator, should develop the safety plan. However, the airport operator has final approval authority for all safety plans. The plans and specifications for airport construction should include the construction safety plan. Safety plan costs should be incorporated into the total cost of the project. Coordination will vary from formal predesign conferences to informal contacts throughout the duration of the construction project. Discussion of all details of the safety plan should take place at the predesign and preconstruction conferences. Items to discuss at these meetings include the following: a. Actions necessary before starting construction, �+ including defining and assigning responsibilities. b. Basic responsibilities and procedures for disseminating instructions about airport procedures to the contractor's personnel. c. Means of separating construction areas from aeronautical -use areas. d. Navigational aid (NAVAID) requirements and weather. e. Marking and lighting plan illustrations. L Methods of coordinating significant changes in airport operations with all the appropriate parties. 2-2. SAFETY PLAN CHECKLIST. To the extent applicable, the safety plan should address the following: a. Scope of work to be performed, including proposed duration of work. b. Runway and taxiway marking and lighting. c. Procedures for protecting all runway and taxiway safety areas, object -free zones, obstacle -free zones (OFZs), and other imaginary surfaces defined in 14 CFR part 77, Objects Affecting Navigable Airspace. This includes limitations on equipment height. d. Areas and operations affected by the construction activity, including possible safety problems. e. NAVAIDS that could be affected. f. Methods of separating vehicle and pedestrian construction traffic from the airport movement areas. This may include fencing off construction areas to keep equipment operators in restricted areas in which they are authorized to operate. Fencing (or some other form of restrictive barrier) is an operational necessity in some cases. g. Procedures and equipment, such as barricades (identify type), to delineate closed construction areas from the airport operational areas, as necessary. h. Limitations on construction. i. Required compliance of contractor personnel with all airport safety and security measures. j. Construction site parking, access, and haul roads. k. Radio communications. 1. Vehicle identification. m. Location of and access to stockpiled construction materials and equipment. n. Trenches and excavations and cover requirements. 3 AC 150/5370-2D 5/30/2002 o. Procedures for notifying of ARFF personnel if v. Inspection requirements. water lines or fire hydrants must be deactivated or if emergency access routes must be rerouted or blocked. w. Procedures for locating and protecting of existing underground utilities, cables, wires, pipelines, p. Emergency notification procedures for medical and other underground facilities in excavation areas. and police response. x. Procedures for contacting responsible q. Use of temporary visual aids. representatives/points of contact for all involved parties. This should include off -duty contact information so an r. Wildlife management immediate response may be coordinated to correct any construction -related activity that could adversely affect s. Foreign object debris (FOD) control provisions. the operational safety of the airport. t. Hazardous materials (HAZMAT) management. y. Vehicle operator training. u. Notice to airmen (NOTAM) issuance. Z. Penalty provisions for noncompliance with the Safety Plan (e.g., a vehicle involved in a runway incursion). Section 2. Safety and Security Measures 2-3. OVERVIEW. Airport operators are responsible for closely monitoring tenant and construction contractor activity during the construction project to ensure continual compliance with all safety and security requirements. Airports subject to 49 CFR part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. In addition, airport operators should use safety program standards, as described in Chapter 3 of this AC, to develop specific safety measures to which tenants and construction contractors must adhere throughout the duration of construction activities. General safety provisions are contained in AC 150/5370-10, Standards For Specking Construction on Airports, paragraphs 40-05, "Maintenance of Traffic"; 70-08, "Barricades, Warning Signs, and Hazard Marking"; and 80-04, "Limitation of Operations." At any time during construction, aircraft operations, weather, security, or local airport rules, may dictate more stringent safety measures. The airport operator should ensure that both general and specific safety requirements are coordinated with airport tenants and the ATCT personnel. These parties should also be included in the coordination of all bid documents, construction plans, and specifications for on -airport construction projects. 24. VEHICLE OPERATION MARKING AND PEDESTRIAN CONTROL. Vehicle and pedestrian access routes for airport construction must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the Airport Operations Area (AOA). This includes aircraft movement and non -movement areas. The airport operator should develop and coordinate a construction vehicle plan with airport tenants, contractors, and the ATCT. Specific vehicle and pedestrian requirements should be included in the safety plan or IFB. The vehicle plan should contain the following items: a. Airport operator's rules and regulations for vehicle marking, lighting, and operation. (1) During daylight hours, mark vehicles with orange -and -white -checked flags or flashing yellow beacons. (2) Mark vehicles used for nighttime or low - visibility operations with flashing yellow beacons. (3) Affix a flag to construction vehicles requiring escorts. (4) Mark and identify vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. b. Vehicle operations. (1) Describe proper vehicle operations on movement and non -movement areas under normal, lost communications, and emergency conditions. (2) Describe the penalties for non-compliance with driving rules and regulations. (3) Describe training for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. (4) Provide radio communication training for construction contractor personnel engaged in construction activities around aircraft movement areas. This training may not be necessary for all drivers, such as construction drivers under escort. r"° - - 5/3D/2002 AC 150/5370.2D A r� 5Z r-+ (5) Establish escort procedures for construction vehicles requiring access to aircraft movement areas. No vehicle must be in the movement area without a working radio unless it is under escort. Vehicles can be in closed areas without a radio if the closed area is properly marked and lighted to prevent incursions and NOTAM regarding the closure is issued. (6) Provide monitoring procedures to ensure that vehicle drivers are in compliance with the construction vehicle plan. (7) Provide, if appropriate, personnel to control access through gates and fencing or across aircraft movement areas. 2-5. CONSTRUCTION EMPLOYEE PARKING AREAS. Designate vehicle parking areas for contractor employees in advance to prevent any unauthorized entry of persons or vehicles onto the airport movement area. They should provide reasonable employee access to the job site. 2-6. CONSTRUCTION VEHICLE EQUIPMENT PARKING. Contract employees must park and service all construction vehicles in an area designated by the airport operator outside the runway safety areas (RSAs) and obstacle free zones (OFAs) and never on a closed taxiway or runway. Parking areas must not obstruct the clear line of sight by ATCT to any aprons, taxiways, or runways under air traffic control nor obstruct any runway visual aids, signs, or navigational aids or penetrate part 77 surfaces. 2-7. RADIO COMMUNICATION TRAINING. Ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on airport movement areas observe the proper procedures for communications, including using appropriate radio 2-9. GENERAL. frequencies at airports with and without ATCTs. Systematic training of contractors regardless of whether they are accompanied by an escort is an essential requirement for maintaining airport operational safety. When operating vehicles on or near open runways or taxiways construction personnel must understand the critical importance of maintaining radio contact (or being accompanied by a person who maintains such contact) with the ATCT or the Common Traffic Advisory Frequency, which may include UNICOM, MULTICOM or one of the FAA Flight Service Stations (FSS), as directed by airport management. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position when given clearance to cross a runway. Even though radio communication is maintained, vehicle drivers also must be familiar with ATCT light gun signals in the event of radio failure (see FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings"). This safety placard may be ordered through the Runway Safety Program Web site at http://www.faa.gov/runway/ or obtained from the Regional Airports Division Office. 2-8. FENCING AND GATES. Airport operators and contractors must take care to maintain a high level of safety and security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked. Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit piggybacking behind another person or vehicle. Department of Transportation (DOT) document number DOT/FAA/AR-00/52, Recommended Security Guidelines for Airport Planning and Construction provides more specific information on fencing. Section 3. Notification of Construction Activities In order to maintain the desired levels of operational safety on airports during construction activities, the safety plan should contain the notification actions described below. 2-10. ASSURING PROMPT NOTIFICATIONS. The airport operator should establish and follow procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of an airport. 2-11. NOTICES TO AIRMEN (NOTAMS). The airport operator must provide information on closed or hazardous conditions at the airport to the local air traffic control facility (control tower, approach control, air route traffic control center, or FSS) so they can issue a NOTAM. The airport operator should coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities. Refer to AC 150/5200-28, Notices to Airmen (NOT.4Ms) for Airport Operators, and Appendix 4 in this AC for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of r- AC 150/5370-2D 49117AIIIN FAA -owned facilities. Only the airport operator or an authorized representative may issue or cancel NOTAMs on airport conditions. The airport operator must file and maintain this list of authorized persons with the FSS. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the appropriate POINT OF CONTACT, as defined in the safety plan. 2-12. AIRCRAFT RESCUE AND FIRE FIGHTING (ARFF) NOTIFICATION. The safety plan must provide procedures for notifying ARFF. personnel, mutual aid providers, and other emergency services when construction requires shutting off or otherwise disrupting any water line or fire hydrant on the airport or adjoining areas and if contractors must work with hazardous material on the airfield. Notification procedures must also be developed for notifying ARFF and all other emergency personnel when the work performed will close or affect any emergency routes. Likewise, the procedures must address appropriate notifications required when services are restored. 2-13. NOTIFICATION TO THE FAA. Regulation requires formal notification to the FAA for certain airport projects. In addition to applications made for Federally funded construction, 14 CFR part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the FAA be notified in writing whenever a non -Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deactivation or abandoning of an entire airport. Formal notification involves by submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional Office or Airports District Office (ADO). Also, any person proposing any kind of construction or alteration of objects that affects navigable airspace, as defined in 14 CFR part 77, must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i.e., cranes, graders, etc.). FAA Form 7460-1, Notice of Proposed Construction or Alteration, is used for this purpose and submitted to the FAA Air Traffic Division in the Regional Office. (See AC 70/7460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace.) If construction operations require a shutdown of NAVAIDS from service for more than 24 hours or in excess of 4 hours daily on consecutive days, we recommend a 45-day minimum notice prior to facility shutdown. 2-14. WORK SCHEDULING AND ACCOMPLISHMENT. Airport operators or tenants having construction on their leased properties should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction, see AC 15015300-9, Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects. The airport operator, tenants and construction contractors should integrate operational safety requirements into their planning and work schedules as. early as practical. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. The contractor and airport operator should carry out on sight inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 5/30/2002 AC 15015370.2D CHAPTER 3. SAFETY STANDARDS AND GUIDELINES Section 1. Runway and Taxiway Safety Areas 3-1. OVERVIEW. Airport operators must use these safety guidelines when preparing plans and specifications for construction activities in areas that may interfere with aircraft operations. The safety plan must reflect the specific needs of a particular project and for this reason these safety guidelines must not be incorporated verbatim into project specifications. The safety plan should recognize and address these standards for each airport construction project. For additional guidance on meeting safety and security requirements, refer to the planning guide template included in Appendix 3 of this AC. 3-2. RUNWAY SAFETY AREA (RSA). Construction activities may be permitted within the standard RSA, subject to the following conditions: a. Runway edges. (1) No construction may occur closer than 200 feet from the runway centerline unless the runway is closed or restricted to aircraft operations requiring a RSA that is equal to the RSA width available during construction. (2) Personnel, Material, and/or equipment may not penetrate the OFZ, as defined in AC 150/5300-13 Airport Design. (3) The airport operator must coordinate the construction activity in the RSA with the ATCT and the FAA Regional Airports Division Office and issue a local NOTAM. b. Runway ends. (1) A RSA area must be maintained from the runway threshold to a point at least equal to the distance from the runway threshold that existed before construction activity, unless the runway is closed or restricted to aircraft operations requiring a RSA that is equal to the RSA width available during construction in accordance with AC 150/5300-13, Airport Design. The temporary use of declared distances and partial runway closures may help achieve this distance. In addition, all personnel, materials, and/or equipment must remain clear of the applicable threshold siting criteria surface, as defined in Appendix 2, "Threshold Siting Requirements" of AC 150/5300-13.1 1 If a full safety area cannot be obtained through declared distances and partial closures, or other methods such as an alternate runway use, construction activity may operate in the (2) Personnel, material, and/or equipment may not penetrate the OFZ, as defined in AC 150/5300- 13. (3) The safety plan must provide procedures for ensuring adequate distance for blast protection, if required by operational considerations. (4) The airport operator must coordinate construction activity in this portion on the RSA with the ATCT and the FAA Regional Airports Division Office and issue a local NOTAM. 3-3. TAXIWAY SAFETY AREAS. Construction activity is permissible in taxiway safety areas and taxiway object -free areas (TOFAs) if the activity is hazard -marked and/or lighted and local NOTAMs are issued to that effect. Limit construction activities to the following distance: the TOFAs wingtip clearance is equal to 1.4 times the airplane wingspan plus 20 feet (6m) of the largest aircraft (see the TOFA table in AC 150-5300-13, Airport Design). If construction must occur in taxiway safety areas (refer to the taxiway safety area table in AC 150/5300-13), give special consideration to the height of barricades, flashers, and other warning devices to ensure adequate clearance for aircraft wingtips, propellers, engines, etc. If operating in a taxiway safety area, personnel and equipment must be mobile and be moved out of the area for each passing aircraft. The use of a flagperson to direct construction equipment (not aircraft) along taxiways may be necessary. Construction in restricted areas where the OFA standards cannot be met may require the use of wing walkers. Wing walkers that guide these aircraft through these areas should be airline/aviation personnel rather than construction workers. If wing walkers cannot be provided, close the area. RSA as long as conditions sited in paragraph 3-2b(2) thru (4) are met. In addition, 14 CFR part 77 surfaces; various transitional surfaces, outlined in AC 150/5300-13; and Terminal En Route Procedures (TERPS) must be protected. 0- 7 AC 150/5370-2D 5/30/2002 Section 2. Temporary Runway Threshold Displacements 34. OVERVIEW. Construction activity in a runway approach area may result in the need to partially close a runway or displace the existing runway threshold. In either case, locate the threshold at a point where the approach slope for the new landing threshold is not penetrated. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. These objects must be coordinated with the FAA's Regional Airspace and Procedures Branch and Flight Procedures Branch or their equivalents, as necessary. Refer to the current edition of AC 150/5300-13, Airport Design, for guidance on threshold siting requirements. Also coordinate the partial runway closure, the displacement of the runway threshold, as well as complete runway and other portions of the movement area closures with appropriate ATCT personnel and airport users. Caution regarding partial runway closures: When filing a NOTAM for a partial runway closure verify with FSS, that the portion of pavement located prior to the threshold is not available for landing and departing traffic. Example NOTAM: "North 1,000 feet of Runway 18/36 is closed; 7,000 feet remains available on Runway 18 and Runway 36 for arrivals and departures." There may be situations where the portion of closed runway is available for taxiing only. This condition must also be reflected in the NOTAM. Caution regarding displaced thresholds: Implementation of a displaced threshold ONLY affects runway length available for aircraft landing over the displacement. Published physical length remains the same for aircraft departing in both directions and for aircraft landing in the direction opposite the displacement. If project scope includes personnel, equipment, excavation, etc. within the RSA of any usable runway end, we do not recommend a displaced threshold unless arrivals and departures toward the construction.activity are prohibited. Instead, implement a partial closure. 3-5. MARKING GUIDELINES FOR TEMPORARY THRESHOLD. Ensure that markings for temporarily displaced thresholds are clearly visible to pilots approaching the airport to land. When construction personnel and equipment are located close to any threshold, a temporary visual NAVAID, such as runway end identifier lights (REIL), may be required (even on unlighted runways) to define the new beginning of the runway clearly. A visual vertical guidance device, such as a visual approach slope indicator (VASI) or precision approach path indicator (PAPI), may be necessary to assure landing clearance over personnel, vehicles, equipment, and/or above -grade piled materials. If such devices are installed, ensure an appropriate descriptive NOTAM is issued to inform pilots of these conditions. The current edition of AC 150/5340- 1, Standardsfor Airport Markings, describes standard marking colors and layouts. In addition, we recommend that temporary runway thresholds be marked using the following guidelines: a. Short-term temporary runway threshold markings may deviate from the standards specified in AC 150/5340-1, provided the deviations are coordinated with the FAA Airports Regional or Airports District Office and an appropriate NOTAM is filed, However, the colors and dimensions must meet the existing standards. In addition, these markings must be clearly visible to pilots; not misleading, confusing, or deceptive; secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents; and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. (2) Pavement markings for temporary closed portions of the runway must use yellow chevrons to identify pavement areas that are unsuitable for landing (see AC 150/5340-1). (3) When threshold markings are needed to identify temporary beginning of the runway that is available for landing, a single white bar of the dimensions specified in AC 150/5340-1 may be used. (4) If temporary outboard elevated or flush threshold bars are used, locate them outside of the runway pavement surface, one on each side of the runway. They are to be 10 feet (3m) in width and extend outboard from each side of the runway so they are clearly visible to landing and departing aircraft. These threshold bars are white. If the white threshold bars are not discernable on grass, apply a black background in appropriate material over the grass to ensure the markings are clearly visible. (5) A temporary threshold may also be marked with the use of retroreflective, elevated markers. One side of such markers is green to denote the approach end of the runway; the side that is seen by pilots on rollout is red. See FAA Specification L-853 in AC 150/5345-39, Runway and Taxiway Retroreflective Markers. (6) At 14 CFR part 139 certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR part 139.309). However at noncertificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See FAA Specification L-853 in AC 150/5345-39. b. The application rate of the paint to mark a short- term temporary runway threshold may deviate from the r"' 5/3012002 AC 150/5370.2D standard (see Revised Item, P-620 Runway and Taxiway Painting in AC 150/5370-10), but the dimensions must meet the existing standards. c. When a threshold is temporarily displaced, the distance remaining signs for aircraft landing in the opposite direction may need to be covered or removed during the construction. 3-6. LIGHTING GUIDELINES FOR TEMPORARY THRESHOLD. Temporary runway thresholds must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. We recommend that temporary threshold lights and related visual NAVAIDs be installed outboard of the edges of the full-strength pavement with bases at grade level or as low as possible, but not to exceed 3 inches (7.6cm) above ground. When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage (see AC 150/5370-10, Standards for Specking Construction of Airports). We recommend that the following be observed when using temporary runway threshold lighting: a. Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-24, Runway and Taxiway Edge Lighting System. Battery -powered or portable lights, that meet the criteria in AC 150/5345-50, Specification for Portable Runway Lights, may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operation but may be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the Flight 3-7. OVERVIEW. Standards Division of the applicable FAA Regional Office. b. When the threshold has been displaced due to a partial runway closure, disconnect edge and threshold lights with associated isolation transformers on that part of the runway at and behind the threshold (i.e., the portion of the runway that is closed). Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. c. Secure, identify, and place any temporary exposed wiring in conduit to prevent electrocution and fire ignition sources. d. Reconfigure amber lenses (caution zone), as necessary. If the runway has centerline lights, reconfigure the red lenses, as necessary. e. Relocate the visual glide slope indicator (VGI) such as VAST, PAPI, REIL, and approach lights to identify the temporary threshold. Also, disable VGI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the temporary runway threshold is not already served by a VGI, we recommend the installation of a PAPI. If the FAA owns and operates the VGI, coordinate their installation with the Airways Facility Systems Management Office. f. Issue a NOTAM to inform pilots of temporary lighting conditions. Section 3. Other Construction Marking and Lighting Activities Ensure that construction areas, including closed runways, are clearly and visibly separated from movement areas and hazards, facilities, cables, and power lines are identified prominently for construction contractors. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking and lighting aids remain in place and operational. Routine inspections must be made of temporary construction lighting, especially battery - powered lighting, since weather conditions can limit battery life. 3-8. CLOSED RUNWAY AND TAXIWAY MARKING AND LIGHTING. Closed runway markings consist of a yellow "X" in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. A very effective and preferable visual aid to depict temporary closure is the lighted "X" signal placed on or near the runway designation numbers. This device is much more discernible to approaching aircraft than the other materials described. If the lighted "X" is not available, construct the marking of any of the following materials: double -layered painted snow fence, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and secured to prevent movement by prop wash, jet blast, or other wind currents. In addition, install barricades, or activate stop bars, at major entrances to the runways to prevent aircraft from entering a closed portion of runway. The placement of even a single reflective barricade with a "do not enter" sign on a taxiway centerline can prevent an aircraft from continuing onto a closed runway. AC 150/5370-2D 5/30/2002 For runways and taxiways that have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold marking, runway designation marking, and touchdown zone markings should be obliterated and "Xs" placed at each end and at 1,000 feet (300m) intervals. With taxiways, a cross should be placed at each entrance of the closed taxiway. When all runways are closed temporarily, the runways are marked as temporarily closed runways and the airport beacon is turned off. When the runways are closed permanently, the runways are marked as permanently closed, the airport beacon is disconnected, and an "X" is placed in the segmented circle or at a central location if no segmented circle exists. 3-9. HAZARD MARKING. Provide prominent, comprehensible warning measures for any area affected by construction that is normally accessible to aircraft, personnel, .or vehicles. Using appropriate hazard markings may prevent damage, injury, traffic delays, and/or facility closures. Hazard markings must restrict access and make specific hazards obvious to aircraft, personnel, and vehicles. Barricades, traffic cones (weighted or sturdily attached to the surface), or flashers are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Provide temporary hazard marking to prevent aircraft from taxiing onto a closed runway for takeoff and to identify open manholes, small areas under repair, stockpiled material, and waste areas. Also consider less obvious construction -related hazards, including markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (ILS) critical areas; and other sensitive areas. a. Nonmovement areas. Indicate construction locations on nonmovement areas in which no part of an aircraft may enter by the using barricades that are marked with diagonal, alternating orange and white stripes. Supplement these barricades with alternating orange and white flags at least 20 by 20 inches (50 by 50cm) square and made and installed so they are always in an extended position, properly oriented, and securely fastened to eliminate jet engine ingestion. Such barricades may be many different shapes and made from various materials, including railroad ties, sawhorse, jersey barriers, or barrels. During reduced visibility or night hours, supplement the barricades with yellow or red lights, either flashing or steady burning. If an aircraft would normally have access to these areas use red lights. The intensity of the lights and spacing for barricade flags and lights must adequately and without ambiguity delineate the hazardous area. The construction specification must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file this information with the airport. b. Movement areas. Use alternating orange and white flaglines, traffic cones, omnidirectional red flashers, and/or signs to separate all construction/maintenance areas from the movement area. All barricades, temporary markers, flagline supports, and other objects placed and left in safety areas associated with any open runway, taxiway, or taxilane must be as low as possible to the ground; of low mass; easily collapsible upon contact with an aircraft or any of its components; weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents; and, if affixed to the surface, frangible at grade level or as low as possible, but not to exceed 3 inches (7.6cm) above the ground. Do not use nonfrangible hazard markings, such. as railroad ties, jersey barricades, and/or metal -drum -type barricades in aircraft movement areas. Barricade taxiways leading to closed runways with highly reflective barriers with flashing or solid red lights. Evaluate all operating factors when dealing with temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, we strongly recommend that, even for closures of relatively short duration, major taxiway/runway intersections be marked. Mark the with barricades with a flashing red light spaced at 20 feet (6m) intervals. At a minimum, use a single barricade placed on the taxiway centerline. 3-10. CONSTRUCTION NEAR NAVIGATIONAL AIDS (NAVAIDS). Construction, activities, materials/equipment storage, and vehicle parking near electronic NAVAIDS require special consideration since they may interfere with signals essential to air navigation. Evaluate the effect of construction activity and the required distance and direction from the NAVAID for each construction project. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line -of -sight from the ATCT or electronic emissions. Interference from construction may require NAVAID shutdown or adjustment of instrument approach minimums for IFR. This condition requires that a NOTAM be filed. Construction activities and materials/equipment storage near NAVAIDS may also obstruct access to the equipment and instruments for maintenance. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near NAVAIDS, consult with the nearest FAA Airways Facilities Office. 10 5/30/2002 AC 150/5370.2D 3-11. CONSTRUCTION SITE ACCESS AND HAUL ROADS. Determine the construction contractor's access to the construction sites and use of haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved.. Construction contractors must submit specific proposed routes associated with construction activities to the airport operator for evaluation and approval before beginning construction activities. These proposed routes must also provide specifications to prevent inadvertent entry to operational runways. Pay special attention to ensure that ARFF right of way on access and haul roads are not impeded at any time and that construction traffic on haul roads does not interfere with NAVAIDS or penetrate part 77 surfaces of operational runways. 3-12. TRENCHES AND EXCAVATIONS. Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red or yellow lights, depending on accessibility by aircraft, during hours of restricted visibility or darkness. a. RSAs. Open trenches or excavations are not permitted within 200 feet (60m) of the runway centerline and at least the existing RSA distance from the runway threshold while the runway is open. If the runway must be opened before excavations are backfilled, cover the excavations appropriately. Coverings for open trenches or excavations must be of sufficient strength to support the weight of the heaviest aircraft operating on the runway (see paragraph 3-2, "Runway Safety Area," for additional guidance.) 3-16. OVERVIEW. b. Taxiways and Aprons. Excavations and open trenches may be permitted up to the edge of a structural taxiway and apron pavement provided the dropoff is marked and lighted per paragraph 3-10. 3-13. CONSTRUCTION MATERIAL STOCKPILING. Stockpiled materials and equipment storage is not permitted within the RSA, OFA, or OFZ of an operational runway. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked with red flags and lighted during hours of restricted visibility or darkness. This includes determining and verifying that materials are stored at an approved location to prevent foreign object damage and attraction by wildlife. 3-14. OTHER LIMITATIONS ON CONSTRUCTION. Contractor may not use open -flame welding or torch unless adequate fire safety precautions are provided and the airport operator has approved their use. Under no circumstances should flare pots be used within the AOA at any time. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300m) of the airport property, (see AC 150/5370-10A, Standards for Specifying Construction of Airports.) 3-15. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials tracked onto these areas must be continuously removed during the construction project. We also recommend that airport operators and construction contractors carefully control and remove waste or loose materials that might attract wildlife on a continual basis. Section 4. Safety Hazards and Impacts The situations identified below are potentially hazardous conditions and may occur during airport construction. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the three most prevalent threats to airport operational safety during airport construction. Airport operators and contractors should consider the following when performing inspections of construction activity: r■* a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxilane or in the related object -free and aircraft approach or departure areas/zones. c. Runway resurfacing projects resulting in lips exceeding 3 inches (7.62cm) from pavement edges and ends. AC 150/5370-2D 5/30/2002 d. Heavy equipment, stationary or mobile, operating or idle near AOAs, in runway approaches and departures areas, or in object -free areas. e. Equipment or material near NAVAIDS that may degrade or impair radiated signals and/or the monitoring of navigational and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. f. Tall and especially relatively low -visibility units (i.e., equipment with slim profiles) —cranes, drills, and similar objects— located in critical areas such as OFZs and approach zones. g. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxilane or in a related safety, approach, or departure areas. h. Obstacles, loose pavement, trash, and other debris on or near AOAs. Construction debris (gravel, sand, mud, paving materials, etc.) on airport pavements, resulting in aircraft prop, turbine engine, or tire damage. Also loose materials that may be subject to being blown about, potentially causing personal injury or equipment damage. i. Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open aircraft operating areas create aviation hazards. j. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced) and taxiways. Inadequate or improper methods of marking, barricading, and lighting temporarily closed portions of airport operating areas create aviation hazards. k. Wildlife Attractants; such as trash (food scraps not collected from construction personnel activity), grass seeding, or ponded water on or near airports. 1. Obliterated or faded markings on active operational areas. m. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. n. Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction -related airport conditions. o. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway/taxiway lighting; loss of navigational, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. p. Restrictions on ARFF access from fire stations to the runway -taxiway system or airport buildings. q. Lack of radio communications with construction vehicles in airport movement areas. r. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations. s. Water, snow, dirt, debris, or other contaminants, which temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. t. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, ramps, and airport roadways. u. Failure to maintain drainage system integrity during construction (e.g. no temporary drainage provided when working on a drainage system). v. Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits. w. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. x. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring and place it in conduit or bury it. y. Site burning, which can cause possible obscuration. 12 r 5/30/2002 AC 150/5370-2D APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version of the following free publications from the U.S. Department of Transportation, Subsequent Distribution Office, SVC-121.23, Ardmore East Business Center, 3341 Q 75th Avenue, Landover, MD, 20785. The most recent edition of AC 00-2, Advisory Circular Checklist, lists all current issues and changes. In addition, the FAA makes many of these ACs available on its Web Site at htt ://www.faa.gov/ARP/. a. AC 150/5200-28, Notices to Airman (NOTAMS) v, for Airport Operators. Provides guidance for the use of the NOTAM System in airport reporting. b. AC 150/5200-30, Airport Winter Safety and Operations. Provides guidance to airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. c. AC 150/5200-33, Hazardous Wildlife Attractants on or Near Airports. Provides guidance on locating certain land uses having the potential to attract hazardous wildlife to near public -use airports. d. AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. Provides guidance, specifications, and standards, for painting, marking, and lighting vehicles operating in the airport air operations areas. e. AC 150/5220-4, Water Supply Systems for Aircraft Fire and Rescue Protection. Provides guidance for the selection of a water source and standards for the design of a distribution system to support aircraft rescue and fire fighting service operations on airports. f. AC150/5340-1, Standardsfor Airport Markings Contains FAA standards for markings used on airport runways, taxiways, and aprons. g. AC 150/5340-18, Standard for Airport Sign Systems. Contains FAA standards for the siting and installation of signs on airport runways and taxiways. h. AC 150/5345-28, Precision Approach Path Indicator (PAPI) Systems. Contains the FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. i. AC 150/5380-5, Debris Hazards at Civil Airports. Discusses problems at airports, gives information on foreign objects and explains how to eliminate such objects from operational areas. j. AC 70/7060-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace. Provides information to persons proposing to erect or alter an object that may affect navigable airspace and explains the need to notify the FAA before construction begins and the FAA's response to those notices as required by 14 CFR part 77. 2. Obtain copies of the following publications from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC 20402. Send check or money order with your request made payable to the Superintendent of Documents in the amount stated. The Government Printing Office does not accept C.O.D. orders. In addition, the FAA makes these ACs available on our Web Site at http://www.faa.gov/ARP/. a. AC 150/5300-13, Airport Design. Contains FAA standards and recommendations for airport design, establishes approach visibility minimums as an airport design parameter, and contains the object -free area and the obstacle free zone criteria. ($26. Supt. Docs.) SN050- 007-01208-0. b. AC 150/5370-10, Standards for Specifying Construction of Airports. Provides standards for construction of airports. Items covered include earthwork, drainage, paving, turfing, lighting, and incidental construction. ($18. Supt. Docs) SN050-007-0821-0. �-+ A-1 AC 150/5370-2D 5/30/2002 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC 1. AIRPORT OPERATIONS AREA (AOA). Any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operations area includes such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways, taxiways, or aprons. 2. CERTIFICATED AIRPORT. An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR part 139, Certification and Operation: Land Airports Serving Certain Air Carriers. 3. FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION. The form submitted to the FAA Regional Air Traffic Division as formal written notification of any kind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR part 77, Objects Affecting Navigable Airspace (see AC 70/7460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace). 4. FAA FORM 7480-1, NOTICE OF LANDING AREA PROPOSAL. Form submitted to the FAA Airports Regional Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deactivation or abandoning of an entire airport. 5. MOVEMENT AREA. The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading ramps and aircraft parking areas (reference 14 CFR part 139). 6. OBSTRUCTION. A structure, natural growth,. vehicle, or construction material that penetrates any airport imaginary surface defined by 14 CFR part 77, including primary, transitional, approach, horizontal, and conical surfaces. 7. OBJECT -FREE AREA (OFA). An area on the ground centered on the runway, taxiway, or taxilane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes (see AC 15015300-13, Airport Design, for additional guidance on OFA standards and wingtip clearance criteria). 8. OBSTACLE -FREE ZONE (OFZ). A design standard involving imaginary surfaces near a runway. Included are the runway OFZ, inner -transitional surface OFZ, and inner -approach OFZ. The OFZ is a three-dimensional volume of airspace that supports the transition of ground to airborne aircraft operations (and vice versa). The OFZ clearing standard precludes penetrations by taxiing and parked airplanes and other objects, except for frangible visual navigational aids (NAVAIDS) that need to be located in the OFZ because of their function (refer to AC 150/5300-13 for guidance on OFZs). 9. RUNWAY SAFETY AREA (RSA). A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5306-13. 10. TAXIWAY SAFETY AREA. A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300- 13. 11. THRESHOLD. The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. 12. DISPLACED THRESHOLD. The portion of pavement behind a displaced threshold that may be available for takeoffs in either direction or landing from the opposite direction. 13. VISUAL GLIDE SLOPE INDICATOR (VGI). This device provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicator (PAPI) and visual Approach slope indicator (VASI). A-2 5/30/2002 AC 150/5370.2D 0 APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction PURPOSE. This appendix provides airport operators with boilerplate format and language for developing a safety plan for an airport construction project. Adapt this appendix, as applicable, to specific conditions found on the airport for which the plan is being developed. Plans should contain the following: 1. GENERAL SAFETY REQUIREMENTS. Throughout the construction project, the following safety and operational practices should be observed: Operational safety should be a standing agenda item during progress meetings throughout the construction project. • The contractor and airport operator shall perform onsite inspections throughout the project, with immediate remedy of any deficiencies, whether caused by negligence, oversight, or project scope change. • Airport runways and taxiways 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. • Contractor, sub -contractor, and supplier employees or any other unauthorized persons must be restricted from entering or remaining in an airport area that would be hazardous. • Construction that is within the safety area of an active runway, taxiway, or apron that is performed under normal operational conditions must be performed when the runway, taxiway, or apron is closed or use restricted and initiated only with prior permission from the airport operator. • The contracting officer, airport operator, or other designated airport representative may order the contractor to suspend operations; move personnel, equipment, and materials to a safe location; and stand by until aircraft use is completed. 2. CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE. Before beginning any construction activity, the contractor must, through the airport operator, give notice (using the Notice to Airmen (NOTAM) System) of proposed r� location, time, and date of commencement of construction. Upon completion of work and return of all such areas to standard conditions, the contractor must, through the airport operator, verify the cancellation of all notices issued via the NOTAM System. Throughout the duration of the construction project, the contractor must — a. Be aware of and understand the safety problems and hazards described in AC 150/5370-2, Operational Safety on Airports During Construction. b. Conduct activities so as not to violate any safety standards contained in AC 150/5370-2 or any of the references therein. c. Inspect all construction and storage areas as often as necessary to be aware of conditions. d. Promptly take all actions necessary to prevent or remedy any unsafe or potentially unsafe conditions as soon as they are discovered. 3. APPROACH CLEARANCE TO RUNWAYS. Runway thresholds must provide an unobstructed approach surface ratio over equipment and materials. (Refer to Appendix 2 in AC 150/5300-13, Airport Design, for guidance in this area.) 4. RUNWAY AND TAXIWAY SAFETY AREA (RSA and TSA). A runway must be closed/partially closed if construction activity will occur within the RSA (see AC 150/5370-2 for exceptions). Construction activity within the TSA/obstacle-free zone is permissible when the taxiway is open to aircraft traffic if adequate wingtip clearance exists between the aircraft and equipment/material; evacuations, trenches, or other conditions are conspicuously marked and lighted; and local NOTAMs are in effect for the activity (see AC 150/5300-13 for wingtip clearance requirements.) The NOTAM should state that, "personnel and equipment are working adjacent to Taxiway a. Procedures for protecting runway edges. • Limit construction to no closer than 200 feet (60M) from the runway centerline, unless the runway is closed or restricted to aircraft operations requiring a lesser standard RSA that is equal to the RSA available during construction. F" A-3 AC 150/5370-2D 513012002 • Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, Paragraph-306, from penetrating the OFZ. • Coordinate construction activity with the Airport Traffic Control Tower (ATCT), FAA Regional Airports Office or Airports District Office and through the airport operator issue an appropriate NOTAM. Complete the following chart to determine the area that must be protected along the runway edges: RUNWAY Aircraft Approach . Category * A,B,C,orD Airplane Design Group* I, II, III, or IV RSA WIDTH IN FEET Divided by 2* *See AC 15015300-13, Airport Design, to complete the chart for specific runway. b. Runway Ends. • Maintain the RSA from the runway threshold to a point at least the distance from the runway threshold as existed before construction activity, unless the runway is closed or restricted to aircraft operations requiring a RSA that is equal to the RSA width available during construction in accordance with AC 150/5300-13. This may involve the use of declared distances and partial runway closures (see AC 150/5370-2 for exceptions). • Ensure all personnel, materials, and/or equipment are clear of the applicable threshold siting criteria surface as defined in Appendix, "Threshold Siting Requirements," of AC 150/5370-2. • Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, from penetrating the OFZ. • Ensure adequate distance for blast protection is provided, as needed. • Coordinate construction activity with the ATCT, FAA Regional Division Office, or Airport District Office, and, through the airport operator, issue an appropriate NOTAM. • Provide a drawing showing the profile of the appropriate surfaces of each runway end where construction will take place. Where operations by turbojet aircraft are anticipated, review takeoff procedures and jet blast characteristics of aircraft, and incorporate safety measures for construction workers in the contract documents. A-4 5/30/2002 AC 150/53742D Complete the following chart to determine the area that must be protected prior to the runway threshold: RUNWAY Airplane Aircraft MINIMUM SAFETY MINIMUM UNOBSTRUCTED END Design Group* Approach AREA BEHIND APPROACH SLOPE NUMBER Category * THRESHOLD* I, II, III, or IV A, B, C, or D _ :FEET : 1 to (threshold) :FEET : 1 to (threshold) :FEET : 1 to (threshold) —r-- FEET 1 to (threshold) F *See AC 150/5300-13, Airport Design, to complete the chart for specific runway. 5. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. Marking and lighting for a temporary threshold is /is not required. The airport owner or contractor, as specified in the contract will furnish and maintain .•, markings for temporary thresholds. Precision approach path indicator (PAPI) or runway end identification lights (REIL) are /are not required. The airport owner or contractor, as specified in the contract will furnish and install all temporary lighting. Include appropriate items per Chapter 3 of this AC. If marking and lighting for the temporary threshold is not required, delete this section of the safety plan. If visual aids and/or markings are necessary, provide details. (Include applicable 14 CFR part 77 surfaces in the contract documents.) r+ 6. CLOSED RUNWAY MARKINGS AND LIGHTING. The following must be specified for closed runways. Closed runway marking are /are not required. Closed runway markings will be as shown on the plans / as furnished by the airport owner /other (specify). Barricades, flagging, and flashers are /are not required at Taxiway and Runway and will be supplied by the airport /other (specify). 7. HAZARDOUS AREA MARKING AND LIGHTING. r� Hazardous areas on the movement area will be marked with barricades, traffic cones, flags, or flashers (specify). These markings restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, identify hazardous areas with red or yellow omnidirectional flashing lights (specify). The hazardous area marking and lighting will be supplied by the airport operator/contractor, as specified in the contract and will be depicted on the plans. 8. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, and/or signs will be altered in the following manner (specify) during the period from to . The alterations are depicted on the plans. 9. VEHICLE OPERATION MARKING AND CONTROL. Include the following provisions in the construction contract, and address them in the safety plans: a. When any vehicle, other than one that has prior approval from the airport operator, must travel over any portion of an aircraft movement area, it shall be escorted and properly identified. To operate in those areas during daylight hours, the vehicle must have a flag or beacon attached to it. Any vehicle operating on the movement areas during hours of darkness or reduced visibility should be equipped with a flashing dome type light, the color of which is in accordance with local or state codes. b. It may be desirable to clearly identify the vehicles for control purposes by either assigned initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at minimum 8-inch (20cm), block -type characters of a contrasting color, and easy to read. They may be applied either by using tape or a water-soluble paint to facilitate removal. Magnetic signs are also acceptable. In addition, all vehicles must display identification media as specified in the approved security plan. (This section should be revised to conform to the airport operator's requirements.) c. Employee parking shall be (specify PM A-5 AC 150/5370-2D 5/30/2002 location), as designated by: airport manager /project engineer other (specify). d. Access to the job site shall be via (specify route) as shown on the plans /designated by the engineer / designated by the superintendent /designated by the airport manager /other (specify). e. At 14 CFR part 139 certificated airports, all vehicle operators having access to the movement area shall be familiar with airport procedures for the operation of ground vehicles and the consequences of non- compliance. L If the airport is certificated and/or has a security plan, the airport operator should check for guidance on the additional identification and control of construction equipment. 10. NAVIGATIONAL AIDS. The contractor must not conduct any construction activity within navigational aids' restricted areas without prior approval from the local FAA Airway Facilities sector representative. Navigational aids include instrument landing system components and very high -frequency omnidirectional range, airport surveillance radar. Such restricted areas are depicted on construction plans. 11. LIMITATIONS ON CONSTRUCTION. Additional limitations on construction shall include — a. Prohibit open -flame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by the engineer (as tailored to conform to local requirements and restrictions). b. Prominently mark open trenches, excavations, and stockpiled materials at the construction site with alternating orange and white flags and light these obstacles during hours of restricted visibility and darkness. c. Marking and lighting of closed, deceptive, and hazardous areas on airports, as appropriate. d. Constrain stockpiled material to prevent its movement as a result of the maximum anticipated aircraft blast and forecast wind conditions. 12. RADIO COMMUNICATIONS. Vehicular traffic located in or crossing an active movement area must have a working two-way radio in contact with the control tower or be escorted by a flag person (in radio contact with the tower). The driver, through personal observation, should confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two- way radio communication provided a NOTAM is issued closing the area and that the area is properly marked to prevent incursions. Two-way radio communications are /are not required between contractors and the Airport Traffic Control Tower /FAA Flight Service Station /Airport Aeronautical Advisory Stations (UNICOM/CTAF) . Radio contact is /is not required between the hours of and Continuous monitoring is required /or is required only when equipment movement is necessary in certain areas. (This section may be tailored to suit the specific vehicle and safety requirements of the airport sponsor.) 13. DEBRIS. Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas must be removed continuously during the work project. A-6 rA 5/30/2002 FAA NOTAM # AIRPORT I.D. # NOTAM TEXT: rl NOTIFICATON: ####TOWER s., PHONE # ####AFSS PHONE# CANCELLED: NOTIFICATON: # # # # TOWER PHONE # ####AFSS PHONE # r■+ APPENDIX 4. SAMPLE NOTAM AIRPORT DATE: TIME: INITIALS TIME CALLED IN BY CALLED IN BY AIRLINES INITIALS TIME CALLED IN BY INITIALS TIME CALLED IN BY AIRLINES AC 150/5370.2D A-7 Technical Specifications: -for CITY. OF' • 19� fel i_: � A- I CONTRACT SPECIFICATIONS TABLE OF CONTENTS. SPECIAL PROVISIONS SP Special Provisions SP-1 thru SP-7 PART II - EARTHWORK P-100 Mobilization P-100-1 thru P-100-2 P-101 L Large Field Office P-101-1 thru P-101-3 P-140 Pavement Removal P-140-1 thru P-140-2 P-150 Demolition P-150-1 thru P-150-3 P-152 Excavation and Embankment P-152-1 thru P-152-12 P-156TX Temporary Air and Water P-156-1 thru P-156-6 Pollution, Soil Erosion, and Siltation Control PART III - RIGID BASE COURSES P-304 Cement -Treated Base Course P-304-1 thru P-304-9 PART IV - FLEXIBLE SURFACE COURSES P-405 Ground Stabilization Fabric P-405-1 thru P-405-2 PART V - RIGID PAVEMENT P-501 Portland Cement Concrete Pavement P-501-1 thru P-501-35 PART VI - MISCELLANEOUS M-103-2 Runway & Taxiway Markers M-103-1 thru M-103-3 M-104 Traffic Drums M-104-1 M-107 Aviation Barricades M-107-1 M-129 Computerized Airfield Lighting M-129-1 thru M-129-19 ITEM PAGE NUMBERS Control System P-605 Joint Sealing Filler P-605-1 thru P-605-4 P-606 Adhesive Compounds, Two -Component P-606-1 thru P-606-5 for Sealing Wire and Lights in Pavement P-619 Paint Removal P-619-1 thru P-619-2 P-620 Runway and Taxiway Painting P-620-1 thru P-620-8 PART VII - DRAINAGE D-701 Pipe For Storm Drains and D-701-1 thru D-701-8 Culverts _ D-705 Pipe Underdrains For Airports D-705-1 thru D-705-8 D-751 Manholes, Catch Basins, Inlets, D-751-1 thru D-751-8 _ and Inspection Holes PART VIII - TURFING T-901 Seeding T-901-1 thru T-901-7 _ T-908 Mulching T-908-1 thru T-908-3 PART IX - AIRPORT LIGHTING L-108 Installation of Underground Cable for Airports L-108-1 thru L-108-10 L-110 Installation of Airport L-110-1 thru L-110-7 Underground Electrical Duct L-125 Installation of Airport Lighting Systems L-125-1 thru L-125-4 L-127 Electrical Manholes and Junction Boxes L-127-1 thru L-127-6 PART X - ROADWAY R-247 Flexible Base R-247-1 R-310 Prime Coat R-310-1 R-340 Asphalt Concrete Pavement R-340-1 R-432TX Riprap R-432-1 " PART XI - GEOTECHNICAL REPORT Geotechnical Soils Investigation by Dyess-Peterson Testing Laboratory, Inc. No Text .w SPECIAL PROVISIONS SP-1 INSURANCE The Contractor shall specify the Owner and the Engineer as named additional insured in all insurance required under this specification. SP-2 CONFLICT WITH OTHER CONTROLS In the event of conflict between these requirements and pollution control laws, rules, or regulations or other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The CONTRACTOR shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. SP-3 PAVEMENT LOADING The existing airport pavements are designed for aircraft on single and dual gear configurations. The CONTRACTOR shall preserve and/or protect existing and new pavements from damage due to construction operations. Existing pavements which are damaged shall be replaced or repaved at the CONTRACTOR'S expense. The CONTRACTOR shall take immediate action to alleviate the problem. SP-4 COMMUNICATIONS The CONTRACTOR shall keep the resident project representative apprised of his/her scheduled construction activities in order to allow proper notification of the airport management and airport operators. As a minimum, weekly meetings to discuss construction progress and location should be anticipated. All movement within active aircraft operational areas shall be coordinated by two-way radio contract with the Air Traffic Control Tower (121.9 MHZ). The Contractor shall have an adequate number of radios on the jobsite at all times work is in progress. The Contractor shall provide a minimum of two (2) two-way radios, one (1) for the contractor's superintendent and one (1) for each crew. SP-5 AIRCRAFT OPERATIONS It is the intent of the OWNER to minimize interference with aircraft operations. The CONTRACTOR shall coordinate his/her activities while working near the aircraft operational area, so as to create minimal interference with aircraft operations. Before starting his/her operations at any location on the airport, the CONTRACTOR shall SPA SPECIAL PROVISIONS assure proper safety precautions and separations in accordance with the Plans and referenced FAA Advisory Circulars and Orders. SP-6 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS The following statements concerning FAA cables and FAA NAVAID equipment shall apply to this project. (a) The local FAA Airway Facilities Sector Field Office (AFSFO) personnel, will, upon notification, mark all FAA cables in the vicinity of construction once, prior to the start of work. The CONTRACTOR shall be responsible for any damage to cables within three feet of the marked cable route. Should he/she damage any cables he/she shall immediately take all steps necessary for the repair of the cable. If the repair necessitates any work on the part of the local FAA personnel, the CONTRACTOR will be billed for all costs incurred. (b) The CONTRACTOR shall minimize, as much as possible, locations where haul routes will cross earth buried FAA cable. At such crossing points, the cable must be protected with steel boiler -plate or a similar structural device. (c) At times when either threshold is displaced or equipment is operating in an ILS clear zone, that respective ILS must be taken off the air. Also, when equipment is operating between a localizer antenna and its associated landing threshold, that localizer must be taken off the air. The work must be closely coordinated with the local AFSFO to eliminate unnecessary shutdowns. SP-7 RECORD DRAWINGS The CONTRACTOR shall maintain during the work and shall provide the ENGINEER -- with one set of marked prints showing any modifications between the original plans and final "as -constructed" conditions. The CONTRACTOR shall provide the marked set of drawings to the ENGINEER at the final inspection. SP-8 FINAL INSPECTIONS The Engineer will attend a final inspection and if necessary, one follow-up final inspection of the completed work and the completed punch list items, respectively. These inspections will be scheduled when the Contractor indicates that the work is complete and ready for final inspection or that the punch list is totally complete and the final inspection can be made. If the Engineer is required to conduct more than two (2) final inspections outlined above, the charges for the Engineer's services associated with S P-2 SPECIAL PROVISIONS such additional inspections shall be deducted by the Owner from the Contractor's final payment for the project. SP-9 EXISTING AIRFIELD LIGHT FIXTURES The Contractor shall protect existing lighting fixtures from damage during construction by his operations. An inventory of existing fixtures shall be taken before construction begins and the Contractor shall be responsible for the cost of replacement of any fixtures damaged by his operations. SP-10 PROJECT SCHEDULE The Contractor shall bring to the Preconstruction Conference to be scheduled prior to construction a detailed progress plan for the project. The plan shall be developed in a .,., "Critical Path Method" (CPM) format to include production rates per work period and time for mobilization and demobilization each day. Once the Contractor's plan is approved, any deviations must also receive the Engineer's approval. The Contractor shall review the project schedule with the Engineer and/or Resident Project Representative prior to submittal of the monthly Contractor Pay Request. Any update deemed necessary by the Engineer or the Contractor shall be incorporated and the revised schedule submitted with the pay request. The Pay Request will not be processed unless an accurate up-to-date schedule is on file with the Engineer. SP-11 CONTRACT TIME EXTENSIONS The Contractor shall be responsible for providing justification and documentation for .proposed time extensions. The Contractor shall submit the justification and documentation along with a copy of the original and updated project schedules to the Engineer for review. SP-12 CONSTRUCTION FLAGS The Contractor shall furnish aircraft warning flags, in aeronautical areas, colored orange and white, three feet (3') by three feet (3') in a checkerboard pattern for equipment and flagmen use. Flags on equipment shall be mounted on a staff not less than eight feet (8') in length. Each truck or other piece of equipment of the Contractors shall have a warning flag attached to it, in a vertical and clearly visible position. S P-3 SPECIAL PROVISIONS SP-13 EMPLOYMENT HISTORY The CONTRACTOR shall provide background information concerning the ten (10) year employment history on all its employees or affiliated personnel who will be involved with work inside the security fence. Based upon background information on an employee, the OWNER reserves the right to restrict the access of an employee of the CONTRACTOR from working inside the security fence for reasons of airport security. Identification badges will be required for all personnel entering the aircraft operational areas (AOA) and can be obtained from the Airport Management. A nominal fee may be charged to cover the cost of the materials for these identification badges. SP-14 UTILITY CONFLICTS The Contractor should anticipate conflicts with existing utilities. Where conflicts are encountered, the Contractor shall reroute electrical conduits, ducts, water pressure lines and/or force mains around gravity lines which will take precedence over pressure lines for maintaining vertical alignment as shown on plans. Conflicts between pressure lines shall be resolved as ordered by the Engineer. No additional payment will be made for rerouting utilities due to conflicts. The Contractor shall be responsible for repair to utilities in service which are damaged by the Contractor's men and equipment. SP-15 TESTING GENERAL The Contractor shall inform the Engineer when work in progress or an area will be subject to or has been prepared for testing. A testing laboratory shall be used on the project for quality acceptance testing and will be under the direction of the Engineer. Timely communication between the Contractor and the Engineer will be required to schedule needed testing. The testing laboratory shall not be used bythe Contractorfor quality control purposes and failing tests will result in the Contractor being charged for the owner's cost of all retests. This amount shall be deducted from the contractor's periodic requests for payment. The Contractor is required to provide the quality control testing in accordance with specification Section 100. SP-16 MATERIALS TESTING The Contractor shall provide actual test results and/or certifications for all materials incorporated into the work to assure his/her compliance with the contract specifications. Current ASTM, AASHTO, and/or federal specifications on the date of advertisement for bids shall be used. The latest edition of other referenced specifications, handbooks or documents shall be used. Prior to installing, placing, or incorporating any materials into SP-4 r�. a SPECIAL PROVISIONS the work, the Contractor shall provide six (6) copies of the materials tests and/or certifications required by the specifications to the Engineer. The Testing/Certification submittals required by the specifications shall be provided by the Contractor to the Engineer at the Contractor's expense. The required submittals shall be all tests and certifications required by the specifications. SPA DUST CONTROL The Contractor is advised that aircraft maintenance operations are conducted adjacent to the project. Special attention to dust control will be required during the course of the project. The use of water shall be anticipated. The Engineer reserves the right to halt work or hauling in non -conforming areas, if corrective actions are not promptly taken by the Contractor to control dust. SP-18 TEMPORARY PAPI The Contractor shall be required to provide, maintain, and install a temporary Precision Approach Path Indicator (PAPI) system in accordance with the project plans and specifications. The Phasing Layout and Temporary PAPI Details provide guidance on the requirements and placement of the temporary PAPI. Upon completion of the project, the PAPI unit shall be removed and become the property of the Contractor. Payment for this item shall be made_ at the contract per each price for "Item L-125, L-881 Style B PAPI". The price shall be full compensation for performing all work and providing all materials necessary. The turnkey installation of a PAPI at separate locations on Runway 17R-35L. Removal of the system including concrete slabs shall be considered incidental to the contract unit price of the PAPI. SP-19 STORMWATER POLLUTION PREVENTION PLAN Appendix "B" of the Specifications includes a draft copy of the Stormwater Pollution Prevention Plan (SWPPP). The Contractor shall be responsible for developing and executing a SWPPP. A copy of the SWPPP shall be submitted to the Engineer for approval and one (1) copy of the approved and executed plan shall be kept on -site at all times. The cost of completing the SWPPP and implementing its practices shall be considered incidental to the cost of the project. SP-20 OWNER CONSTRUCTION TESTING PROGRAM The City of Lubbock is required by the FAA to develop and implement a Construction Management Program to monitor the Contractor's compliance with the quality control SP-5 SPECIAL PROVISIONS provisions of the contract documents. A copy of the Owner's program will be made available to the successful bidder for the Contractor's information only. SP-21 RUNWAY HIRL LENS RELOCATION The Contractor shall relocate the existing amber/clear runway lens as described on the plans and ordered by the Engineer prior to reopening Runway 17R-35L following installation of the temporary threshold lights. Temporary relocation of the amber/clear lens and subsequent return of the lens to their original location shall be paid for at the contract unit price per each item SP-22 Lens Relocation. The cost for this item shall include all work and materials necessary for the completion of the relocation and return of the fixtures to their original location. No separate measurement will be made for the cost of replacing fixtures and lens damaged during the relation of the lens. SP-22 TAXIWAY SHOULDER The Contractor shall have the option of constructing the taxiway shoulders using P-304 Cement Treated Base and P-501 Portland Cement Concrete or using R-247 Base and R-340 Hot Mix Asphaltic concrete. Construction of the Taxiway shoulders shall be in accordance with the specification items P-304 Cement Treated Base and P-501 Portland Cement concrete for concrete taxiway shoulders or R-247 Base and R-340 Hot Mix Asphaltic concrete for asphaltic/bituminous shoulders. The work shall be measured and paid for by the square yard of completed surface pavement under this item SP-22 Taxiway Shoulders. This item shall be considered as inclusive of all labor, materials and equipment required to furnish and install completed base course, surface course and joint sealing. SP-23 ELECTRICAL VAULT MODIFICATIONS The Contractor shall complete all electrical vault modifications shown on the plans. All work shall be in accordance with the National Electric Code and local requirements. The lump sum price shall be full compensation for performing all work necessary to complete the vault modifications. Payment shall be made under the Item SP-23 Electrical Vault Modifications. SP-24 DETERIORATED SLAB REPAIR The Contractor shall repair damaged runway slabs using full depth pavement repair in accordance with the details and specification P-501 Portland Cement Concrete. Slab repair shall only be used if the existing runway slabs are damaged and cannot sufficiently support the proposed dowel joints. Slab repair shall only be used at the direction of the Engineer. Repair damaged slabs shall be measured and paid for on per S P-6 t SPECIAL PROVISIONS square yard basis under the unit price bid for SP-24 Deteriorated Slab Repair and shall be considered as full compensation for all labor, materials and equipment required to complete the work including but not limited to sawcut, demolition, excavation, drilling, dowelling, paving, and joint sealant. SP-25 ALTERNATES The alternates developed under this project have been designed for budget flexibility. Each lower numbered alternate includes the work of higher numbered alternates. The bid proposal quantities for each alternate are independent, ie, only one alternate will be awarded if the City of Lubbock/Lubbock International Airport elects to make an award. The City of Lubbock/Lubbock International Airport reserves the right to award the alternate which is in the best interest of the City of Lubbock and the airport. END OF SPECIAL PROVISIONS S P-7 No Text W a ITEM`P 100 MOBILIZATION DESCRIPTION 100-1.1 This work shall consist of the performance of construction preparatory operations, including the movement of personnel and equipment to the project site, payment of performance and payment bond and other insurance premiums and for the establishment of the Contractor's offices, buildings, and other facilities necessaryto begin work on a substantial phase of the contract. METHOD OF MEASUREMENT 100-2.1 Payment for mobilization will be made on a lump sum basis wherein no measurement will be made. BASIS OF PAYMENT 100-3.1 This item will be paid for at the contract lump sum price, which price shall be full compensation for performing the work specified and the furnishing of all materials, labor, tools, equipment and incidentals necessaryto mobilize and subsequently demobilize the construction preparatory operations. Payment for this item will be made in two or more installments. The first payment of 50 percent of the maximum lump sum bid allowed (see chart), will be made on the first estimate following partial mobilization and the initiation of construction work. The second installment of 50 percent of the maximum lump sum bid allowed will be made on the next estimate following the completion of substantial mobilization including the erection of all contractor's offices and buildings. The completion of the erection of materials processing plants, if any, will not be required as a condition to the release of the final payment. In the event the original contract lump sum bid price exceeds the limit stated hereinafter, the excess will be included on the semi-final estimate. P-100-1 ITEM iP��0% ICAO"BILIZATIO,IV Total Original Contract Amount, Including Mobilization To and More Than Including $ 0 $200,000 $200,000 $1,000,000 $1,000,000 1 $ More Maximum Lump Sum Bid Allowed for Mobilization 10 percent of total contract amount $20,000 plus 7.5% (total contract minus $200,000) $80,000 plus 5% (contract minus $1,000,000) No additional payment will be made for demobilization and remobilization due to shutdowns, suspensions of the work or for other mobilization activities. Payment will be made under: Item P-100-3.1 Mobilization—perlumpsum END OF ITEM P-100 P-100-2 a., ITEM P 101 CFIELD OFFICE DESCRIPTION 101-1.1 This work shall consist of furnishing, erecting, equipping and maintaining a field office for the exclusive use of the Engineer and Resident Project Representative at a location on the project as ordered by the Engineer; said field office and equipment are to remain the property of the Contractor. This office shall be separate from any buildings or trailers used by the Contractor. The office shall be erected by the Contractor when work first commences on the project, shall be available throughout the duration of the work on the project and shall be removed upon completion of the project. CONSTRUCTION METHODS r 101-2.1 The office shall be weatherproof construction, tightly floored and roofed, constructed with an air space above the ceiling for ventilation and shall be supported above the ground. The width of the office shall not be less than 8 feet and the floor -to - ceiling height shall not be less than 7 feet 6 inches, unless a trailer is provided in which event the width shall not be less than 7 feet 6 inches and the floor -to -ceiling height shall not be less than 6 feet 6 inches. The inside walls and ceiling shall be constructed of plywood, masonite, gypsum board or other suitable materials. Walls and ceiling shall be insulated. The office shall contain at least 3 windows, each having an area of not less than 540 square inches, and all of which shall be capable of being easily opened and secured from the inside only. Further, the office shall contain at least two (2) doors, having dimensions of not less than 30 inches in width and 78 inches in height. Window screens shall be provided. The door(s) shall be equipped with lock(s) and at least 2 keys therefore shall be furnished the Engineer or Resident Project Representative. Steps shall conform to the State Building Code and shall be maintained free of obstructions to provide safe passage. The office shall have satisfactory lighting, water, heating equipment, exhaust fan, air - conditioner and electrical outlets connected to an operational power source. At least one of the light fixtures shall be a fluorescent light situated over the plan and drawing table. Fuel for the heating equipment and electrical current shall be furnished by the Contractor. The Contractor shall also furnish and maintain one chemical type and one 2 1/2 gallon pressurized water fire extinguisher of standard commercial quality. The Contractor shall install a separate toilet facility for the Field Office. The Contractor shall maintain the toilet facility in a clean and sanitary condition. As a minimum, weekly service and cleaning shall be provided. P101-1 ITEM P 1'01 LFI'ELD OFFICE All requirements of the State and Local Boards of Health, or of other bodies or courts having jurisdiction in the area, shall be provided. An adequate positive locking system shall be provided on the inside of the doorway to insure privacy. The Contractor shall provide a chilled drinking water dispenser and water supply in the field office. Bottled water is satisfactory. The field office shall have a minimum of 200 square feet of floor space and shall be equipped with the following: No. Item 1 Desk (60" x 34" minimum) 1 Plan and Drawing Table (30" x 96" minimum) 1 Metal 4-Drawer File Cabinet (15" Drawer Width) 1 2-Drawer Fire Protection File, Underwriters. Laboratory Class "C" or "D" label 4 Chairs 1 Waste Basket 1 Pencil Sharpener 1 Plain Paper Fax Machine 1 Telephone w/Speaker phone 1 Answering Machine 1 Plain Paper Copying Machine (no thermal paper, and separate from fax) The Contractor shall install telephone service in the field office including long distance service for the telephone and the fax machine. Installation and local service fees for the telephone will be paid by the Contractor. Long distance calls shall not be billed to the field office telephone, by any party. METHOD OF MEASUREMENT 101-3.1 This item shall be incidental to the project and there will be no separate measurement for this item. BASIS OF PAYMENT 101-4.1 This item shall be incidental to the project and no separate payment will be made for this item. P101-2 ITEM„P 101 FIELD OFFICE 6 TESTING AND MATERIAL REQUIREMENTS Test and Short Title Material and Short Title None None END OF ITEM P-101 b. .wq r"1 N"9 R^5 !s'+e ^^" P 101-3 , ., ITEM F �140, PAVEMENT REMOVAL DESCRIPTION 140-1.1 This item shall consist of pavement removal as shown on the plans and as described in these specifications. The removal shall include existing bituminous pavement surface and existing base course(s) removal, and existing concrete and existing subbase course removal, all to be wasted in the designated disposal area shown on the plans or as ordered by the Engineer. CONSTRUCTION METHODS 140-2.1 GENERAL. The plans describe the areas of pavement removal. Existing sections of pavement shall be removed to facilitate the new construction. The removal shall be accomplished with equipment which will not damage adjacent pavements to remain. The edges of adjacent pavements shall be saw cut and maintained to provide a vertical interface between the existing and new pavement. The Contractor shall use care in the removal process to preclude damage to the vertical face. Once the pavement structure has been removed, the subgrade or underlying layer shall be prepared to the depths as required by the plans and in accordance with Item P-152. 140-2.2 BITUMINOUS PAVEMENT REMOVAL. The bituminous surface shall be scarified and sufficiently broken up to allow the material to be picked up and hauled to the disposal area shown on the plans. In areas where the new pavement adjoins existing bituminous pavement, a vertical face shall be sawed for removal. 140-2.3 STONE BASE REMOVAL. The stone base shall be removed with equipment which will not damage pavement to remain. Stone shall be disposed of in the waste area shown on the plans or as ordered by the Engineer. The Contractor shall use care to preclude contamination of the stone. 140-2.4 CONCRETE PAVEMENT REMOVAL. Concrete panels shall be sufficiently broken up to allow the concrete to be picked up and hauled to the disposal area shown on the plans. If ordered by the Engineer, existing edges of concrete .- pavement slabs shall be sawed to provide a smooth vertical face for the junction between existing and new pavements. The sawing shall be accomplished for the full depth. The Contractor shall utilize means to assure proper alignment for the saw cut. METHOD OF MEASUREMENT 140-3.1 The quantity of existing pavement removal, as shown by the plans or as ordered by the Engineer shall be the number of square yards removed as measured in the field. Separate measurements shall not be made for varying depths of bituminous surface and/or stone, concrete and/or subbase, and/or soil to attain the depths shown P-140-1 ITEM P 140 PAVEMEN;REMOVAL on the plans. Bituminous pavement removal shall be measured separately from concrete pavement removal. BASIS OF PAYMENT 140-4.1 Payment shall be made at the contract unit price per square yard for pavement removal. This price shall include the total section as shown or specified on the plans including portland concrete or bituminous concrete, base, and subbase, whose thickness may vary. 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-140-4.1 Bituminous Pavement Removal — per square yard Item P-140-4.2 Concrete Pavement Removal -- per square yard Test and Short Title Material and Short Title None None END OF ITEM P-140 P-140-2 1� ITEM P-150 DEMOLITION DESCRIPTION 150-1.1 This item shall consist of the demolition of existing structures, plugging of pipes and items as directed by the engineer to remove and or abandon existing features within the project limits, as designated on the plans, or as ordered by the Engineer. CONSTRUCTION METHODS 150-2.1 GENERAL. All spoil materials, removed as a result of the demolition, shall be disposed of by removal to approved disposal areas. Waste concrete and masonry and/or other materials shall be disposed of off -site by the Contractor. In no case shall any discarded materials be left in windrows or piles adjacent to or within the airport limits. The manner and location of disposal of materials shall be subject to the approval of the Engineer and shall not create an unsightly or objectionable view. When the Contractor is required to locate a disposal area outside the airport property limits at his/her own expense, he shall obtain and file with the Engineer, permission in writing from the property owner for the use of private property for this purpose. The removal of existing structures and utilities required to permit orderly progress of work shall be accomplished by the Contractor, unless otherwise shown on the plans. Whenever a telephone or telegraph pole, pipeline, conduit, sewer, roadway, or other utility, owned by others, is encountered and must be removed or relocated, the Contractor shall coordinate �,. the removal or relocation as described in the General Provisions. 150-2.2 DEMOLITION. Any buildings and miscellaneous structures that are shown .,� on the plans to be removed shall be demolished or removed, and all materials therefrom shall be removed from the site. The remaining or existing foundations, and all like structures, shall be destroyed by breaking out or breaking down the materials of which the foundations, etc., are built to a depth at least 2 feet (60 cm) below proposed subgrade R elevations, bottom of foundation elevations orthe existing surrounding ground. All broken concrete, blocks, or other objectionable material shall be removed and disposed of off -site by the Contractor. The holes or openings shall be backfilled with acceptable material and properly compacted in accordance with Item P-152. Fences shall be removed and disposed of when ordered by the Engineer. Unless other wise noted, fence removal shall include fabric, posts, foundations and all appurtenances and filling holes left by fence post removal. Fence wire shall be neatly rolled and the wire and posts stored on the airport if they are to be used again, or stored at a designated location if the fence is to remain the property of the Sponsor. Otherwise, the fence should be disposed of off -site by the Contractor. 1"- P-150-1 r- ITEM P-150 DEMOLITION Demolition of electrical items shall include the removal of transformers, cans, extensions, flanges, concrete bases, poles, cable, etc. that are to be replaced as part of this project. All fixtures desired by the Owner shall remain the property of the Owner and be stored on - site at a location designated by the Owner. All other electrical demolition items shall be disposed of by the Contractor in a lawful manner. METHOD OF MEASUREMENT 150-3.1 Payment for the miscellaneous demolition will be made on a lump sum basis wherein no measurement will be made. 150-3.2 The quantity of removed lights, signs, and systems to be paid for under this item shall be the number of each type removed. 150-3.3 Removal of existing cable shall be considered incidental to the project. BASIS OF PAYMENT 150-4.1 Payment shall be made at the contract lump sum price for miscellaneous demolition. This price shall include the demolition of all utilities, fence, sidewalk, curb, and structures, within the limits shown or specified in the plans. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. 150-4.2 The quantity of removed lights, signs, and systems to be paid for under this item shall be the number of each type removed. 150-4.3 Removal of existing cable shall be considered incidental to the project. Payment will be made under: Item P-150-4.1 Miscellaneous Demolition Item P-150-4.2 Remove MIRL/HIRL Item P-150-4.3 Remove Guidance Sign END OF ITEM P-150 P-150-2 -- per lump sum -- per each -- per each ITEM P-152 EXCAVATION AND EMBANKMENT DESCRIPTION 152-1.1 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 as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in ^� conformity to the dimensions and typical section shown on the plans and with the lines and grades established by the Contractor. All suitable; material taken, from excavation shall be used in the formation of embankment, subgrade, and for ba'ckfill ing''as indicated'ori the plans or as orderedbythe.Eng neer. When the volume of the excavation, exceeds that required to construct'theernbankmentto the grades indicated, the excess shall be., ed to grade the areas of ultimate. development or wasted as ordered by the Engineer. When 'the volume of excavation is not sufficient for constructing` the fill to the grades indicated, the deficiency shall be supplied from borrow sources at locations within the airport 'or other authorized areas. 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. Unclassified Excavation or Embankment. Unclassified excavation ** or embankment shall include all excavation, and/or embankment performed under this item regardless of material encountered. b. Rock Excavation. Rock excavation when provided in the proposal shall include all solid rock in ledges, in bedded deposits, in unstratified masses, and conglomerate deposits which are so firmly cemented they cannot be removed without blasting **. All boulders containing a volume of more than 1/2 cubic yard (0.4 cubic meter) will be classified as "rock excavation". C. Common excavation when provided in the proposal, shall consist'of all excavation not included in the Rock Excavation. 152-1.3 UNSUITABLE EXCAVATION. Unsuitable excavation is any material which is determined by the Engineer to be unsuitable. 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 approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. Material which is saturated may not P-152-1 0- ITEM P-152 EXCAVATION AND EMBANKMENT be unsuitable 'if when aerated or dried it ' would be acceptable for subgrades or embankments: CONSTRUCTION METHODS 152-2.1 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 when required by the plans. 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, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate 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 similar 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 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. All test boring data shown on the plans or in reports` is for information only and is not a guarantee of existing conditions. Each bidder shall investigate the site sufficiently to satisfy himself in this regard prior to bidding. The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated and/or placed in embankment. No payment will be made for any excavated material which is used for purposes otherthan those designated. P-152-2 ITEM P-152 EXCAVATION AND EMBANKMENT 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor, and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated 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. Excavation shall be performed as indicated on the contract plans to the lines, grades, and elevation shown or as ordered by the Engineer, and shall be made so, -that the requirements for formation of embankment can be followed. No excavation or, stripping shall be started until the Contractor has reviewed the method of measurement specified for this item and is satisfied that no additional survey information is required. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, 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 Contractor shall make distribution as indicated on'the plans. ` Widening or narrowing of the section and raising,or lowenngI of the grade to avoid haul will not be �., permitted. The right is reserved to snake minor adjustments or revisions in, design lines or grades, if found necessaryas the work progresses duet' discrepancies in the plans or to obtain satisfactory construction. 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 subgrade. 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 for later, use. 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, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed of at locations shown on the plans or as ordered by the Engineer. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) as described in the Method of Measurement and Basis of Payment subsections of this specification item. The excavated area shall be refilled with suitable P-152-3 ITEM P-152 EXCAVATION AND EMBANKMENT material, obtained from the grading operations or borrow areas and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. 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 made 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 shall be accomplished by ** the Contractor **. 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 excavated 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 twelve (12) inches and to a density of not less than 95 percent of the maximum density as determined by ASTM D1557. The moisture shall "be within plus or minus two (2) percent of optimum moisture. 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 approved permits P-152-4 ITEM P-152 EXCAVATION AND EMBANKMENT 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 approval. 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 approval of the Engineer. The Contractor shall submit the blasting plan at least thirty (30) days priorto the start of blasting operations. 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 identified by instrument number and location. These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. The Contractor must conduct the blasting operations to elirriinate fly -rock from airport .., operation surfaces and from off airport property. If, natural overburden provides insufficient cover, the Contractor shall spread a soil blanket or utilize mats to preclude fly=rock. Vibrations must be maintained at or below acceptable levels to prevent damage or interference to airport equipment and operations and adjacent off -air properties. 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 responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least 30 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. P-152-5 ITEM P-152 EXCAVATION AND EMBANKMENT The borrow excavation shall be handled 'and placed as specified in these specifications for excavation and. embankment., All material excavated.from borrow areas shall be measured and paid as described under Method of Measurement and Basis of Payment for this item, if applicable. 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 designed or as shown on the plans. The work shall be performed in the proper sequence with the other construction. 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 **, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared and grubbed surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm). All vegetation such as brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other similar'material within the area upon which embankment is to be placed shall be stripped or otherwise 1. rem11 oved before the'embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. This area shall then be'compacted as indicated in paragraph 2.6. ** Where embankments are to be placed on natural slopes steeper than 4 to 1, horizontal benches shall be constructed as shown on the plans or as ordered by the Engineer. 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. Material suitable for topsoil shall be stripped and handled as described in Subsection 2.10 for this item. No direct payment will be made for.stripping. 152-2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 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 P-152-6 ITEM P-152 EXCAVATION AND EMBANKMENT 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 because 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 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 embankment materials for testing, both before and after placement and compaction, will be taken for each 1000 cubic yards (30 cubic meters) of material placed per layer. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, 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 cohesive and noncohesive soils, ** as determined by ASTM D 1557. Under all areas to be paved, the embankments shall be compacted to a depth of twelve'(12) inches;.and to a density of not less than '95 percent of the maximum density as determined by ASTM D 1557. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). 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. 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, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. P-152-7 1MW ITEM P-152 EXCAVATION AND EMBANKMENT In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as placement 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 dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in 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 embankment areas, except at places and in the manner designated by the Engineer. 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 construction of embankments will be included in the contract price for excavation, borrow, or other items. No payment or measure'nent for payment will'be made for .suitable materials removed, manipulated, and replaced in order to obtain density. Any removal,>manipulation, aeration, .rep acem ent; and reeompaction of suitable materials necessary ;to obtain the required density shall be considered as incidental to -the excavation and embankment operations,' and shall be performed by the Contractor at no additional cost to the project. When stockpiling of excavated material and later rehandling of such material is specified or ordered by the Engineer in order to produce the specified embankment, the work will be done without additional compensation. 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 provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. The moisture content shall be within plus or minus two (2) percent of optimum moisture. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished subgrade to that which is essential for construction purposes. P-152-8 ITEM P-152 EXCAVATION AND EMBANKMENT 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 involved. No payment will be made separately or directly for hauling on any part of the work. The Contractor may use any type offearth-moving; compaction, and, watering equipment he may desire or has at his disposal; provided the equipment is in a satisfactory, condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the Engineer. in accordance with the total' calendar days Or working days 'bid for the Wrist Thee Contractor sha1.11 furnish, operate and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 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 parallel 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 deviation in excess of these r., 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 deviation in excess of this amount shall be corrected by .� loosening, adding or removing materials, and reshaping. 152-2.10 TOPSOIL. ** Topsoil shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905 if included in the specifications. 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 r approved locations. ** If, in the judgment of the Engineer, 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. 1i P-152-9 ITEM P-152 EXCAVATION AND EMBANKMENT Grades`on the areas to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even,pop ition. Where grades have not been established, the areas shall be smooth -graded and "the surface left at the prescribed grades .in an even and properly compacted COndltlOn to prevent, insofar as practical; the formation of low places or pockets where water will stand. The topsoil shall be evenly spread in the prepared areas to a uniform depth of 4-6 inches after compacfion, unless otherwise shown on the plans or ordered by -the Engineer: Spreading shall not be done when the ground oraopsoiF: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. No separate payment or measurement for payment will be made for stockpiling, spreading, shaping or any handling of opsoil: This item is:considered incidental to this specification item. METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards (cubic meters) measured in its original position. P-152-10 ITEM P-152 EXCAVATION AND EMBANKMENT -w Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. The topography shown on the plans has been used to prepare original project cross - sections: Final cross =sections will be spot checked at the completion of the work to determine the final payment quantity. If the Contractor, elects,'he may engage a Registered`Surveyorto cross=section the grading area to verify the topography. The Contractor shall furnish the Engineer written -notice of such surveys Any discrepancies. shall be resolved before grading operations begin for onginai sections or within ten.; (10) days after: nofifcafion. of final payment quantity by the Engineer for final sections. Separate measurement shall not , be made for stockpiled matenals or topsoil; Over excavation t` o allow for topsoil in excavation areas shall not be measured for payment and the cost thereof shall be.`included in tfie unitpnce"Cost for stockpilinghof matenals and/or handling topsoil ahall`be included in the Contractors `unit price for'embankment aiidlor handling "topsoil per cubic yard. Stepping of.topsoil m'embankment areas shall not be in for°payment If topsoil ... . depths exceed 6 inches, the quantitybelowthe.. inch depth will be measured for.payment as: unsuitable excavation. Undercut and/or unsuitable excavation encountered during the progress of the work shall be measured in its original position' for payment The Engineer shall be notified`pnor to �. starting any undercut or unsuitable excavation so that necessary survey information- can6e .,. obtained Cross sectio ns taken before and afterthe removal of the undercut or unsuitable material shall be used to compute ,the quantity by average end area method Separate measurement will :not be made for back , operations. 152-3.2 For payment specified by the cubic yard (cubic meter), measurement for all excavation shall be computed by the average end area method. The end area is that PM bound by the original ground line established by field cross sections and the final theoretical pay line established by excavation cross sections shown on the plans, subject to verification by the Engineer. ** P- P-152-11 ITEM P-152 EXCAVATION AND EMBANKMENT 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. 15242 For "unsuitable 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 inbid entaCs:necessary to complete the item. There will be no separate payment.for material placed during;backfill operations. Payment will be made under: Item P-152-4.1 Unclassified Excavation --per cubic yard (cubic meter) Item P-152-4.2 Unsuitable Excavation --per cubic yard (cubic meter) TESTING REQUIREMENTS ASTM D 698 Tests for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-pound (2.5 kg) Rammer and 12-inch (300 mm) Drop ASTM D 1556 Test for Density of Soil In -Place by the Sand Cone Method ASTM D 1557 Tests for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 10-pound (4.5 kg) Rammer and 18-inch (45 cm) Drop ASTM D 2167 Test for Density of Soil In -Place by the Rubber Balloon Method. END OF ITEM P-152 P-152-12 F" ITEM P-156 tE1!RP'ORARY AIR AND WATER POLLUTION SOIL EROSION, AND SILTATION CONTROL DESCRIPTION P-156-TX 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 the 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. r o- 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 fp" construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. 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 rye grass, Italian rye grass, or cereal grasses) suitable to the area providing a temporary cover. Temporary seeding plant material selection shall be in accordance with Items 164.4 and 164.5 of the Texas Department of Transportation, Standard Specifications for Construction of Highways, Streets, and Bridges, 1993. 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. Mulch material for temporary seeding, if required, shall conform to Item 164.2 of the Texas Department of Transportation, Standard Specifications for Construction of Highways, Streets, and Bridges, 1993. 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 concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 OTHER. All other materials shall meet commercial grade standards. P-156-1 ITEM P-156 TEMPORARY`AIR AND WATER POLLUTION SOIL EROSION, AND SILTATION CONTROL 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 shall apply. 156-3.2 AIR QUALITY. The Contractor shall be responsible for obtaining all necessary burning and air quality permits. 1. The Contractor shall minimize all burning on the project. 2. No tires, oils, asphalt, paint, or coated metals are permitted in combustible waste piles. 3. Burning will not be permitted within 1,000 feet of a fuel farm, residential or built-up area nor within 100 feet of any standing timber or flammable growth. 4. Burning shall not be permitted unless the prevailing wind is away from a nearby town or built-up areas. 5. Burning shall not be permitted during a local air inversion or other climatic condition as would result in a pall of smoke over a nearby town or built-up area. 6. Burning shall not be permitted when the danger of brush or forest fires is made known by state, local, or federal officials. 7. The size and number of fires shall be restricted to avoid the danger of brush or forest fires. Burning shall be done under the surveillance of a watchman, who shall have adequate fire -fighting equipment and tools readily available. At no time shall burning be left unattended. 8. The Contractor shall adhere to accepted techniques for control of dust and other air pollutants. 156-3.3 EROSION AND SEDIMENT CONTROL. The erosion and sediment control measures shown on the plans are considered minimal steps and additional erosion and sediment control measures may be required, depending upon the final construction phasing proposal by the Contractor. P-156-2 ITEM P-1`56 TEMPORARY'AIR AND WATER POLLUTION SOIL EROSION, AND SILTATION CONTROL 156-3.4 STABILIZATION OF DENUDED AREAS AND SOIL STOCKPILES. a. Permanent or temporary soil stabilization must be applied to denuded areas within seven (7) days after final grade is reached on any portion of the site. Soil stabilization refers to measures which protect soil from the erosive forces of raindrop impact and flowing water. Applicable practices include vegetative establishment, mulching, and the early application of gravel base ^" on areas to be paved. Soil stabilization measures should be selected to be appropriate for the time of year, site condition and estimated duration of use. b. Soil stockpiles must be stabilized or protected with sediment trapping measures to prevent soil loss. 156-3.5 ESTABLISHMENT OF PERMANENT VEGETATION. A permanent vegetative cover shall be established on denuded areas not otherwise permanently stabilized. Permanent vegetation shall not be considered established until a ground cover is achieved which, in the opinion of the Engineer, is mature enough to control soil erosion satisfactorily and to survive severe weather conditions. 156-3.6 PROTECTION OF ADJACENT PROPERTIES. Properties adjacent to the site of a land disturbance shall be protected from sediment deposition. This may be .- accomplished preserving a well -vegetated buffer strip around the lower perimeter of the land disturbance, by installing perimeter controls such as sediment barriers, filters or dikes, or sediment basins, or by a combination of such measures. Vegetated buffer strips may be used alone only where runoff in sheet flow is expected. Buffer strips should be at least 20 feet in width. If at any time it is found that a vegetated buffer strip alone is ineffective in stopping sediment movement onto adjacent property, additional perimeter controls must be provided. 156-3.7 TIMING AND STABILIZATION OF SEDIMENT TRAPPING MEASURES. Sediment basins and traps, perimeter dikes, sediment barriers and other measures intended to trap sediment on -site must be constructed as a first step in grading and be made functional before upslope land disturbance takes place. Earthen structures such as dams, dikes, and diversions must be seeded and mulched immediately. 156-3.8 SEDIMENT BASINS. Stormwater runoff from drainage areas with five (5) acres orgreaterof disturbed area must pass through a SEDIMENT BASIN orothersuitable sediment trapping facility with equivalent or greater storage capacity. The Plan Approving '-" Authority may require sediment basins or traps for smaller disturbed areas where deemed - P-156-3 ii ITEM P-1 56 TEMPORARY AIR AND WATER POLLUTION SOIL EROSION, AND SILTATION CONTROL necessary. The sediment basin requirement may also be waived, by variance, if the Plan Approving Authority agrees that site conditions do not warrant its construction. 156-3.9 CUT AND FILL SLOPES. Cut and filled slopes must be designed and constructed in a manner which will minimize erosion. Consideration must be given to the length and steepness of the slope, the soil type, upslope drainage area, groundwater conditions and other applicable factors. Slopes which are found to be eroding excessively within one (1) year of construction must be provided with additional slope stabilizing measures until the problem is corrected. The following guidelines are provided to aid the Contractor in implementing the erosion and sediment control plan. a. Roughened soil surfaces are generally preferred to smooth surfaces on slopes. b. DIVERSIONS should be constructed at the top of long steep slopes which have significant drainage areas above the slope. Diversions orterraces may also be used to reduce slope length. C. Concentrated stormwater should not be allowed to flow down cut or fill slopes unless contained within an adequate temporary or permanent channel, flume or slope drain structure. d. Wherever a slope face crosses a water seepage plane which endangers the stability of the slope, adequate drainage or other protection should be provided. 156-3.10 STORM DRAIN OUTLET PROTECTION. All storm drain outlets which are made operable during construction shall be protected in order to convey the flow of water to a stable existing downstream channel without causing erosion. 156-3.11 WORKING IN OR CROSSING WATERCOURSES. a. Construction vehicles should be kept out of watercourses to the extent possible. Where in -channel work is necessary, precautions must be taken to stabilize the work area during construction to minimize erosion. The channel (including bed and banks) must always be restabilized immediately after in - channel work is completed. b. Where a live (wet) watercourse must be crossed by construction vehicles regularly during construction, a TEMPORARY STREAM CROSSING must be provided. P-156-4 r ITEM P-156"TEMPORARY AIR AND: WATER, POLLUTION SOIL EROSION, AND SILTATION CONTROL 156-3.12 CONSTRUCTION ACCESS ROUTES. Wherever construction vehicle access routes intersect paved public roads, provisions must be made to minimize the transport of sediment (mud) by runoff or vehicle tracking onto the paved surface. Where sediment is transported onto a public road surface, the roads shall be cleaned thoroughly at the end of each day. Sediment shall be removed from roads by shoveling or sweeping and be transported to a sediment controlled disposal area. Street washing shall be allowed only after sediment is removed in this manner. 156-3.13 DISPOSITION OF TEMPORARY MEASURES. All temporary erosion and sediment control measures shall be disposed of within 30 days after final site stabilization is achieved or after the temporary measures are no longer needed, unless otherwise authorized by the local program administrator. Trapped sediment and other disturbed soil areas resulting from the disposition of temporary measures shall be permanently stabilized to prevent further erosion and sedimentation. 156-3.14 MAINTENANCE. All temporary and permanent erosion and sediment control practices must be maintained and repaired as needed to assure continued performance of their intended function. 156-3.15 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erodible 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 orderthe Contractorto provide immediate permanent ortemporarypollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156-3.16 POLLUTANTS. 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 natural or manmade channels leading thereto. METHOD OF MEASUREMENT 156-4.1 Payment for temporary air and water pollution, soil erosion and sediment control will be made on a lump sum basis wherein no measurement will be made. Silt fence shall be measured by the linear foot. 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall P-156-5 iZ ITEM P-1'56 TEMPORARY'AIR AND WATER POLLUTION SOIL EROSION, AND SILTATION CONTROL be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the item to which they apply. 156-4.3 The erosion and sediment control measures shown on the plans are considered minimal steps and additional erosion and sediment control measures may be required, due to the Contractor's sequence of work, method of construction, negligence, carelessness, or failure to install and properly maintain controls devices. No measurement for payment will be made for this additional work. 156-4.4 Separate measurement for payment will be made for regular seeding and regular mulching under their respective bid item. No measurement for payment will be made for temporary seeding or for mulching of temporary seeding, or other mulching for erosion control purposes. BASIS OF PAYMENT 156-5.1 Erosion and Sediment Control will be paid for at the contract lump sum price, which price shall be full compensation for performing the work specified and furnishing all materials, labor, tools, equipment and incidentals necessary to install, maintain, and remove temporary air and water pollution, soil erosion and sediment controls. 156-5.2 Payment for silt fence will be made at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials, and for - all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-156-5.1 Erosion and Sediment Control Item P-156-5.2 Silt Fence Item P-156-5.3 Check Dam END OF ITEM P-156 P-156-6 --per lump sum -- per linear foot -per each PART III - RIGID BASE COURSES ITEM P-304 CEMENT -TREATED BASE COURSE DESCRIPTION 304-1.1 This item shall consist of a base course composed of mineral aggregate and rl�: cement uniformly blended and mixed with water. The mixed material shall be spread, shaped, and compacted in accordance with these specifications and in conformity to the lines, grades, dimensions, and typical cross sections shown on the plans. Runway, taxiway, or apron pavements shall be built in a series of parallel lanes using a plan of processing that reduces longitudinal and transverse joints to a minimum. MATERIALS 304-2.1 PORTLAND CEMENT. Portland cement shall conform to the requirements of ASTM C 150 Type II or ASTM C 595 Type I (MS). Contractors may use bulk cement, subject to the Engineer's approval of the apparatus for a: handling, weighing, applying the cement, and performance. 304-2.2 WATER. Water shall be clean, clear, and free from injurious amounts of 5 sewage, oil, acid, strong alkalies, or vegetable matter, and it shall be free from clay or silt. If the water is of questionable quality, it shall be tested in accordance with the requirements of AASHO T 26. 304-2.3 AGGREGATE. The aggregate shall be select granular materials meeting the gradation requirements given in Table 1. The material shall be free of roots, sod, and weeds. The crushed or uncrushed aggregate shall consist of hard, durable particles of accepted quality, free from an excess of flat, elongated, soft, or disintegrated pieces, or objectionable matter. The method used in producing the aggregate shall be such that the finished product shall be as consistent as practicable. All stones and rocks of inferior quality shall be wasted. Aggregates suspected of containing injurious quantities of sulfates shall be examined petrographically in accordance with ASTM C 295. The aggregate shall have a percent of wear not more than 45 at 500 revolutions as determined by ASTM C535. All material passing the No. 4 mesh sieve produced in the crushing operation of either the stone or gravel shall be incorporated in the base material to the extent permitted by the gradation requirement. The aggregate shall conform to the gradation shown in Table 1 when tested in accordance with ASTM C136. P-304-1 ITEM P-304 CEMENT -TREATED BASE COURSE TABLE 1 AGGREGATE CEMENT -TREATED BASE COURSE The gradations in the table represent the limits which shall determine suitability of aggregate for use from the sources of supply. The final gradations decided on, within the limits designated in the table, shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on adjacent sieves, or vice versa. The portion of the base aggregate, including any blended material, passing the No. 40 sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with ASTM D 4318. All aggregate samples required for testing shall be furnished by the Contractor at the expense of the Contractor. Sampling shall be in accordance with ASTM D 75 and will be observed by the Engineer. No aggregate shall be used in production of mixtures without prior approval. 304-2.4 BITUMINOUS MATERIAL. The types, grades, and controlling specifications and application temperatures for the bituminous material are given in Table 2. The Contractor shall select one of the "following and notify the Engineer at least 48 hours in advance of placing'the bituminous material. P-304-2 ,'A ITEM P-304 CEMENT -TREATED BASE COURSE TABLE 2 BITUMINOUS MATERIAL Type and Grade - Specification Application Temperature Deg. F Deg. C Cutback Asphalt RC-70 ASTM D 2028 120-160 50-70 RC-250 160-200 70-95 Emulsified Asphalt RS-1, SS-1 ASTM D 977 75-130 25-55 CRS-1 ASTM D 2397 75-130 35-55 CEMENT CONTENT 304-3.1 Prior to start of work, laboratory tests of materials submitted by the Contractor shall be made to determine the quantity of cement required in the mix. The design cement _content for construction shall be that at which the mix develops a 7-day compressive strength of at least 750 psi (5 170 kPa). The testing procedure shall be as follows: mold and cure specimens in accordance with ASTM D 560; soak specimens in waterfor4 hours; p 'n accordance with ASTM D 1633. The cap and break specimens in compression i Contractor shall submit the necessary samples to the Engineer's laboratory 15 days after the award of the contract The Contractor shalf submit test data to confirm requirements of 30A ' 3 at th a time of this submittal: The design cement content shall .not be less than 3 percent or Mi than 6 percent and sh"all obtain the required 750 'psi seven `(7) day :...... compressive, strength The.cerbent content for`coristruction, shall be within ±`"0. 5 percent of the, design cement content 304 3:2 LABORATORY TEST Specimens of aggregate, cement, %and water must develop a compressive strength of at least 750 psi in 7 days..Specimens shall be molded and cured in'accordance with `ASTr1ll D558 and"tested for compressionin accordance with ASTM D1633 In addition, specimens are to be subject to`12 cycles of the wet d'ry test in accordance'with ASTM D559 for specimens whenrnolded in accordance with ASTM D558. ,. - a. . The ri aximum weight loss of the specimens for the wet -dry shall"be less than 14 percent. CONSTRUCTION METHODS 304-4.1 WEATHER LIMITATIONS. The cement -treated base shall not be mixed or placed while the atmospheric temperature is below 40OF (4°C) or when conditions indicate that the temperature may fall below 350F (2°C) within 24 hours or when the weather is P-304-3 ITEM P-304 CEMENT -TREATED BASE COURSE rainy. Cement -treated base shall not be placed on frozen subgrade or mixed when aggregate is frozen. 304-4.2 OPERATION AT PITS. All work involved in clearing and stripping pits, including handling unsuitable material, shall be performed by the Contractor. The Contractor shall notify the Engineer sufficiently in advance of opening of any designated pit to permit staking of boundaries at the site, to take elevations and measurements of the ground surface before material is produced, to permit the Engineer to take samples of the material for tests to determine its quality and gradation, and to prepare a preliminary design of base mixture. The pits, as utilized, shall be opened immediately to expose vertical faces of the various strata of acceptable material and, unless otherwise directed, the material shall be secured in successive vertical cuts extending through all the exposed strata in order to secure a uniform material. 304-4.3 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 before the base course is placed thereon. 304-4.4 MIXING. The aggregate shall be proportioned and mixed with cement and water in a central mixing plant. The plant shall be equipped with feeding and metering devices which will introduce the cement, aggregate, and water into the mixer in the quantities specified. Mixing shall continue until a thorough and uniform mixture has been obtained. 304-4.5 PLACING. The mixture shall be transported to the job site in suitable vehicles and shall be deposited on the moistened subbase in uniform layers by means of approved mechanical spreaders. Not more than 60 minutes shall elapse between the start of moist mixing and the start of compaction of the cement -treated mixture on the prepared subgrade. 304-4.6 ACCEPTANCE SAMPLING AND TESTING OF CEMENT -TREATED BASE COURSE (COMPACTION). Immediately upon completion of the spreading operations, the mixture shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density. The cement -treated base course shall be accepted for density on a lot basis. A lot will consist of 1200 square yards and will be divided into four equal sublots. One day's production shall be considered a lot on days that 1200 square yards is not exceeded. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. P-304-4 r�+ ITEM P-304 CEMENT -TREATED BASE COURSE Each lot of compacted material will be accepted, with respect to density, when the average field density is equal to or greater than 98 percent of the maximum density of laboratory specimens prepared from samples of cement -treated base course taken from the material in place. The laboratory specimens shall be compacted and tested in accordance with ASTM D 558. The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. The lot will be accepted without adjustment in payment if the average density, based on four acceptance tests of the lot, is greater than or equal to 98 percent. If the average density does not meet this requirement, the Contractor may elect to leave the lot in place at a reduced unit price determined in accordance with Table 3. TABLE 3. SLIDING SCALE PAY FACTORS Average Percent Density Recommended Percent Payment 98.0 and greater 100 97.0-97.9 95 96.0-96.9 90 95.0-95.9 75 Less than 95.0 Reject Any mixture that has not been compacted shall not be left undistributed for more than 30 minutes. The moisture content of the mixture at the start of compaction shall not be below nor more than 2 percentage points above the optimum moisture content. The optimum moisture content shall be determined in accordance with ASTM D 558 and shall be less than that amount which will cause the mixture to become unstable during compaction and finishing. 304-4.7 LAYER THICKNESS. The maximum depth of a compacted layer shall be 6 inches (150 mm), except where that total depth of the compacted base course is required to be greater than 6 inches (150 mm), no layer shall be in excess of 8 inches (200 mm) or less than 4 inches (100 mm) when compacted. In multilayer construction, the surface of the compacted material shall be kept moist until covered with the next layer. Successive layers shall be placed and compacted so that the required total depth of the base course is completed the same day. 304-4.8 FINISHING. Finishing operations shall be completed during daylight hours, and the completed base course shall conform to the required lines, grades, and cross section. If necessary, the surface shall be lightly scarified to eliminate any imprints made by the compacting or shaping equipment. The surface shall then be re -compacted to the P-304-5 FW ITEM P-304 CEMENT -TREATED BASE COURSE required density. The compaction and finishing operations shall be completed within 2 hours of the time water is added to the mixture and shall produce a smooth, dense surface that is free of surface checking, ridges, or loose material. 304-4.9 SURFACE TOLERANCE. 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 of the stabilized area. Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 304-4.10 CONSTRUCTION JOINTS. At the end of each day's construction, a transverse construction joint shall be formed by a header or by cutting back into the compacted material to form a true vertical face free of loose material. Longitudinal joints shall be formed by cutting back into the compacted material to form a true vertical edge. 304-4.11 PROTECTION AND CURING. The completed cement -treated base shall be cured with a bituminous curing seal applied as soon as possible, and in no case later than 24 hours after completion of the finishing operations. The surface of the base course shall be kept moist until the bituminous material is applied. Bituminous material shall be uniformly applied at a rate of between 0.10 and 0.25 gallons per square yard (0.47 and 1.20 liters per square meter) of surface. The rate of application shall be approved by the Engineer. The curing seal shall be maintained and protected for 7 days. Finished portions of the base course that are used by equipment in the construction of an adjoining section shall be protected to prevent marring or damaging the completed work. The stabilized area shall be protected from freezing during the curing period. METHOD OF MEASUREMENT 304-5.1 The quantity of cement -treated base to be paid for will be determined by measurement of the number of square yards cubic yards of base actually constructed and accepted by the Engineer as complying with the plans and specifications. 304-5.2 Portland cement will be measured by the ton. 304-5.3 There will be no separate measurement for cement -treated base material installed as part of Item SP-22 Taxiway Shoulder. P-304-6 r- 0" ITEM P-304 CEMENT -TREATED BASE COURSE BASIS OF PAYMENT 304-6.1 Payment shall be made at the contract unit price per square yard cubic yard for cement -treated base course. This price shall be full compensation for furnishing all materials, except portland cement; for all preparation, manipulation, and placing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Each lot of cement -treated base course will be accepted for density at the full contract unit price when the results of four density tests indicate that the average density is equal to or greater than 98 percent as determined by paragraph 304-4.6. Each lot not meeting this requirement will be accepted at an adjusted contract unit price in accordance with Table 3. 304-6.2 Payment shall be made at the contract unit price per ton for portland cement. This price shall be full compensation for furnishing this material; for all delivery, placing, and incorporation of this material; and for all labor, equipment, tools, and incidentals necessary to complete the item. 304-6:3 There will be no separate payment made for cement -treated base material installed as part of Item 8P-22 Taxiway shoulders. Alf labor, equipment and materials associated with installing cement treated base materials forltern SP-22' Taxiway Shoulders shall be considered as incidental to Item SP-22 Taxiway Shoulders. Payment will be made under: Item P-304-6.1 Item P-304-6.2 ASTM C 136 ASTM C 295 ASTM D 75 ASTM D 558 ASTM D 560 Cement -treated base course Portland Cement TESTING REQUIREMENTS --per square yard cubic yard --per ton Sieve or Screen Analysis of Fine and Coarse Aggregate Petrographic Examination of Aggregates for Concrete Sampling Aggregates Moisture -Density Relations of Soil -Cement Mixtures Freezing -and -Thawing Tests of Compacted Soil -Cement Mixtures P-304-7 ITEM P-304 CEMENT -TREATED BASE COURSE ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1633 Compressive Strength of Molded Soil -Cement Cylinders - ASTM D 2167 Density of Soil in Place by the Rubber -Balloon Method ASTM D 3665 Random Sampling of Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils - AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM C 150 Portland Cement ASTM C 595 Blended Hydraulic Cements J` ASTM D 977 Emulsified Asphalt ASTM D 2028 Liquid Asphalt (Rapid Curing Type) ASTM D 2397 Cationic Emulsified Asphalt END OF ITEM P-304 _s 1, ; PART IV - FLEXIBLE SURFACE COURSES 9 ITEM P-405 GROUND STABILIZATION FABRIC DESCRIPTION 405-1.1 This item shall consist of the installation of a ground stabilization fabric of the type described herein to be installed at the locations shown on the plans, as ordered by the Engineer. MATERIALS 405-2.1 The stabilization fabric shall be a woven fabric having a minimum grab tensile strength of at least 300 pounds when measured in accordance with ASTM D-4632. The fabric shall be a Synthetic Industries GeoTex 300ST or approved equivalent. CONSTRUCTION METHODS 405-3.1 EQUIPMENT. All equipment necessary and required for proper placement of the fabric shall be on the project, in first-class working condition, acceptable to the Engineer. 405-3.2 LAYING AND INSTALLING FABRIC. The Contractor shall install the fabric A in conformance to the manufacturer's recommendations, based on the width and length of fabric rolls to be used on the project. Adhesives shall be used when recommended by the manufacturer. Fabric shall be lapped a minimum of 18 inches. Longitudinal joints in the fabric shall be lapped by a minimum of 18 inches. Care shall be taken to assure a continuous medium and adhesives shall be used, if recommended by the manufacturer. METHOD OF MEASUREMENT 405-4.1 The quantity of stabilization fabric to be paid for shall be the number of square yards of fabric, less overlap, installed in accordance with the specifications and r• accepted by the Engineer. BASIS OF PAYMENT -- 405-5.1 Payment shall be made at the contract unit price per square yard for fabric installed. 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-405-5.1 Stabilization Fabric -- per square yard P-405-1 r. ITEM P 405 GROUND`STABILIZATION FABRIC TESTING AND MATERIAL REQUIREMENTS Test and Short Title Material and Short Title None ASTM D 4632 Grab Tensile Strength END OF ITEM P-405 P-405-2 PART V - RIGID PAVEMENT r r-+ ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT w, DESCRIPTION 501-1.1 This work shall consist of pavement composed of portland cement concrete, with reinforcement and without reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross sections shown on the plans. MATERIALS 501-2.1 AGGREGATES. a. Reactivity. Aggregate shall be free of substances that are deleteriously reactive with the alkalies in the cement in an amount sufficient to cause excessive expansion of the concrete. Acceptable aggregate shall be based on satisfactory evidence furnished by the Contractor that the aggregate is free from such materials. This evidence shall include service records of concrete of comparable properties under similar conditions of exposure and/or certified records of tests by a testing laboratory that meets the requirements of ASTM C 1077. Tests shall be made in accordance with ASTM C 227, ASTM C 295 and ASTM C 289. b. Fine Aggregate. Fine aggregate shall conform to the requirements of ASTM C 33. Gradation shall meet the requirements of Table 1 when tested in accordance with "-" ASTM C 136, except as may otherwise be qualified under Section 5 of ASTM C 33. TABLE 1. GRADATION FOR FINE AGGREGATE (ASTM C 33) Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 in. (9.5 mm) 100 No. 4 (4.75 mm) 95-100 No. 8 (2.36 mm) 80-100 No. 16 (1.18 mm) 50-85 No. 30 (600 micro-m) 25-60 low No. 50 (300 micro-m) 10-30 No. 100 (150 micro-m) 2-10 c. Coarse Aggregate. Coarse aggregate shall conform to the requirements of ASTM C 33. Gradation, within the separated size groups, shall meet the requirements of Table 2 when tested in accordance with ASTM C 136. When the nominal maximum size of the aggregate is greater than 1 inch, the aggregates shall be furnished in two size groups. P-501-1 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT Aggregates delivered to the mixer shall consist of crushed stone or crushed ** gravel. ** The aggregate shall be composed of clean, hard, uncoated particles and shall meet the requirements for deleterious substances contained in ASTM C 33, Class 45. Dust and other coating shall be removed from the aggregates by washing. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces when tested in accordance with ASTM D 4791. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of the circumscribing rectangular prism exceeding 5 to 1. The aggregate shall have at least 90 percent by weight of particles with at least two fractured faces and,:100 percent with. at leastone 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 Yof fractures shall be at least 30 to count as two fractured faces. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C 131 or ASTM C 535. TABLE 2. GRADATION FOR COARSE AGGREGATE ASTM C 33 Sieve Designations (square openings) in. mm Percentage by Weight Passing Sieves From 1" to No. 4 (25.Omm — 4.75mm; 2% 63 --- 2 50.8 --- 1 % 38.1 100 1 25.0 95-100 3/4 19.0 --- 12.5 25-60 3/8 9.5 --- No. 4 4.75 0-10 No. 8 2.36 0-5 501-2.2 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type II or ASTM C 595 Type IP (MS). All cement of a portion/or type shall be the product of the same manufacturer. If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. P-501-2 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT .-. 501-2.3 CEMENTITIOUS MATERIALS. a. Fly Ash. Fly ash shall meet the requirements of ASTM C 618, Class C, F, or N r with the exception of loss of ignition, where the maximum shall be less than 6 percent for Class For N. The supplementary optional chemical and physical properties of Tables 1A and 2A contained in ASTM C 618 shall apply. b. Blast Furnace Slag. Ground blast furnace slag is not permitted on this project. 501-2.4 PREMOLDED JOINT FILLER. Premolded joint filler for expansion joints shall conform to the requirements of ASTM D 1751 or ASTM D 1752, Type II or III and shall be punched to admit the dowels where called for on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is required for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 501-2.5 JOINT SEALER. The joint sealer for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type(s) specified in the plans. 501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of welded steel wire fabric conforming to the requirements of ASTM A 185. 501-2.7 DOWEL AND TIE BARS. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A 615, ASTM A 616, or ASTM A 617, except that rail steel bars, Grade 50 or 60, shall not be used for tie bars that are to be bent or restraightened during ,,.., construction. Tie bars designated as Grade 40 in ASTM A 615 can be used for construction requiring bent bars. ,..• Dowel bars shall be plain steel bars conforming to ASTM A 615, ASTM A 616, or ASTM A 617 and shall be free from burring or other deformation restricting slippage in the concrete. High strength dowel bars shall conform to ASTM A 714, Class 2, Type S, Grade I, 11, or 111, Bare Finish. Before delivery to the construction site each dowel bar shall be painted on all surfaces with one coat of paint meeting Federal Specification TT-P-664. If plastic or epoxy -coated steel dowels are used no paint coating is required, except when specified for n a particular situation on the contract plans. Coated dowels shall conform to the requirements of AASHTO M 254. The sleeves for dowel bars used in expansion joints shall be metal or other type of an approved design to cover 2 to 3 inches (50 mm to 75 mm) of the dowel, with a closed end and with a suitable stop to hold the end of the bar at least 1 inch (25 mm) from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. P-501-3 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 501-2.8 WATER. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Waterwill be tested in accordance with the requirements of AASHTO T 26. Water known to be of potable quality may be used without testing. 501-2.9 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifications. a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C 309, Type 2, Class B. b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171. C. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. 501-2.10 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C 260 and shall consistently entrain the air content in the specified ranges under field conditions. The air -entrainment agent and any chemical admixtures shall be compatible. b. Chemical Admixtures. Water -reducing, set retarding, and set -accelerating admixtures shall meet the requirements of ASTM C 494, including the flexural strength test. 501-2.11 EPDXY -RESIN. Epoxy -resin used to anchor dowels and tie bars in pavements shall conform to the requirements of ASTM C 881, Type I, Grade 3, Class C. Class A or B shall be used when the surface temperature of the hardened concrete is below 60 degrees F (16 degrees C). P-501-4 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 501-2.12 MATERIAL ACCEPTANCE. Prior to use of materials, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction. The certification shall show the appropriate ASTM test(s) for each material, the test results, and a statement that the material passed or failed. 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. MIX DESIGN 501-3.1 PROPORTIONS. Concrete shall be designed to achieve a 28 day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of 700 psi. The mix shall be designed using the procedures contained in Chapter 7 of the Portland Cement Association's manual, "Design and Control of Concrete Mixtures." The Contractor shall note that to ensure that the concrete actually produced will meet or exceed the acceptance criteria for the specified strength; the mix design average strength must be higher than the specified strength. The amount of overdesign necessary to meet specification requirements depends on the producer's standard deviation of flexural test results and the accuracy which that value can be estimated from historic data forthe same or similar materials. The minimum cementitious material (cement plus fly ash) shall be 600 pounds per cubic yard. The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.50 by weight. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural ,,,,, strength obtained from the concrete at 7 and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of cement, fly ash, ground slag, coarse aggregate, fine aggregate, water, and admixtures. The fineness modulus of the fine aggregate and the air content shall also be shown. The mix design shall be submitted to the Engineer at least 30 days prior to the start of operations. Production shall not begin until the mix design is approved .,, in writing by the Engineer. Should a change in sources be made, or admixtures added or deleted from the mix, a new mix design must be submitted to the Engineer for approval. Flexural strength test specimens shall be prepared in accordance with ASTM C 31 and tested in accordance with ASTM C 78. The mix determined shall be workable concrete P-501-5 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT having a slump for side -form concrete between 1 and 2 inches (25 mm and 50 mm) as determined by ASTM C 143. ** 501-3.2 CEMENTITIOUS MATERIALS. a. Fly Ash. Fly ash may be used in the mix design. When fly ash is used as a partial replacement for cement, the minimum cement content may be met by considering portland cement plus fly ash as the total cementitious material. The replacement rate shall be determined from laboratory trial mixes, but shall not exceed twenty (20) percent by — weight of the total cementitious material. b. Ground Slag. Ground blast -furnace slag is not permitted on this project 501-3.3 ADMIXTURES. a. Air -Entraining. Air -entraining admixture shall be added in such a manner that will insure uniform distribution of the agent throughout the batch. The air content of freshly mix air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be 6.0. Air content shall be determined by testing in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. b. Chemical. Water -reducing, set -controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494. 501-3.4 TESTING LABORATORY. The laboratory used to develop the mix design shall meet the requirements of ASTM C 1077. A certification that it meets these requirements shall be submitted to the Engineer prior to the start of mix design and shall contain as a minimum: a. Qualifications of personnel; laboratory manager, supervising technician, and testing technicians. b. A statement that the equipment used in developing the mix design is in calibration. C. A statement that each test specified in developing the mix design is offered in the scope of the laboratory's services. P-501-6 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT d. A copy of the laboratory's quality control system. CONSTRUCTION METHODS 501-4.1 EQUIPMENT. The Contractorshall furnish all equipment and tools necessaryfor handling materials and performing all parts of the work. a. Batch Plant and Equipment. The batch plant and equipment shall conform to the requirements of ASTM C 94. b. Mixers and Transportation Equipment. (1) General. Concrete may be mixed at a central plant, orwholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central Plant Mixer. Central plant mixers shall conform to the requirements of ASTM C 94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/a inch (19 mm) or more. The Contractor shall have a copy of E the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. (3) Truck Mixers and Truck Agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform . to the requirements of ASTM C 94. (4) Nonagitator Trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C 94. C. Finishing Equipment. The finishing equipment shall be of sufficient weight and power for proper finishing of the concrete. The finishing machine shall be designed and operated to strike off, screed and consolidate the concrete such that laitance on the surface is less than 1/s-inch (3 mm) thick. d. Vibrators. Vibrator shall be either internal type with immersed tube or multiple spuds, or surface type vibrating pan or screed. For pavements 8 inches (20 cm) or `^ more thick internal vibrators shall be used. They may be attached to the spreader or the P-501-7 0- ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT finishing machine, or they may be mounted on a separate carriage. Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 inches (0.06-0.13 cm). For pavements less than 8 inches (20 cm) thick, vibrating surface pans or screeds shall be allowed. Operating frequencies for surface vibrators shall be between 3,000 and 6,000 vibrations per minute. The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement. Adequate power to operate all vibrators shall.be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. Hand held vibrators may be used in irregular areas. . e. Concrete Saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. If. Side Forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the pavement thickness at the edge. Flexible or curved forms of proper radius shall be used for curves of 100-foot (31 m) radius or less. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the Engineer. g. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices. 501-4.2 FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to insure continuous paving operation. After the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, P-501-8 A: ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT at both the inside and outside edges of the base of the forms. Forms shall be staked into place sufficiently to maintain the form in position for the method of placement. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/s inch (3 mm) at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. 501-4.3 CONDITIONING OF UNDERLYING SURFACE, SLIP -FORM CONSTRUCTION. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density, the areas which will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed. 501-4.4 CONDITIONING OF UNDERLYING SURFACE, SIDE -FORM AND FILL-IN LANE CONSTRUCTION. The prepared underlying surface shall be moistened with water, ., without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized ..,. subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of the placing of all concrete. The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. 7 All excess material shall be removed and wasted. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be P-501-9 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily. 501-4.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates that have become segregated or mixed with earth orforeign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch. 501-4.6 MIXING CONCRETE. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C 94. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in nonagitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted, except when concrete is delivered in transit mixers. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified in the mix design is not exceeded. P-501-10 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 501-4.7 LIMITATIONS ON MIXING AND PLACING. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. a. Cold Weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F (4 degrees C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F (2 degrees C). The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50 degrees F (10 degrees C) at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150 degrees F (66 degrees C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. Additional information regarding cold weather concreting practices may be found in ACI 306R, Cold Weather Concreting. b. Hot Weather. During periods of hot weather when the maximum daily air temperature exceeds 85 degrees F (30 degrees C), the following precautions shall be taken. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 95 degrees F (35 degrees C). The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. The finished surfaces of the newly laid pavement shall be kept damp by applying a water - fog or mist with approved spraying equipment until the pavement is covered by the curing medium. The, Contractor shall constantly monitor the primary conditions which lead to excessive rates of evaporation Iof the concrete surface (wind Velocity, temperature,' relative humidity). If necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf per hour as determined in accordance with Figure 2.1.5 in ACI 305R, Hot Weather Concreting, which takes into consideration relative humidity, wind velocity, and air temperature. Precautions as outlined in PCA's Design and Control of Concrete Mixtures shall be taken. When conditions are such that problems with plastic cracking can be expected, and ., particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures .-� P-501-11 �,b ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT shall consist of wind screens, more effective fog sprays, and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped. 501-4.8 PLACING CONCRETE. The Contractor has the option of placing the concrete with either side (fixed) forms or slip -forms. At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet (1 m). Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural strength of 550 psi, based on the average of four field cured specimens per 2,000 cubic yards (1,530 cubic meters) of concrete placed. Subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi. a. Side -form Method. For the side -form method, the concrete shall be deposited on the moistened grade to require as little rehandling as possible. Unless truck mixers, truck agitators, or nonagitating hauling equipment are equipped with means for discharge of concrete without segregation of the materials, the concrete shall be placed and spread using an approved mechanical spreading device that prevents segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels --not rakes. Workers shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is centered above the joint assembly. Concrete shall be thoroughly consolidated against and along the faces of all forms and previously placed concrete and along the full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 20 seconds in any one location, nor shall the vibrators be used to move the concrete. b. Slip -form Method. For the slip -form method, the concrete shall be placed with and approved crawler -mounted, slip -form paver designed to spread, consolidate and shape the freshly painted concrete in one complete pass of the machine so that a minimum of hand finishing will be necessary to provide a dense and homogeneous pavement in conformance with the requirements of the plans and specifications. The P-501-12 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT concrete shall be placed directly on top of the joint assemblies to prevent them from moving when the paver moves over them. Side forms and finishing screeds shall be adjustable to the extent required to produce the specified avement edge and surface tolerance. The side forms shall be of dimensions, shape, and strength to support the concrete laterally for a sufficient length of time so that no edge slumping exceeds the requirements of paragraph 501-5.2e (5). Final finishing shall be accomplished while the concrete is still in the plastic state. In the event that slumping or sloughing occurs behind the paver or if there are any other structural or surface defects which, in the opinion of the Engineer, cannot be corrected within permissible tolerances, paving operations shall be immediately stopped until proper adjustment of the equipment or procedures have been made. In the eventthat satisfactory procedures and pavement are not achieved after not more than 2,000 linear feet (600 m) of single lane paving, the contractor shall complete the balance of the work with the use of standard metal forms and the formed method of placing and curing. Any concrete not corrected to permissible tolerances shall be removed and replaced at the Contractor's expense. 501-4.9 STRIKE -OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the placing of the concrete, it shall be struck off to conform to the cross section shown on the plans and to an elevation such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a �., combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire -brushed test specimen are not less than the applicable ASTM specification requirements. 501-4.10 JOINTS. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed, with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/2 inch (13 mm) from their designated position and shall be true to line with P-501-13 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT not more than 1/4-inch (6 mm) variation in 10 feet (3 m). The surface across the joints shall be tested with a Contractor furnished 10-foot (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of r` uniform width and depth as shown on the plans. a. Construction. Longitudinal construction joints shall be ** formed against side forms ** without keyways, as shown in the plans. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. The contractor shall overpave the planned'joint by 10 feet to form the header and saw cut at the joint to remove the excess, concrete prior to the next production cycle. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by ** by sawing a groove into the concrete surface after the concrete has hardened. ** The ** saw cut shall be ** cut clean so that spalling will be avoided at intersections with other joints. ** Sawing shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. C. Expansion. Expansion joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall be removed for the full width and depth of the joint. d. Keyways. Keyways shall not be used on this project. ** e. Tie Bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they maybe bent against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, P-501-14 0 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT greased, or enclosed in sleeves. When slip -form operations call for tie bars, two-piece hook bolts can be installed in the female side of the keyed joint provided the installation is made without distorting the keyed dimensions or causing edge slump. If a bent tie bar installation is used, the tie bars shall be inserted through the keyway liner only on the female side of the joint. In no case shall a bent tie bar installation for male keyways be permitted. f. Dowel Bars. Dowel bars or other load -transfer units of an approved type shall be placed across joints in the manner as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. A metal, or other type, dowel expansion cap or sleeve shall be furnished for each dowel bar used with expansion joints. These caps shall be substantial enough to prevent collapse and shall be placed on the ends of the dowels as shown on the plans. The caps or sleeves shall fit the dowel bar tightly and the closed end shall be watertight. The portion of each dowel painted with rust preventative paint, as required under paragraph 501-2.7 and shown on the plans to receive a debonding lubricant, shall be thoroughly coated with asphalt MC-70, or an approved lubricant, to prevent the concrete from bonding to that portion of the dowel. If free -sliding plastic -coated or epoxy -coated steel dowels are used, a lubrication bond breaker shall be used except when approved pullout tests indicate it is not necessary. Where butt -type joints with dowels are designated, the exposed end of the dowel shall be oiled. Dowel bars at contraction joints may be placed in the full thickness of pavement by a mechanical device approved by the Engineer. The device shall be capable of installing dowel bars within the maximum permissible alignment tolerances. Dowel bars at longitudinal construction joints shall be bonded in drilled holes. g. Installation. All joint devices shall be approved by the Engineer. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means to the maximum permissible tolerances during the pouring and finishing of the concrete. The premolded joint material shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerances on dowel bar alignment shall be in accordance with paragraph 501- 5.2e(6). During the concrete placement operation, it is advisable to place plastic concrete P-501-15 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT directly on dowel assemblies immediately prior to passage of the paver to help maintain dowel position and alignment within maximum permissible tolerances. ** Dowels and tie bars shall be placed in longitudinal construction joints by bonding the dowels or tie bars into holes drilled into the hardened concrete. Holes approximately 1/8- inch to 1/4-inch (3 to 6 mm) greater in diameter than the dowel or tie bar shall be drilled with rotary -type core drills that must be held securely in place to drill perpendicularly into the vertical face of the pavement slab. Rotary -type percussion drills may be used provided that spalling of concrete does not occur. Any damage of the concrete shall be repaired by the Contractor in a method approved by the Engineer.. Dowels or tie bars shall be bonded in the drilled holes using an epoxy resin material. Installation procedures shall be adequate to insure that the area around dowels is completely filled with epoxy grout. Epoxy shall be injected into the back of the hole and displaced by the insertion of the dowel bar. Bars shall be completely inserted into the hole and shall not be withdrawn and reinserted creating air pockets in the epoxy around the bar. The Contractor shall furnish a template for checking the position and alignment of the dowels. Dowel, bars shall not be less than 10 inches (25 mm) from a transverse joint and shall not interfere with dowels in the transverse direction. h. Sawing of Joints. Joints shall be cut as shown on the plans. Equipment shall be as described in paragraph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least '/a inch (3 mm) wide and to the depth shown on the plans. The top portion of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing, consecutively in sequence of the concrete_ placement. 501-4.11 FINAL STRIKE -OFF, CONSOLIDATION, AND FINISHING. a. Sequence. The sequence of operations shall be the strike -off, floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations will not be permitted. b. Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the joint material; it shall be firmly placed without voids or segregation under and around all load -transfer devices, joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in paragraph 501-4.8a. Afterthe concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of P-501-16 k 7" ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed is approximately 8 inches (20 cm) from the joint. Segregated concrete shall be removed from the front of and off the joint; and the forward motion of the finishing .� machine shall be resumed. Thereafter, the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete immediately between the joint and the screed or on top of the joint. C. Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by a finishing machine. The machine shall go over each area as many times and at such intervals as necessary to give proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms are used, the tops of the forms shall be kept clean by an effective device attached to the machine, and the travel of the machine on the forms shall be maintained true without lift, wobbling, or other variation tending to affect the precision finish. During the first pass of the finishing machine, a uniform ridge of concrete shall be maintained ahead of the front screed for its entire length. When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which the work is progressing, and so manipulated that neither end is raised from the side forms during the striking -off process. If necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section, e- and free from porous areas. d. Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade; in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed shall be used. A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. The screed for the surface shall be at least 2 feet (0.6 m) longer than a maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of suitable vibrators. e. Floating. After the concrete has been struck off and consolidated, it shall be further smoothed and trued by means of a longitudinal float using one of the following methods: (1) Hand Method. Long -handled floats shall not be less than 12 feet (3.6 m) in length and 6 inches (15 cm) in width, stiffened to prevent flexibility and warping. The float shall be operated from foot bridges spanning but not touching the concrete or from the edge of the pavement. Floating shall pass gradually from one side of the pavement to the P-501-17 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT other. Forward movement along the centerline of the pavement shall be in successive advances of not more than one-half the length of the float. Any excess water or laitance in excess of 1/s-inch (3 mm) thick shall be removed and wasted. (2) Mechanical Method. The Contractor may use a machine composed of a cutting and smoothing float(s), suspended from and guided by a rigid frame and constantly in contact with, the side forms or underlying surface. If necessary, long -handled floats having blades not less than 5 feet (1.5 m) in length and 6 inches (15 cm) in width may be used to smooth and fill in open -textured areas in the pavement. When the crown of the pavement will not permit the use of the mechanical float, the surface shall be floated transversely by means of a long -handled float. Care shall be taken not to work the crown out of the pavement during the operation. After floating, any excess water and laitance in excess of 1/s-inch (3 mm) thick shall be removed and wasted. Successive drags shall be lapped one-half the length of the blade. f. Straight -edge Testing and Surface Correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 16-foot (5 m) straightedge swung from handles 3 feet (1 m) longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8-inch (3 mm) thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5.2e(3). Straight -edge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long -handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. 501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected. a. Brush or Broom Finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. P-501-18 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT b. Burlap Drag Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard (555 grams per square meter). To r obtain a textured surface, the transverse threads of the burlap shall be removed ' approximately 1 foot (0.3 m) from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. C. Artificial Turf Finish. If artificial turf is used to texture the surface, it shall be applied by dragging the surface of the pavement in the direction of concrete placement with an approved full -width drag made with artificial turf. The leading transverse edge of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge. At least 2 feet of the artificial turf shall be in contact with the concrete surface during dragging operations. A variety of different types of artificial turf are available and approval of any one type will be done only after it has been demonstrated by the Contractor to provide a satisfactory texture. One type that has provided satisfactory texture consists of 7,200 approximately 0.85-inches-long polyethylene turf blades per square foot. The corrugations shall be uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. 501-4.13 SKID RESISTANT SURFACES. A skid resistant surface shall be provided by construction of saw cut grooves. See Specification Item P-700, Grooving, Outlines Grooving requirements, if required for the project. 501-4.14 CURING. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured fora 7-day cure period in accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period. a. Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing 77 of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. The curing compound coverage rate shall be determined through field testing as follows: (1) Apply curing compound at the rate recommended by the manufacturer. (2) Cover an 8 foot by 8 foot (or larger) area with 8 mil thick (orthicker) clear polyethylene barrier and seal all edges to concrete surface with duct tape. P-501-19 P" ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT (3) If moisture collects beneath the polyethylene barrier anytime during a 72 hour time period after application of the barrier, the coverage rate shall be decreased (thicker film of curing compound) and the test repeated until the appropriate application rate is determined. The appropriate coverage rate is that at which no moisture collects beneath the barrier within the 72 hour period. (4) Repeat this test every 10 working days (slab pour days) to reconfirm the coverage rate. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. The curing compound shall be of such character that the film will harden. within 30 minutes after application. Should the film become damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. b. Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The units shall be lapped at least 18 inches (457 mm). The sheeting shall be placed and weighted to cause it to remain in contact with the surface and sides. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 7 days after the concrete has been placed. C. Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches (457 mm). The paper shall be placed and weighted to cause it to remain in contact with the surface covered. The paper shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly saturated prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 7 days after the concrete has been placed. d. White Burlap -Polyethylene Sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (orwidth) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The P-501-20 P. ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT ^- sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in position for 7 days after the concrete has been placed. e. Curing in Cold Weather. The concrete shall be maintained at a temperature of at least 50 degrees F (10 degrees C) for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. Additional information regarding cold weather concreting practices may be found in ACI 306R "Cold Weather Concreting". 501-4.15 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in paragraph 501-4.14. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f). 501-4.16 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-605. 501-4.17 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. The Contractor shall have available at all times, materials for the protection of the edges and surface of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. 1-- 501-4.18 OPENING TO TRAFFIC. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C 31 have attained a flexural strength of 550 pounds per square inch (3792 kPa) when tested in accordance with ASTM C 78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 P-501-21 W ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT days after the concrete was placed. Prior to opening to traffic, the pavement shall be cleaned. MATERIAL ACCEPTANCE 501-5.1 ACCEPTANCE SAMPLING AND TESTING. All acceptance sampling and testing, with the exception of coring for thickness determination, necessary to determine conformance with the requirements specified in this section will be performed by the Engineer. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of a day's production not to exceed 5000 square yards. Testing organizations performing these tests shall meet the requirements of ASTM C 1077. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.1 a(3), and coring and filling operations, per paragraph 501-5.1 b(1). a. . Flexural Strength. (1) Sampling. Each lot shall be divided into four equal sublots. One (1) specimen shall be taken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. The concrete shall be sampled in accordance with ASTM C 172. (2) Testing. Two (2) specimens shall be made from each sample. Specimens shall be made in accordance with ASTM C 31 and the flexural strength of each specimen shall be determined in accordance with ASTM C 78. The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. (3) Curing. The Contractor shall provide adequate facilities for the initial curing of beams. During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60 to 80 degrees F (16 to 27 degrees C), and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather or in heavyweight closed plastic bags, or using other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordance with paragraph 501-5.2b. P-501-22 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT b. Pavement Thickness. (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D 3665. Areas, such as thickened edges, with planned variable thickness, shall be excluded from sample locations. Cores shall be neatly cut with a core drill. The Contractor shall furnish 77 all tools, labor, and materials for cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a non -shrink grout approved by the Engineer within one day after sampling. In lieu of coring,the Engineer may elect to measure thickness of concrete pavement prior to placement based on measurements from a'string line stretched across the forms. Areas found deficient in thickness shall be reworked to provide the appropriate thickness of the Contractor's expense. (2) Testing. The thickness of cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C 174. 7" (3) Acceptance. Acceptance of pavement for thickness shall be determined by the Engineer in accordance with paragraph 501-5.2c. P" C. Partial Lots. When operational conditions cause a lot to be terminated before the specified number of tests been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, i.e., n=5 or n=6. d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion) in accordance with ASTAAE 178, at a significance level of 5 percent. Outliers shall be discarded, and the PWL shall be determined using the remaining test values. 501-5.2 ACCEPTANCE CRITERIA. P-501-23 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT a. General. Acceptance will be based on the following characteristics of the completed pavement: (1) Flexural strength (2) Thickness (3) Smoothness (4) Grade (5) Edge Slump (6) Dowel bar alignment Flexural strength and thickness shall 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). Acceptance for flexural strength will be based on the criteria contained in paragraph 501- 5.2e(1). Acceptance for thickness will be based on the criteria contained in paragraph 501- 5.2e(2). Acceptance for smoothness will be based, on the criteria contained in paragraph 501-5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4). The Engineer may at any time, not withstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, 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. Flexural Strength. Acceptance of each lot of in -place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. C. Pavement Thickness. Acceptance of each lot of in -place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of Material Within Limits (PWL). The percentage of material within limits (PWL) shall be determined in accordance with procedures specified in Section 110 of the General Provisions. P-501-24 rM ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT .., The lower specification limit (L) for flexural strength and thickness shall be: Lower Specification Limit (L) Flexural Strength 0.93 x strength specified in paragraph 501-3.1. Thickness Lot Plan thickness in inches - 0.50 inches e. Acceptance Criteria. (1) Flexural Strength. If the PWL of the lot equals or exceeds 90 percent, the lot shall be acceptable. Acceptance and payment for the lot shall be as determined in accordance with paragraph 501-8.1. (2) Thickness. 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 501-8.1. (3) Smoothness. As soon as the concrete has hardened sufficiently, the pavement surface shall be tested with a 16-foot (5 m) straightedge or other specified device. Surface smoothness deviations shall not exceed 'A inch (6 mm) from a 16-foot (5 m) straightedge placed in any direction, including placement along and spanning any pavement joint edge. Areas in a slab showing high spots of more than 'A inch (6 mm) but not exceeding 1/2 inch (13 mm) in 16 feet (5 m) shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 'A inch (6 mm) or less. Where the departure from correct cross section exceeds 1/2 inch (13 mm), the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. Lateral Deviation. Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot (30mm) in any lane. Vertical Deviation. Vertical deviation from established grade shall not exceed plus or minus 0.04 foot (12 mm) at any point. F.T.1 P-501-25 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT (5) Dowel Bar Alignment. Dowel bars and assemblies shall be checked for position and alignment. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent or 1/4 inch per foot (20 mm per meter) of a dowel bar. f. Removal and Replacement of Concrete. Any area or section of concrete that ** exhibits cracks shall be removed and replaced back to planned joints as ordered by the Engineer. The Contractor shall replace damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. Removal and replacement of cracked slabs shall be at the Contractor's expense: CONTRACTOR QUALITY CONTROL 501-6.1 QUALITY CONTROL PROGRAM. 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 Gradation C. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Consolidation h. Joints Dowel Placement and Alignment j. Flexural or Compressive Strength k. Finishing and Curing I. Surface Smoothness 501-6.2 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. The testing program shall P-501-26 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT include, but not necessarily be limited to, tests for aggregate gradation, aggregate moisture content, slump, and air content. P A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Fine Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C 70 or ASTM C 566. b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C 136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture Content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made P.M per day. Tests shall be made in accordance with ASTM C 566. C. Slump. Four slump tests shall be performed for each lot of material produced in accordance with the lot size defined in Section 501-5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. r Material samples shall be taken in accordance with ASTM C 172. d. Air Content. Four air content tests shall be performed for each lot of material produced in accordance with the lot size defined in Section 501-5.1. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C 231 for gravel and stone coarse aggregate and ASTM C 173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the plant site. Material samples shall be taken in accordance with ASTM C 172. P-501-27 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT 501-6.3 CONTROL CHARTS. The Contractor shall maintain linear control charts for fine and course aggregate, gradation, slump, and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all times. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits, or Specification limits, applicable to each test parameter, and 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 potential problem and the Contractor is not taking satisfactory corrective action, the Engineer may halt production or acceptance of the material. a. Fine and Coarse Aggregate Gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in Tables 1 and 2 shall be superimposed on the Control Chart for job control. b. Slump and Air Content. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. CONTROL CHART LIMITS Based on sample size n=4 Individual Measurements Control Range Suspension Parameter Action Limit Suspension Limit Limit Slump ±1 inch (25 mm) ±1.5 inch (38 mm) ±2.4 inch (61 mm) Air Content 1 ±1.2% I ±1.8% 1 ±2.8% The individual measurement control charts shall use the mix design target values as indicators of central tendency. 501-6.4 CORRECTIVE ACTION. The Quality Control Plan shall indicate that appropriate action shall be taken when a process is believed to be out of control. The Plan shall detail what action will be taken to bring a process into control and shall contain sets of rules to P-501-28 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and Coarse Aggregate Gradation. When two consecutive averages of five tests are outside of the Tables 1 or 2 specification limits, immediate steps, including a halt to production, shall be taken to correct the grading. b. Fine and Coarse Aggregate Moisture Content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5 percent, the scale settings for the aggregate batcher(s) and water batcher shall be adjusted. C. Slump. The Contractor shall halt production and make appropriate adjustments whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range; or 2) two points in a row fall outside the Action Limit line for individual measurements. d. Air Content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever: (1) one point falls outside the Suspension Limit line for individual measurements or range; or (2) two points in a row fall outside the Action Limit line for individual measurements. Whenever a point falls outside the Action Limits line, the air -entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. METHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement shall be measured by the number of square yards (square meters) of either plain or reinforced pavement as specified in -place, completed and accepted. **. 501-7.2 Portland cement concrete payment installed as part of Item SP-22 Taxiway Shoulders shall not be measured separately for payment. P-501-29 MR ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT BASIS OF PAYMENT 501-8.1 PAYMENT. Payment for accepted concrete pavement shall be made at the contract unit price per square yard (square meter) adjusted in accordance with paragraph 501-8.1a, subject to the limitation that: The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work (see Note 2 under Table 3). Payment shall be full compensation for all labor, materials, tools equipment, and incidentals required to complete the work as specified herein and on the drawings, except for saw -cut grooving. 501-8.2 There will be no separate payment for Portland cement concrete pavement installed as part Item I'SP-22 Taxiway Shoulders. All labor; materials and equipment furnished to complete the `work included` in Item, SP-22 Taxiways Shoulders shall be considered'as incidental to Item SP-22 Taxiway Shoulders. a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 3. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness 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 flexural strength or thickness is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100 percent. TABLE 3. PRICE ADJUSTMENT SCHEDULE' Percentage of Material Within Specification I Lot Pay Factor Limits (PWL) (Percent of Contract Unit Price) 96-100 106 90-95 PWL +10 75-90 0.5PW L+55 55-74 1.4PWL-12 Below 55 Reject 2 P-501-30 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT ALTHOUGH IT IS THEORETICALLY POSSIBLE TO ACHIEVE A PAY FACTOR OF 106 PERCENT FOR EACH LOT, ACTUAL PAYMENT IN EXCESS OF 100 PERCENT SHALL BE SUBJECT TO THE TOTAL PROJECT PAYMENT LIMITATION SPECIFICATION SPECIFIED IN PARAGRAPH 501-8.1. 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 BYTHE AMOUNT WITHHELD FOR THE REJECTED LOT. 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 concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100 percent. b. Payment. Payment shall be made under: Item. P-501-8.1a Portland Cement Concrete Pavement -- per square yard TESTING REQUIREMENTS ASTM C 31 Making and Curing Concrete Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 70 Surface Moisture in Fine Aggregate ASTM C 78 Test for Flexural Strength of Concrete (Using Simple Beam with Third - Point Loading) ASTM C 131 Test for Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ,.., ASTM C 138 Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Test for Slump of Portland Cement Concrete n ASTM C 172 Sampling Freshly Mixed Concrete P-501-31 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT ASTM C 173 Test for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 174 Measuring Length of Drilled Concrete Cores ASTM C 227 Potential Alkali Reactivity of Cement -Aggregate Combinations (Mortar -Bar Method) ASTM C 231 Test for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 289 Potential Reactivity of Aggregates (Chemical Method) ASTM C 295 Petrographic Examination of Aggregates for Concrete ASTM C 311 Sampling and Testing Fly Ash for Use as an Admixture in Portland Cement Concrete ASTM C 535 Test for Resistance to Abrasion of Large Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 566 Total Moisture Content of Aggregates by Drying ASTM C 1077 Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ASTM D 1260 Potential Alkali -Reactivity of Aggregate (Mortar -Bar Method) ASTM D 3665 Random Sampling of Construction Materials ASTM D 4791 Test Method for Flat or Elongated Particles in Coarse Aggregate AASHTO T 26 Quality of Water to be Used in Concrete MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement P-501-32 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT ASTM A 185 Specification for Welded Steel Wire Fabric for Concrete Reinforcement A ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete Pavement ASTM A 615 Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A 616 Specification for Rail -Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A 617 Specification for Axle -Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A 704 Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A 714 Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe ASTM C 33 Specification for Concrete Aggregates ASTM C 94 Specification for Ready -Mixed Concrete ASTM C 150 Specification for Portland Cement ASTM C 171 Specification for Sheet Materials for Curing Concrete ASTM C 260 Specification for Air -Entraining Admixtures for Concrete ASTM C 309 Specification for Liquid Membrane -Forming Compounds ASTM C 494 Specification for Chemical Admixtures for Concrete ASTM C 595 Specification for Blended Hydraulic Cements ASTM C 618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM C 881 Specification for Epoxy -Resin Base Bonding System for Concrete • P-501-33 ITEM P-501 PORTLAND CEMENT CONCRETE PAVEMENT ASTM C 989 Specification for Ground Granulated Blast -Furnace Slag for Use in _ Concrete and Mortars ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction AASHTO M 254 Specification for Coated Dowel Bars ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting TT-P-644 (Rev. D) Federal Specification for Primer Coating, Alkyd, Corrosion -Inhibiting, Lead and Chromate -Free, VOC-Compliant END OF ITEM P-501 P-501-34 PART VI - MISCELLANEOUS P" ITEM M-103 RUNWAY AND TAXIWAY MARKERS M-103-2 DESCRIPTION 103-1.1 Closed runway and taxiway markers shall be furnished by the Contractor, and placed and maintained at the locations indicated or as ordered by the Engineer. The markers shall be installed when indicated on the plans, or when ordered by the Engineer. The closed markers shall remain in -place clearly visible from the air until the runway and/or taxiway is operational. The Contractor shall make a frequent inspection of the marking and make prompt repairs, as necessary. 'MATERIALS 103-2.1 Lighted portable (mobile) closed runway marker shall be Sherwin Industries Model or approved equivalent which is designed to form a lighted "x" which contains twenty-one (21) 90 watt bulbs, in weather proof standard bases, with one bulb located in the center and five bulbs in each of the four legs. Illumination of cross shall be selected by the user as either continuous or flashing. A photo cell shall be used to reduce wattage by 50% for night hours operation (dim mode). Flash interval time will be: Bright mode — not less than 1 second but no more than 2 '/z seconds on and off. Dim mode - not less than 1 second but no more than 2 '/Z seconds on and off. Runway closure marker must have at least one light on the backside of cross to provide a visual monitoring from a distance. The cross formed when opened and operating will be 20' 6" each contiguous leg and 14' 6" on the peripheral. The color shall be aviation yellow. The closed runway marker shall be visible from a minimum of three (3) miles during daytime VFR weather and a minimum of six (6) miles during nighttime VFR weather. The cross must collapse for transport and storage so all parts are inside trailer frame dimensions to prevent damage in transport and storage. The lighted closed runway marker shall be constructed so it can be used while still attached to tow vehicle or stand alone, with a setup time of less than two minutes by one person. M-103-1 ITEM M-1'03 RUNWAY AND TAXIWAY MARKERS The lighted "x" frame and angle mechanism will be constructed of 2" square tubing. The angle mechanism must be capable of tilting 3 degrees from vertical and have trailer adjustments to accommodate this angle no matter what the degree of the runway. The marker shall be able to withstand winds of 40 MPH while in the operational mode. A radio interference filter will be installed with a operation frequency of 50 Hz. The trailer shall have a 2 inch coupling and be equipped with safety and lighting equipment required for public road use. The trailer shall have an additional two inch (2") ball mounted at the rear of the trailer to facilitate towing of a second closure marker. The trailer shall also have provisions to accommodate safety chains at the rear of the trailer, and five (5) 2,000 lb. jack stands located at each corner and tongue. The generator shall be rated for at least 3,500 watts. The marker system shall have the capability of being hard wired for the convenience of operating without the use of a generator for prime power. The diesel engine shall be electric start with an auxiliary hand rope start. The system shall have the fuel capacity to run at FULL LOAD for a minimum of 48 hours without refueling. The entire runway closure marker unit frame, hardware, trailer will be primed with rust inhibitive coatings and epoxy primer. An acrylic urethane paint will be applied as finish coating. At the completion of the project, the lighted closed runway marker shall become the property of the Owner. 103-2.2 The closed runway and closed taxiway markers may be constructed of snow fence, plywood, lumber, 40 pound roofing paper, cloth, plastic, or other material approved by the Engineer. The color shall be aviation yellow. METHOD OF MEASUREMENT 103-3.1 Lighted portable (mobile) closed runway markers shall be measured by the unit. No separate measurement will be made for operation or relocation of the markers. 103-3.2 Closed runway and taxiway markers shall be measured by unit. No separate measurement will be made for relocation of the markers. M-103-2 F- ITEM MA03 RUNWAY AND TAXIWAY MARKERS BASIS OF PAYMENT 103-4.1 The accepted quantity of lighted portable closed runway markers will be paid for at the contract unit price for each. The price shall be full compensation for furnishing the complete unit, labor and incidentals necessary to acquire, inspect and maintain each marker for the duration of the project. The lighted closed runway markers shall become the property of the Owner at the completion of the project. 103-4.2 The accepted quantity of closed runway and taxiway markers will be paid for at the contract unit price per each. The price shall be full compensation for furnishing all materials, labor and incidentals, necessary to install, inspect and maintain each marker for the duration of the project. Payment will be made under: Item M-103-4.1 Lighted Portable Closed Runway Markers -- per each Item M-103-4.2 Closed Runway Markers -- per each Item M-103-4.3 Closed Taxiway Markers -- per each Item M-103-4.4 Temporary Chevron -- per each END OF ITEM M-103 M-103-3 M404 .:TRAFFiCsDRU VIS DESCRIPTION 104-1.1 Traffic drums shall be furnished by the Contractor, and placed and maintained as shown on the plans or as ordered by the Engineer. The taxiway traffic drums shall be installed on all closed segments of taxiways or when ordered by the Engineer. The closed taxiway traffic drums shall remain in -place and clearly visible while the taxiway is closed to air traffic. The Contractor shall make a frequent inspection of the marking and make prompt repairs, as necessary. METHOD OF MEASUREMENT 104-2.1 Traffic drums shall be measured by unit. No separate measurement will be made for relocation of the traffic drums. BASIS OF PAYMENT 104-3.1 The accepted quantity of traffic drums will be paid for at the contract unit price per each. The price shall be full compensation for furnishing all materials, labor and incidentals, necessary to install, inspect, maintain and relocate each drum for the duration of the project. Payment will be made under: Item M-104-3.1 Traffic Drum -- per each END OF ITEM M-104 M-104-1 ITEM M-1'07 AVIATI„ON BARRICADES DESCRIPTION 107-1.1 Aviation barricades shall be furnished by the Contractor, and placed and maintained as shown on the plans or as ordered by the Engineer. The aviation barricades shall be installed when ordered by the Engineer. The aviation barricades shall remain in -place, clearly visible, until ordered removed by the Engineer. Flashing amber lights shall be placed on the barricades for nighttime use. Aviation barricades - shall be placed a maximum of five (5) feet apart. MATERIALS 107-2.1 Materials shall be in accordance with the Manual on Uniform Traffic Control Devices and with the [Insert appropriate State specification and section]. METHOD OF MEASUREMENT 107-3.1 Aviation barricades shall be measured per linear foot of the area barricaded including spaces between the barricades. No separate measurement will be made for relocation of the aviation barricades. BASIS OF PAYMENT 107-4.1 The accepted quantity of aviation barricades will be paid for at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials, labor and incidentals, necessary to install, inspect and maintain the barricades for the duration of the project. Payment will be made under: Item M-107-4.1 Aviation Barricades -- per linear foot END OF ITEM M-107 M-107-1 ITEM M-129 COMPUTERIZED AIRFIELD LIGHTING CONTROL SYSTEM DESCRIPTION 129-1.1 This item shall consist of a turn -key installation of a computerized airfield lighting control system furnished and installed in accordance with this specification, the referenced specifications, plans, Federal, State and local code requirements. This item shall include the furnishing of all equipment, materials, cables, fixtures, control circuits and incidentals necessary to place the complete system in first class operations, to the satisfaction of the Engineer. GENERAL 129-2.1 The system shall be furnished by a manufacturer who is qualified to manufacture such system according to the following requirements: a. The computer system manufacturer shall be FAA approved to manufacture L-821 Airport Lighting Control Panels. b. The computer manufacturer shall have manufactured and furnished and have in operation at least three (3) such systems at airports in the U.S.A. c. The manufacturer must be regularly engaged in the fabrication of runway lighting control systems. d. Since reliable, trouble -free operation of the airport runway lighting system is of utmost importance, the successful bidder must be able to demonstrate the ability to provide a reliable, trouble -free computerized airfield lighting control system. Therefore, the manufacturer/supplier shall provide with the bid proposal a listing of their Computerized Multiplexed Airfield Lighting Control Systems which have been in service for at least one (1) year. The name and telephone number of the Airport person(s) actually responsible for main- taining the system must also be provided so that satisfactory service may be ascertained. The system shall be completely assembled as an operating system prior to shipment from the factory. A representative of the airport shall witness system operation at the factory and shall authorize shipment when satisfied that the system operates properly. The manufacturer shall provide a recommended list of spare parts by part number and individual prices for each item as part of the bid document. The spares list shall include at least one each of all circuit cards used in the system and at least one each of all power supplies, modems, etc. Prices quoted for spare parts shall be firm for a period of two (2) years from the date of final acceptance of the system after installation and commissioning. M-129-1 GQ ITEM;M-129 COMPUTERIZED AIRFIELD LIGHTING CONTROL SYSTEM 129-2.2 SYSTEM DESCRIPTION The Computerized Airfield Lighting Control System (CALCS) is the interface between the Air Traffic Control Tower (ATCT) operator and the runway/taxiway lighting systems on the field. It is therefore essential that the system be of the utmost reliability and that the system be simple to maintain by airfield electricians. The various elements of the CALCS are as follows: A. Airfield Lighting Control Panel and High Resolution Color Monitor (CRT). B. Tower Computer Assembly. Located in the vicinity of the control tower or basement of the control tower building. C. Data Processing Computer. Co -located with the tower or vault computer assembly. Note: The Tower Computer Assembly and the Data Processing Computer may also be combined into one computer, if equivalent functionality is achieved and all requirements imposed on the Tower Computer and Data Processing Computer are met. D. Vault Computer Assembly. Located in the Airfield lighting vault. E. Fail -Safe Subsystem. Located at the AFL vault. F. System Monitoring. The control inputs (commands) are entered into the system by the ATCT operator pressing the appropriate pushbutton(s) on the airfield lighting control panel. The tower computer assembly receives the commands, assembles a message, and sends the message via fiber optic cable to the airfield lighting vault computer assembly. The vault computer assembly receives the messages from the tower computer assembly and then provides control outputs to the airfield lighting constant -current regulators (CCR's) to cause the field lighting to follow the instructions of the ATCT operator. 'y Upon implementation of the commands from the tower computer, the vault computer shall read -in the actions just taken, then send a message defining exactly these actions back to the tower computer. If the actions taken agree with the instructions sent by the tower computer, then the pushbutton switch (command input) shall light brightly to indicate the instructions were received at the vault and carried out. Immediately following, the vault computer shall interrogate the CCR monitoring to verify that the lighting system is functioning properly. If a problem exists in the system, and if it is of importance to the ATCT operator, then an alarm shall sound in the control panel to annunciate the fault. Otherwise, the alarm and its nature shall be displayed at the maintenance center. M-129-2 ITEM M-129 COMPUTERIZED AIRFIELDLIGHTING CONTROL"SYSTEM The tower and vault micro -processors shall be dedicated to the control of the lighting system. All monitoring data logging, permanent archiving, and processing shall be accomplished by the data processing computer co -located with the tower or vault computer assembly. The vault computer shall pass all monitoring information to the data processing computer. Data stored in the data processing computer shall be passed to any maintenance computer connected in the system. r CONSTRUCTION AND OPERATION 129-3.1 TOWER EQUIPMENT Two elements of the system are located at the old terminal building. These are the control panel/color monitor and the tower computer assembly. 129-3.2 AIRFIELD LIGHTING CONTROL PANEL AND HIGH RESOLUTION COLOR MONITOR (CRT) The control panel shall be enclosed in a flush mounted pan per FAA Specification L-821. It shall contain a faceplate which is attached at the top to the pan via a piano -type full -width hinge. It shall be mechanically arranged so that when in the open or raised position, it shall ..., be positively held open by a scissors hinge or other such support. Switches and controls shall be securely mounted to the faceplate. Electrical connections between the control panel and the computer assembly shall be via factory installed connectors, both at the control panel and the tower computer. The manufacturer shall supply interconnect cables with mating connectors, made to length, so p- that cable make-up is unnecessary during system installation. Two types of lighted pushbuttons may be used as required on the control panel. These are the momentary pushbutton switch and the alternate action switch. The pushbuttons are used as the control inputs to the computer system. 129-3.2.1 CHARACTERISTICS OF THE SWITCHES a. Switches shall be DPDT, lighted, with symbols and/or numbers engraved on their face. After engraving (or hot stamping) the identifications shall be black paint filled. b. Switches shall be capable of using one or two lamps as needed. Lamps shall be a common replaceable lamp which can be obtained at any electronic supply house. Lamps shall be replaceable from the front of the panel by removing the switch cap. C. Switch caps shall be capable of being divided into several print areas. M-129-3 ITEM M-129 COMPUTERIZED AIRFIELD LIGHTING CONTROL -SYSTEM d. Switches shall be MICROSWITCH SERIES AML21 or equal. 129-3.2.2 OPERATING CHARACTERISTICS OF THE PANEL a. When a pushbutton switch is depressed on the control panel (command entered at the control panel) a short "beep" shall be sounded within the control panel to provide the operator confirmation that his command was received and entered into the computer. This "beep" shall originate as a function of the computer having read the pushbutton switch input (not derived from the switch itself). b. Pushbuttons shall be dimly lit at all times. When a pushbutton is depressed, its brightness shall increase only after the vault computer indicates that the command was received and implemented. C. Lighting system failures are indicated in one or more ways. These are: - Red alarm button associated with the failed lighting system shall flash "on" and "off' at 1/2 second intervals. The pushbutton for that system shall flash "on" and "off'. - A buzzer shall sound in the control panel to indicate failure. The buzzer may be silenced by pressing the ALARM SILENCE button. Indication on the CRT monitor. d. It shall require no more than one second for an action commanded at the control panel to be carried out at the AFL vault._ 129-3.2.3 CHARACTERISTICS OF THE CRT MONITOR The CRT monitor shall be of the latest technology, employing a flat screen tension mask face. It shall have built-in glare reducing mechanisms and shall be viewable in daylight in the control tower without shading and without changing the brightness control from the nighttime viewing level. Background level shall be black (gray is unacceptable). It shall have the following mechanical and or electrical properties: -- 14 inch diagonal measure Flat face M-129-4 ITEM M-129 COMPUTERIZED AIRFIELD LIGHTING CONTROL'SYSTEM P22 phosphor 50-70% brighter than standard CRT monitors 31.49 kHz scan frequency 60-70 Hz vertical refresh rate 640 x 480 pixel resolution (VGA) RGB input Approximately 25 MHz bandwidth At least 16 distinct colors The system shall not be dependent upon the CRT monitor for proper operation. An outage of the CRT or its video generator shall not impair the system, and the graphics shall self - restore upon return from the outage. All data displayed on the CRT shall be derived from information being returned from the AFL vault. Specifically, a system which is turned "ON" shall be verified by CCR monitors or current detectors (as indicated on the plans) before satisfactory performance is indicated on the CRT. Further, continuous verification shall take place in orderto maintain indication of satisfactory performance on the CRT. The CRT shall display a pictorial of the airport runway/taxiway system and other pertinent features on the airport such as terminal buildings, general aviation ramp, and navaids. These features shall be depicted in a dark background color. As systems are energized, colors shall be added to indicate operation according to the following schedule. Runways, taxiways, and navaids shall be depicted in medium gray when "OFF". - Runways shall be filled with color white to indicate that runway edge -- lights are "ON". - Taxiways shall be filled with color cyan to indicate taxiway edge lights are "ON". Vasi, Airport Beacon, Reil's, and such, shall be in color red with white border when "ON". M-129-5 ITEM M-129 COMPUTERIZED AIRFIELD LIGHTING CONTROL SYSTEM A service box and status box shall accompany each runway/taxiway and navaid. The -- service box shall identify the service (EDGE) while the status box, which shall be located immediately to the right of the service box, shall display the selected brightness level. The service box shall have a background color of dark blue, with lettering in yellow. The status box shall have a color of dark gray when the service is "OFF". When the service is turned "ON", the service box shall fill with background color yellow, with a dark blue number included which indicates the brightness step as verified by the CCR monitoring. 129-3.3 TOWER COMPUTER ASSEMBLY The tower computer assembly shall be enclosed in a dust tight enclosure. The tower computer assembly shall be located as shown on the plan. Construction shall be simple and straight -forward. Components such as transformers, terminal blocks, card rack supports, and large capacitors shall be mounted to the back panel from the front of the cabinet. The design shall be such as to allow easy access and allow removal/replacement with only simple hand tools (no soldering irons). All components shall be installed on circuit cards using the mother board/daughter board concept. All principle assemblies shall be on plug-in circuit cards that do not require tools to remove. Any circuit card in the system shall be removable without removing another circuit card or disturbing or disconnecting the cabling to another circuit card. All power supplies shall be in the form of plug-in modules which are mounted in module racks and only requiring the removal of knurled -head thumb screws to slide the power -- supply from its rack for repair/replacement. Sufficient visual indicators shall be present in the enclosure to assess the condition of the power supplies, watchdog timers, communication lines, etc. The enclosure shall contain the card rack mounted microprocessor and related circuit cards such as the 1/0 cards, serial cards, modems, scanners, lamp drivers and rack mounted power supplies. 129-3.3.1 ESSENTIAL CHARACTERISTICS OF THE MICROPROCESSOR a. Personal computers are not acceptable for system control. Industrial PC's designed specifically for industrial environments are acceptable for system control. b. Shall be capable of up to 512k-byte RAM on board and the ability to address up to 1 m-byte of RAM. C. Shall be equipped with battery -backed static RAM to retain switch data in the event of total power down. M-129-6 W ITEM M-129 COMPUTERIZED AIRFIELD I LIGHTING CONTROL SYSTEM d. Software shall be resident on the computer board in EPROM or other nonvolatile memory (battery backed RAM not acceptable). e. It shall support as many RS-232 serial ports as necessary, to service the number of AFL vaults and peripheral equipment in the system. f. The preferred backplane is an STD BUS, MULTI -BUS, or VME BUS. However, any standard industrial/commercial bus which is widely supported and on which circuit cards and modules are multi -sourced is satisfactory. g. The programming language shall be Assembly or C language. The preferred programming language is Assembly language. h. PLA's, PLC's and relay ladder logic are not satisfactory for use in this system. i. Reliable operation is essential. Therefore, the system computers (tower and vault) shall be primarily dedicated to control of the airfield lighting and shall relegate other functions such as maintenance, data processing, archiving CCR monitor data, and related chores to the data processing computer. 129-3.3.2 CHARACTERISTICS OF THE TOWER COMPUTER ASSEMBLY The tower computer assembly shall operate from 120 V ac, 60 Hz. It shall be equipped with an uninterruptable power supply which shall maintain the computer in service for a period of one hour minimum in case of power failure at the control tower. A UPS meeting the specification of the "Best Power Technology, Inc. ME Series, or equivalent shall be provided. The tower computer assembly shall have the following types of inputs/outputs. -- - RS-232/422. Controlled lamp driver voltage to illuminate the lamps in the pushbuttons on the airfield lighting control panel. Voltage outputs to operate horns or buzzers in the AFL control panel. Visual outputs, i.e., one LED indicator at the computer assembly for each pushbutton lamp on the AFL control panel. (Required) Visual output (LED's) to indicate status of power and power supplies, watchdog timers, communication lines, etc. (Required) M-129-7 ITEM M-129 COMPUTERIZED AIRFIELD LIGHTING CONTROL SYSTEM All power supplies (Lamp -Computer) to be located at the tower computer since there is no room for them in the tower cab. 129-3.3.3 FUNCTIONS OF THE CONTROL TOWER COMPUTER The Control Tower Computer Assembly: a. Shall accept command inputs from the AFL control panel (pushbutton presses) and generate the data strings that define the commands for transmission to the AFL vault. b. Shall receive data strings from the AFL vault computer, test the data for errors, then compare the received data with the commands sent to insure that the instructions were understood by the vault computer. C. Shall brightly light the pushbutton at the control panel when the command was properly understood and implemented at the vault. d. Shall pass to the video generator data indicating the command was implemented at the vault so that the CRT may be updated. e. Shall demand CCR monitor data from the vault computer in response to each data string sent to the vault so that the CRT shall always be current. f. Shall send complete status information to the vault computer once each 3 to 5 seconds during periods when no commands are being input at the control panel. It shall send new data to the vault computer immediately any time a change is input at the control panel. g. Shall test the communication lines once each 3 to 5 seconds to ascertain their proper functioning. h. Shall initiate alarm signals to the control panel and CRT any time monitor information is critically out of tolerance. Shall receive and pass on to the data processing computer all CCR and system monitor data for further processing, archiving, display and alarms at the maintenance and/or operations center. Perform on-line checks to ascertain that the tower and vault computers agree, and are operating properly. M-129-8 r. rt ITEM M-129 COMPUTERIZED AIRFrELD LIGHTING CONTROL SYSTEM 129-3.4 DATA PROCESSING COMPUTER The data processing computer (DPC) shall be co -located with the tower or vault computer assembly. It shall be responsible for collecting all performance data from the system, processing and storing it, and passing alarm data to any maintenance computer in the system. The data processing computer shall be connected to the system via one or more RS-232 serial data links from the tower or vault computer assembly. Data generated at the tower computer, vault computers, CCR monitors, power supplies, etc., shall be passed to the data processing computer via the computer's serial port. The system communication lines shall serve as the vehicle to permit information exchange between the AFL vaults and the data processing computer if the DPC is located at the tower. 129-3.4.1 CHARACTERISTICS OF THE DATA PROCESSING COMPUTER Shall be equivalent to an 80486 based system. Shall operate at a clock speed of 33 MHz or greater. Shall be equipped with at least 2m-byte of RAM. Shall be equipped with at least 100 meg hard disk and 3.5 inch floppy disk. Shall be equipped with a keyboard. Shall be equipped with VGA color monitor. Shall be equipped with a 2400 Baud Modem. Shall be equipped with serial and parallel ports as memory. 129-3.4.2 FUNCTIONS OF THE DATA PROCESSING COMPUTER The data processing computer shall be the master record file for the system. It shall collect and store all pertinent CCR monitor data and system happenings. It shall serve as the system master clock, and shall update all system clocks periodically. The maintenance/operations center computer shall be directly connected to the data processing computer via its own direct communication lines. The data processing computer shall be connected to the control system computer via RS-232. Archived data at the DPC can be backed up to 3.5-inch diskette at regular intervals, such as weekly or monthly, so that long term records may be kept for the system. M-129-9 ITEM M-129 COMPUTERIZED AIRFIELD. LIGHTING CONTROL SYSTEM Any Maintenance Computer shall allow the recall of archived data from any backup diskette at any time in the future for records examination. 129-3.5 VAULT COMPUTER ASSEMBLY The vault computer assembly is housed in a dust tight enclosure which shall be wall mounted. The enclosure shall not be over 13 inches deep and 36 inches wide. The assembly shall be located as detailed on the plans. Construction shall be simple and straight -forward. Components such as transformers, terminal blocks, cardrack supports, and large capacitors shall be mounted to the back panel from the front of the cabinet. The design shall be such as to allow easy access and allow removal/replacement of components with only simple hand tools (no soldering irons). All components shall be mounted on circuit cards using a mother board/daughter board concept. All principle assemblies shall be on plug-in circuit cards not requiring tools to remove/replace. Any circuit card in the system shall be removable without removing another circuit card or disturbing or disconnecting the cabling to, another circuit card. All power supplies shall be in the form of plug-in modules which are mounted in module racks and only requiring the removal of knurled head bolts to slide the power supply from its rack for replacement. Sufficient visual indicators shall be present in the enclosure to assess the condition of the power supplies, watchdog timers, communication lines, etc. The enclosure shall contain the cardrack mounted microprocessor and related circuit cards such as the 1/0 cards, serial cards, modems, relay cards, and rack -mounted power supplies. 129-3.5.1 ESSENTIAL CHARACTERISTICS OF THE MICROPROCESSOR It shall be identical to, and interchangeable with the tower microprocessor. (Personal computers are not acceptable.) 129-3.5.2 CHARACTERISTICS OF THE VAULT COMPUTER ASSEMBLY The vault computer assembly shall operate from 120 V ac, 60 Hz. If specified on the plans, it shall be equipped with an uninterruptable power supply as defined above. The vault computer assembly shall have the following types of inputs/outputs. RS-232/422. M-129-10 ITEM M-129 COMPUTERIZED AIRFIELD LIGHTING CONTROL SYSTEM Visual indicators (LED's) to indicate status of power and power supplies, watchdog timers, communication lines, etc. - Visual indicators for each of the output relays which operate the control lines for the CCR's and each digital input from regulators and peripheral equipment. - Optically isolated input/outputs for all RS-232/422 ports which drive or communicate with equipment outside the computer enclosure. Optical isolation for all digital inputs which originate outside the computer cabinet. All CCR control and all peripheral control shall be via relay contacts, not solid state control. 129-3.5.3 FUNCTIONS OF THE VAULT COMPUTER ASSEMBLY The vault computer assembly shall perform the following functions. a. It shall receive instructions from the tower computer assembly which defines the status for all computer controlled equipment in the AFL vault. b. It shall not be allowed to interpret instructions received from the tower. It shall only pass to its output ports the information sent to it from the tower computer. This includes master switch operations. C. Upon receipt of data from the tower, the vault computer shall perform a data check to insure that the data received is accurate and has not been altered during transmission (CRC-16). d. It shall read all output and input ports (including serial ports if applicable) and return their status in response to the tower inquiry. e. In the event of a vault computer outage, it shall, upon restoration, perform a communications routine to determine that the tower computer is operating properly before accepting any instructions from the tower. f. Shall initiate data transmissions to the tower only under specific conditions. These are: An uncommanded change in status of any parameter monitored in the vault. M-129-11 ITEM M-129 COMPUTERIZED AIRFIELD LIGHTING CONTROL SYSTEM Upon return to operation from an outage. -- Performance of communication lines check. Upon being granted use of the communication lines by the tower computer to send archive data to the Data Processing Computer. g. Shall perform on-line checks of the computer system and shall allow off-line tests, checks, and troubleshooting by the maintenance computer. h. Shall archive monitored data in the event the data processing computer is off-line or out of service. It shall have sufficient capacity to hold a minimum of 7 days of data. Upon return to service, the archived data shall be passed to the data processing computer during idle periods of the communication lines. Under no circumstances shall the vault computer be utilized as permanent storage of archive data due to the possibility of loosing the data in the event of catastrophic failure of the vault computer. 129-3.6 FAIL-SAFE SUBSYSTEM Associated with the computer system for each vault shall be a subsystem to insure the runway lighting is available in the event the control system experiences an outage. The fail-safe unit shall be an independent system which shall guarantee that the airfield lighting shall be energized in the event of an unscheduled outage of the tower computer assembly, the vault computer assembly, or the communication lines which connect these two computers together, or any d.c. power supply in the entire system. It shall operate as follows: If the tower computer fails, the vault computer shall pass control of the lighting system to the fail-safe unit. -� If the vault computer fails, the vault computer shall pass control of the lighting system to the fail-safe unit. If all computer communication means between the tower computer and the vault computer should fail, the vault computer shall pass control of the lighting system to the fail-safe unit. The fail-safe unit shall be constructed as a part of the vault AFL control panel. Switches for the vault AFL control panel may be used for vault control of the lighting system during periods of lighting system maintenance. A switch shall be provided on the control panel that transfers control of the lighting system from the computer to the vault control panel. M-129-12 ITEM M-129 COMPUTERIZED AIRFIELD LIGAt" INJOG CONTROL SYSTEM . The switches on the vault control panel, when not being used to control the airfield lighting, shall be positioned to the default (fail-safe) state. The fail-safe state is the settings to which the lighting systems shall assume in the event of system outage. The vault control panel shall include a key -switch, which is used to transfer control of the AF lighting systems to the AFL vault. The key -switch shall have two positions: computer and vault. The control panel shall also include a red and a green indicator light which indicates the statues of the fail-safe. When the key -switch is in the vault position, the red and green light shall be "OFF", and an indicator light on the control panel in the control tower shall indicate the system control is at the AFL vault. When the key -switch is in the tower control position, the red panel light shall be lighted unless all switches in the AFL vault control panel are positioned to the desired fail-safe position. The desired fail-safe position is pre -determined and the circuitry in the control panel shall be such that it can detect whether all switches are positioned properly. If operational requirements change and it is decided to adjust the default (fail-safe settings) to a different selection, the circuitry shall be simple to change to reflect the new default settings. F If the key -switch is in the tower computer position and all switches on the AFL vault control panel are not in their proper fail-safe position, the red "fail-safe" light shall be "ON" and the green "fail-safe" light shall be "OFF". The indicator light on the tower (AFL control panel shall indicate that the fail-safe is mis-set. If all switches are in their proper position, the green light shall be "ON" and the red light shall be "OFF". The only conditions required for the fail-safe to energize the lighting system is that CCR control power be available and that primary power is available to the CCR. 129-3.7 SYSTEM MONITORING Either of two types of system monitoring, or a combination of them, shall be employed as defined on the plans. These are: 1. Full CCR monitoring via a series circuit monitor. These shall be used when it is important to monitor all required parameters of the regulator/field lighting operation. 2. Output current detection in the field lighting circuit. This method shall be used when specified, to ascertain that a minimum of 2.5 amperes of current is flowing to the field lighting circuit when the CCR is commanded "ON". This method shall be implemented by current transformers (non -contacting) and minimum current detectors. M-129-13 0 ITEM M-129' COMPUTERIZED AIRFIELD LIGHTING CONTROL SYSTEM Regardless of the method used, it shall be interfaced to the vault computer via opto- isolators. 129-3.7.1 DATA COLLECTED BY THE MONITORING As a minimum, the following data shall be collected and acted upon as necessary. a. Upon each entry in the archive, time and date shall be recorded. b. Whenever a CCR has been commanded "ON", whether or not it is supplying -' a minimum of 2.5 amperes to its field lighting circuit. C. Tabulation of the cumulative amount of time each CCR has been energized by total, and by each brightness level. Additionally, all other function such as VAST, PAPI, REIL's, Generator, etc., shall be logged by time "ON/OFF" and accumulated total. Regulator time shall only be recorded if current is flowing in the lighting circuit. d. Status of all communication lines. e. Any other data which is pertinent to system operation. If series circuit monitoring is employed, additional data shall be read, acted upon, and archived. These are: Whether the CCR local control switch is in the local or remote position. Whether the current being furnished by the CCR agrees with the brightness step selected. - Whether primary power is available to the CCR. Whether an open circuit or over -current detector has operated. A 10 percent decrease in the voltlamperes being delivered to the lighting circuit. The number of burned out lamps in the circuit. 129-3.7.2 SCREEN PRESENTATIONS The designated maintenance shop shall be equipped with a tabletop computer which shall allow presentation of the maintenance data collected by the monitoring system. The particular screens shall be developed according to the individual needs and preferences of M-129-14 ITEMM-129 COMPUTERIZED, AIRFIELD LIGHTING CONTROL SYSTEM the airport maintenance department. In general, the information displayed shall include as a minimum: a. One screen which displays all runway/taxiway systems and whether any system or subsystem associated with any runway is in an alarm status. b. One screen which displays all alarms which are currently un-corrected. C. One screen which displays all pertinent data for each runway system. d. One screen which displays all pertinent data for all taxiways. e. One screen which displays pertinent data for all related equipment such as Generator status, Utilities, and PAPI or VASI status. f. One screen which displays status of all computer systems and communication lines status. g. One or more screens which allow recall of archived data. It shall be possible to recall by date and time or from the beginning of the archive file. It shall also be possible to single step through the file or scan the file. 129-3.8 FUTURE EXPANSION: STOP BARS/WIG WAGS Outputs for Stop Bars shall be made available at each of the vault computers. �- At the VAULT, 32 channels (dry relay contacts, 5 Amp, 120 vac) shall be installed in addition to the required outputs for the runway lighting. Also, 32 channel (opto-isolated) inputs shall be included in addition to the required inputs for the runway lighting system. Additionally, 20 ON/OFF switches shall be included in the fail-safe cabinet at the vault, and shall be wired as required in order to provide fail safe and local operation of the stop bars. If a system utilizing the series lighting cable for stop bar control is proposed, then all equipment required to implement all control and feedback functions for ten (10) stop bar locations shall be furnished with the system. The equipment for one (1) stop bar location shall be set up at the most distant site from the vault and the control demonstrated. This control method does not eliminate the requirement for the fail-safe control from the computer and/or the fail-safe cabinet. 129-3.9 UNINTERRUPTABLE POWER SUPPLIES r-R _. Uninterruptable power supplies shall be furnished as indicated on the plans. Each supply shall be capable of operating its designated load for a period of 1.5 hours with all functions M-129-15 ITEM M-129 COMPUTERIZED AIRFIELD LIGHTING: CONTROL SYSTEM energized. Each UPS unit shall have spike reduction characteristics. It shall reduce any -9 power line transients by a factor of 2000:1. Its microprocessor based control circuits shall allow retrieval of power line and power supply history. It shall be able to measure the voltage, current and power, and the operating time remaining on battery power. 129-4.1 SUBMITTALS Product Data: Submit for prior approval, six (6) copies of manufacturer's data on Computerized Airfield Lighting Control Systems and components. The Engineer shall decide if the proposed materials/products conform to the intent of the specifications. Shop Drawings: Submit six copies of manufacturer's dimensioned drawings of the computerized Airfield Lighting Control System and accessories. One Line Diagram: Submit a one line diagram of the system configuration. Submittals indicating typical riser diagrams are not acceptable. 129-5.1 INSTALLATION The manufacturer shall have a representative on site for the coordination, installation, and start-up of the system. Additionally, the manufacturer shall provide at least three (3) days of training for the maintenance persons and Air Traffic Controllers at the airport. This training shall be performed on site. 129-6.1 INSTRUCTION MANUALS Six (6) copies of instruction manuals shall be provided with the system and be turned over to the airport before final acceptance of the system. The instruction manuals shall include theory of operation, complete schematics (no black boxes), replacement parts lists keyed to the schematics and component parts location drawings, troubleshooting guide, and preventative maintenance procedures and schedule. 129-7.1 DOCUMENTATION Accurate "as built" drawings shall be furnished by the systems manufacturer and installation contractor to aid the Owner in programming and maintenance. 129-8.1 SOFTWARE The source code for all software written specifically for this system shall be turned over to the airport Owner. This includes all software not commercially available on the market. All commercially available software shall be identified as to name, version, and source. M-129-16 0 ITEM M-129 COMPUTERIZED AIRFIELD' LIGHTING CONTROL SYSTEM This requirement shall not be waived. *- 129-9.1 WARRANTY The manufacturer of the system shall assume responsibility for and shall warrant the control and monitoring system to be free of defects in manufacture and workmanship for a period of one (1) year from date of acceptance and that the software properly performs the intent of this specification. The manufacturer shall be responsible for the proper installation of the system. This specifically includes all grounding, transient and lightning protection devices which shall be supplied with the system. The manufacturer shall warrant against and repair any failure resulting from lightning or transient damage unless the evidence shows it to be a direct hit. A direct hit shall be indicated by charred and burned components. The manufacturer/supplier of the system shall identify, by name and telephone number, the person or persons who shall be responsible for the proper performance of the system during the one (1) year warranty period. The manufacturer/supplier shall specify the guaranteed maximum response time for on -site assistance. The maximum allowable response time for on -site assistance is 24 hours. METHOD OF MEASUREMENT 129-10.1 This installation of the Computerized Airfield Lighting Control System shall not be measured on a unit basis for payment as payment shall be made on a lump sum basis for the turn -key installation. The turn -key installation of the Computerized Airfield Lighting Control System shall include but not be limited to the following items: 1. L-821 Control Panel 2. CRT Graphic Display Monitor 3. Tower, Vault, and Maintenance Center Computer Assemblies 4. Tower and Vault Fiberoptic Modems/Drivers 5. Full Monitoring of CCR's 6. Data Processing Computer 7. Vault, Tower, and Maintenance Center UPS 8. Fail -Safe Subsystem 9. Temporary and Permanent Power and Control Cables, Electrical Connections, Enclosures, Etc. 10. Training of Owner's Personnel 11. Training of FAA Controllers 12. Factory Site Inspection By Owner's Representative M-129-17 ITEM M-129 COMPUTERIZED AIRFIELD LIGHTING CONTROL SYSTEM BASIS OF PAYMENT 129-11.1 This shall be paid for at the contract lump sum price, which price shall be full compensation for performing the work specified and shown on the plans and furnishing all materials, labor, tools, equipment, and incidentals necessary to complete the item. Partial payments shall be made as a percentage of the contract lump sum price in accordance with Section 90-06, Partial Payments. Payment shall be made under: Item SP-23 Electrical Vault Modifications -- per lump sum END OF ITEM M-129 M-129-18 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 capable of effectively sealing joints and cracks in pavements. MATERIALS r 605-2.1 JOINT SEALERS. *' The joint sealing material shall be Dow Coming 890-SL or 888 silicone joint sealant or approved equal: Preformed :backup rods, as shown on the plans shall, be used with cold applied sealants to control the depth of the sealant, to achieve the desired shape factor, to supportthe`sealant against indentation and sag; and shall be a non moisture absorbing resilient material. Backup materials shall be compatible with the sealant, shall not adhere`to the sealant, shall -. be compressible without extruding the sealant, andahall ;recover to maintain contact with the join{ faces when the jointuis open. 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 50OF (10°C) at the time of installation of the *"" sealanf;and the weather shall not be rainy or foggy: 605-3.2 PREPARATION OF JOINTS Immedlat6ly 4 dtfinal saw cuttingis complete .. .. .... .. .. ...-:...,.'- .'.-. .. _-. r f•\.FS w .:'s' .1.. ..t_ '3�+i.'rt•k-. s.. ' A blown out with compressed air When, the surfaces; are clean and dry, an d dust prior to placemenf of the. sealant, compressed air shall be used to blow ou.t the joint and remove all residua( dust: Prior to resealing joints, the existing joint material shall be removed to the depth as shown on the plans by sawing, water blasting, sandblasting; or other approved methods that will not damage the existing joint or concrete: If joint sealer other than that originally used is specified, all existing joint sealer shall be completely removed and the joint prepared as above. P-605-1 7 ITEM P-605 JOINT SEALING FILLER 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: 1. 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 Contractor at no additional cost:: Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, mixing, and placing the sealant will produce a satisfactory joint seal. This shall include the preparation of two small batches and the application of the resulting material. 2. Preformed Self -Expanding Cork Expansion filler shall be installed 'in accordance with the'manufacturer's recorrimendation: METHOD OF MEASUREMENT 605-4.1 Joint sealing material shall be measured by the linear foot (meter) of sealant in place, complete, and accepted. P-605-2 r" r-; ITEM P-605 JOINT SEALING FILLER BASIS OF PAYMENT 605-5.1 Payment for joint sealing material shall be made at the contract unit price per linear foot (meter). The price shall be full compensation for furnishing all materials, for all preparation, delivering, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: 605-5:1 Joint Se, aling Material insta'Iled as"partof the Taxiway.shoulders shall not be paid for separately buts be considered as incidental to Item SP 22 Taxiway Shoulders. Joint Sealing completed under this item shall be inclusive of alhsawing andsealing, labor, materials and equipment required to complete the work. Item P-605-5.1 Joint Sealing --per linear foot (meter) TESTING REQUIREMENTS ASTM D 412 Tests for Rubber Properties in Tension ASTM D 1644 Tests for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D 1854 Jet -Fuel -Resistant Concrete Joint Sealer, Hot -Poured Elastic Type ASTM D 2628 Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements ASTM D 3405 Joint Sealants, Hot -Poured, for Concrete and Asphalt Pavements ASTM D 3406 Joint Sealants, Hot -Poured, Elastomeric-Type, for Portland A- Cement Concrete Pavements ASTM D 3569 Joint Sealant, Hot -Poured, Elastometric, Jet -Fuel -Resistant Type, for Portland Cement Concrete Pavements ASTM D 3581 Joint Sealant, Hot -Poured, Jet -Fuel -Resistant Type, for Portland Cement Concrete and Tar -Concrete Pavements '^ P-605-3 F_ ITEM P-605 JOINT SEALING FILLER Fed. Spec. Sealing Compounds, Two Component, Elastomeric, SS-S-200 Polymer Type, Jet -Fuel Resistant, Cold Applied END OF ITEM P-605 P-605-4 POW ITEM P=606 ADHESIVE COMPOUNDS, TWO -COMPONENT, FOR SEALING WIRE AND LIGHTS IN PAVEMENT DESCRIPTION 606-1.1 This specification covers two types of material; a liquid suitable for sealing electrical wire in saw cuts in pavement and for sealing light fixtures or bases in pavement, and a paste suitable for embedding light fixtures in the pavement. Both types of material are two -component filled formulas with the characteristics specified in paragraph 606-2.4. Materials supplied for use with bituminous concrete pavements must be formulated so they are compatible with the bituminous concrete. EQUIPMENT AND MATERIALS 606-2.1 CURING. When prewarmed to 77 degrees F (25 degrees C), mixed, and placed in accordance with manufacturer's directions, the materials shall cure at temperatures of 45 degrees F (7 degrees C) or above without the application of external heat. 606-2.2 STORAGE. The adhesive components shall not be stored at temperatures ` over 86 degrees F (30 degrees C). 606-2.3 CAUTION. Installation and use shall be in accordance with the manufacturer's recommended procedures. Avoid prolonged or repeated contactwith skin. In case of contact, wash with soap and flush with water. if taken internally, call doctor. ,.� Keep away from heat or flame. Avoid vapor. Use in well -ventilated areas. Keep in cool place. Keep away from children. 606-2.4 CHARACTERISTICS. When mixed and cured in accordance with the manufacturer's directions, the materials shall have the following properties shown in Table 1. SAMPLING, INSPECTION, AND TEST PROCEDURES 606-3.1 TENSILE PROPERTIES. Tests for tensile strength and elongation shall be conducted in accordance with ASTM D 638. 606-3.2 EXPANSION. Tests for coefficients of linear and cubical expansion shall be conducted in accordance with ASTM D 1168, Method B, except that mercury shall be used instead of glycerine. The test specimen(s) shall be mixed in the proportions specified by the manufacturer, and cured in a glass tube approximately 2 inches (5 0 mm) long by 3/s inch (9 mm) in diameter. The interior of the tube shall be precoated with a silicone mold release agent. The hardened sample shall be removed from the tube and aged at room temperature for 1 week before conducting the test. The test temperature range shall be from 35 degrees F (2 degrees C) to 140 degrees F (60 degrees C). P-606-1 A-, ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT, FOR SEALING WIRE AND LIGHTS IN PAVEMENT 606-3.3 TEST FOR DIELECTRIC STRENGTH. Test for dielectric strength shall be conducted in accordance with ASTM D 149 for sealing compounds to be furnished for sealing electrical wires in pavement. TABLE 1. PROPERTY REQUIREMENTS Physical or Electrical Property Minimum Maximum ASTM Method Tensile Portland Cement Concrete 1,000 psi D 638 (70 kg/sq.cm) Bituminous Concrete 500 psi (35 kg/sq.cm) Elongation Portland Cement Concrete 8%' D 638 Bituminous Concrete 50% D 638 Coef. of cub. exp. 0.00090 0.00120 D 1168 cu. cm/cm/degree C Coef. of lin. exp. 0.00030 0.00040 D 1168 cm/cm/degree C Dielectric strength, 350 volts/mil. D 149 short time test Arc resistance 125 secs. D 495 Adhesion to steel 1,000 psi (70 kg/sq.cm) Adhesion to Portland 200 psi cement concrete (14 kg/sq.cm) Adhesion to asphalt concrete (no test available ' 20 percent or more (without filler) for formulations to be supplied for areas subject to freezing. 606-3.4 TEST FOR ARC RESISTANCE. Test for arc resistance shall be conducted in accordance with ASTM D 495 for sealing compounds to be furnished for sealing electrical wires in pavement. 0 ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT, FOR SEALING WIRE AND LIGHTS IN PAVEMENT 606-3.5 TEST FOR ADHESION TO STEEL. The ends of two smooth, clean, steel specimens of convenient size (1 inch by 1 inch by 6 inches (25 by 25 by 150 mm) would be satisfactory) are bonded together with adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure on a Riehle (or similar) tensile tester. The thickness of adhesive to be tested shall be l/4 �^^ inch (6 mm). 606-3.6 ADHESION TO PORTLAND CEMENT CONCRETE a. Concrete Test Block Preparation. The aggregate grading shall be as shown in Table 2. The coarse aggregate shall consist of crushed rock having a minimum of 75 percent of the particles with at least one fractured face and having a water absorption of not more than 1.5 percent. The fine aggregate shall consist of crushed sand manufactured from the same parent rock as the coarse aggregate. The concrete shall have a water -cement ratio of 5.5 gallons (21 liters) of water per bag of cement, a cement factor of 6, plus or minus 0.5, bags of cement per cubic yard (0.76 cubic meter) of concrete, and a slump of 21/2 inches, plus or minus 1/2 inch (60 mm plus or minus 12 mm). The ratio of fine aggregate to total aggregate shall be approximately 40 percent by solid volume. The air content shall be 5.0 percent, plus or minus 0.5 percent, and it shall be obtained by the addition to the batch of an air -entraining admixture such as vinsol resin. The mold shall be of metal and shall be provided with a metal base plate. Means shall be provided for securing the base plate to the mold. The assembled mold and base plate shall be watertight and shall be oiled with mineral oil before use. The inside measurement of the mold shall be such that several 1-inch by 2-inch by 3-inch (25 by 50 by 75 mm) test blocks can be cut from the specimen with a concrete saw having a diamond blade. The concrete shall be prepared and cured in accordance with ASTM C 192. TABLE 2. AGGREGATE FOR BOND TEST BLOCKS Type Coarse Aggregate Fine Aggregate Sieve Size Percent Passing 3/4 inch (19.0 mm) 97 to 100 1/2 inch (12.5 mm) 63 to 69 3/e inch (9.5 mm) 30 to 36 No. 4 (4.75 mm) 0 to 3 No. 4 (4.75 mm) 100 No. 8 (2.36 mm) 82 to 88 No. 16 (1.18 mm) 60 to 70 No. 30 (600 micro-m) 40 to 50 P-606-3 ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT, FOR SEALING WIRE AND LIGHTS IN PAVEMENT No. 50 (300 micro-m) I 16 to 26 No. 100 (150 micro-m) 5 to 9 b. Bond Test. Prior to use, oven -dry the test blocks to constant weight at a temperature of 220 to 230 degrees F (104 to 110 degrees C), cool to room temperature, 73.4 plus or minus 3 degrees F (23 plus or minus 1.6 degrees C), in a desiccator, and clean the surface of the blocks of film or powder by vigorous brushing with a stiff -bristled fiber brush. Two test blocks shall be bonded together on the 1-inch by 3-inch (25 by 75 mm) sawed face with the adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure in a Riehle (or similar) tensile tester. The thickness of the adhesive to be tested shall be 1/4 inch (6 mm). 606-3.7 COMPATIBILITY WITH ASPHALT CONCRETE. Test for compatibility with asphalt in accordance with ASTM D 3407. 606-3.8 ADHESIVE COMPOUNDS - CONTRACTOR'S RESPONSIBILITY. The Contractor shall furnish the vendor's certified test reports for each batch of material delivered to the project. The report shall certify that the material meets specification requirements and is suitable for use with [portland cement concrete] [bituminous concrete] pavements. The report shall be delivered to the Engineer before permission is granted for use of the material. In addition the Contractor shall obtain a statement from the supplier or manufacturer which guarantees the material for one year. The supplier or manufacturer shall furnish evidence that the material has performed satisfactorily on other projects. 606-3.9 APPLICATION. Adhesive shall be applied on a dry, clean surface, free of grease, dust, and other loose particles. The method of mixing and application shall be in strict accordance with the manufacturer's recommendations. A manufacturer's representative shall be present during the initial installation of the material to ensure the installation procedures are in accordance with the manufacturer's directions. METHOD OF MEASUREMENT 606-4.1 The adhesive compound shall not be measured for payment..** The cost of furnishing and installing the material shall be considered as a subsidiary obligation in the completion of the project. BASIS OF PAYMENT ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT, FOR SEALING WIRE AND LIGHTS IN PAVEMENT 606-5.1 Adhesive compound shall be considered incidental tothb project. TESTING REQUIREMENTS ASTM C 192 Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory. ASTM D 149 Tests for Dielectric Breakdown Voltage and Dielectric Strength of Electrical Insulating Materials at Commercial Power Frequencies. ASTM D 495 Test for High -Voltage, Low -Current, Arc Resistance of Solid Electrical Insulating Materials ASTM D 638 Test for Tensile Properties of Plastics ASTM D 1168 Testing Hydrocarbon Waxes Used for Electrical Insulation ASTM D 3407 Joint Sealants, Hot -Poured, For Concrete and Asphalt Pavements END OF ITEM P-606 °'' P-606-5 -ITEM P-61'9 PAINT REMOVAL DESCRIPTION 619-1.1 This item shall consist of furnishing all labor, materials, and equipment °- required for the removal of all paint from areas designated on the plans or as ordered by the Engineer. Paint removal may be required from portland cement concrete pavements. 619-1.2 This removal operation will be accomplished with high pressure water, grinding, sandblasting or shot blasting. The use of chemicals will not be permitted. The Contractor shall furnish all equipment, water, water trucks, and labor for delivery of water to the job site. EQUIPMENT 619-2.1 Equipment, tools, and machines used in the performance of the removal operation shall be safe and in satisfactory working condition at all times. The Contractor shall provide a certification that the Contractor's equipment has been demonstrated or that said equipment has been used in the performance of a similar contract. PERFORMANCE 619-3.1 The high pressure water system, if used, shall have the capability of removing the paint and restoring both portland cement concrete and asphaltic concrete surfaces to a natural surface. The treatment of the surface shall not be damaging to the asphaltic concrete or portland cement concrete surface, joint sealing material, or light fixtures. If it is deemed by the Engineer that damage to the existing pavement is caused by an operational error, such as permitting pressure water to dwell in one location for an extensive time, the Contractor shall repair said damage without ,�. compensation. 619-3.2 Paint removal shall be defined as the removal of at least 95-100 percent �- of the existing marking. The 95-100 percent removal will be determined by the Engineer by visual inspection. In addition to the visual determination, the 95-100 percent removal level is defined such that there will not be any remaining surface of -• undisturbed paint or areas larger than one square inch where the surface of the pavement material is not clearly exposed. A^ 619-3.3 The method used shall not materially damage the structural integrity of the pavement. Any damage caused by the Contractor's operations shall be corrected at the Contractor's expense and in a manner approved by the Engineer. The Contractor shall take precautions to protect the public from any damage due to his P-619-1 ITEM P-619 PAINT REMOVAL operations. Accumulation of sand, water, dust, or other residue resulting from the removal operation shall be removed as the work progresses. METHOD OF MEASUREMENT 619-4.1 The removal of paint shall be paid for by the number of square feet of existing paint removed from existing pavements in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 619-5.1 Payment shall be at the contract unit price per square foot for paint removal. This price shall be full compensation for all materials, equipment, labor and incidentals necessary to complete the item. Payment will be made under: Item P-619-6.1 Paint Removal -- per square foot END OF ITEM P-619 P-619-2 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 ordered 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 shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be Waterborne in accordance with the requirements of paragraph 620-2.2a. Paint shall be furnished in white (37925), yellow (33538 or 33655), and black (37038) in accordance with Federal Standard No 595. a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952D, Type I or Type II. 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) Whiter Titanium Dioxide, ASTM D 476, Type 11 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. (2) Epoxy Content. Component A. The weight per epoxy equivalent, when 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. P-620-1 r. ITEM P-620 RUNWAY AND TAXIWAY PAINTING (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 degrees 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. P-620-2 9 r-s ITEM P-620 RUNWAY AND TAXIWAY PAINTING ►+ (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: Titanium Dioxide, ASTM D 476, Type II shall be 6 percent minimum. Methacrylate resin shall be 18 percent minimum. (b) Yellow and Colors: 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: P-620-3 P- ITEM P-620 RUNWAY AND TAXIWAY PAINTING 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 degrees 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 shall require not less than 150 liters of sand for the removal of the paint films. (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 A-A-2886A Type I or Type II. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements of Fed. Spec. TT-B-1325, Type I gradation A. Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. Glass beads shall be. used for all painting, except black painting, on this project. P-620-4 W ITEM P-620 RUNWAY AND TAXIWAY PAINTING • 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 and the pavement surface temperature is at least 5 degrees F (2.7 degrees C) above the dew point. Painting operations shall be discontinued when the surface temperature exceeds the maximum recommended by the manufacturer. 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 that 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. All markings,`with the exception of black, shall receive glass`beads. k` 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 edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m) and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing 36 inches (910 mm) or less greater than 36 inches to 6 feet (910 mm to 1.85m) .-, greater than 6 feet to 60 feet (1.85 m to 18.3 m) greater than 60 feet (18.3) P-620-5 Tolerance +/- 1/2 inch (12mm) +/- 1 inch (25 mm) +/- 2 inches (51 mm) +/- 3 inches (76 mm) ITEM P-620 RUNWAY AND TAXIWAY PAINTING 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. Multiple coats may be required by the manufacturer's guidelines in order to obtain the required application rate. The addition of thinner will not be permitted. A period of thirty (30) days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. Areas required to be open to traffic prior to the thirty`(30) day cure period shall be marked at 50 percent of the specified coverage and remarked after the thirty (30) day cure: Payment shall be made for the initial marking under the temporary marking pay item. The final marking shall be placed at the full rate, and payment shall be made under the permanent marking pay item: Temporary markings for the displaced thresholtls shall be applied at 50 percent` of the specified coverage (200 to 220 square feet per. gallon) 'and ,shall be removed `at the completion of the project in accordance with specification It' n P-619 to facilitate removal a curing compound membrane shall be applied to the area prime 'to `application of the temporary marking. TABLE 1. APPLICATION RATES FOR PAINT, GLASS BEADS, AND SILICA SAND Glass Beads, Type Glass Beads, Silica Sand Paint Type Paint Square feet (,Gradation A Type III Pounds Pounds per per gallon, ft2/gal Pounds per gallon per gallon of gallon of paint - (Square meters per of paint--lb./gal. paint--lb./gal. -lb./gal. liter, m2/1) (Kilograms per liter (Kilograms per (Kilograms per of paint--kg/1) liter of paint-- liter of paint-- kg/1) kg/1) Waterborne 115 ftZ/gal. 7 lb./gal. minimum 12 lb./gal. 4 lb./gal. maximum (2.8 m'/1) (0.85 kg/1) minimum (1.45 minimum (0.5 kg/1) kg/1) 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. Glass beads 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. P-620-6 ITEM P-620 RUNWAY AND TAXIWAY PAINTING 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 excess moisture .- and/or rain and from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet (square meters) of painting 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) for runway and taxiway painting. 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 Temporary Runway and Taxiway Painting --per square foot (square meter) Item P-620-5.1-2 Permanent Runway and Taxiway Painting -- per square foot (square meter) 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 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 P-620-7 ITEM P-620 RUNWAY AND TAXIWAY PAINTING 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 Prod ucts-Durometer Hardness ASTM G 53 Operating Light and Water -Exposure Apparatus (Florescent UV -Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Paint, Varnish, Lacquer and Related Method Standard Materials; Methods of Inspection, 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. TT-P-1952 D Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description (CID) A-A-2886A Federal Standard 595 Paint, Traffic Solvent Based Colors used in Government Procurement END OF ITEM P-620 m PART VII - DRAINAGE ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in �^* accordance with these specifications 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 specified below. 701-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. Corrugated Aluminum Alloy Culvert Pipe ASTM B 745 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 Box Sections ASTM C 789 and C 850 Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on Controlled Inside Diameter ASTM F 794 Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F 949 Polyvinyl Chloride (PVC) Pipe ASTM D 3034 Corrugated Polyethylene Drainage Tubing (all types) AASHTO M 252 Corrugated Polyethylene Pipe 300 to 1200 mm Diameter AASHTO M 294M (all types) Poly (Vinyl Chloride) (PVC Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO M 304 701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum 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 and polyethylene pipe shall conform to the requirements of ASTM F 477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D 1056, for the "RE" closed cell grades. D-701-1 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 701-2.5 JOINT MORTAR. Pipe joint mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 701-2.6 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D 1190. 701-2.7 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). 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 unyielding 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 backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) 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. D-701-2 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class .B bedding shall be as described in the latest edition, of the "Concrete Pipe Design Manual" published by the American Concrete Pipe Association. 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 1 /2 12.5 1 25.0 1 25.0 2 50.0 2 50.0 3 75.0 2-1/2 62.5 3-1/2 87.5 c. 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 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 upgrade. 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 coincides 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. The Contractor shall do such trench_ bracing, sheathing, or shoring necessary to perform ^+ and protect the excavation as required for safety and conformance to governing laws. ' The bracing; sheathing, or Ishoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring, and the removal of same shall be included in the unit price bid per foot for the pipe. D-701-3 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 701-3.4 JOINING PIPE. Joints shall be made with (1) portland cement mortar, (2) portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. , 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 requirements of ASTM A 760 for steel pipe and AASHTO M 196 for aluminum pipe. c. PVC and Polyethylene Pipe. Joints for PVC and Polyethlyene pipe shall conform to the requirements of ASTM D 3212 when water tight joints are required. Joints for PVC and Polyethlyene pipe shall conform to the requirements of AASHTO M 304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252 or M 294M. 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 expense. Material for backfill shall be fine, readily compatible soil, 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 a 2-inch (50.0 mm) sieve, chunks of highly plastic clay, or other objectionable material. No less than 95 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. 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 thoroughly 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 exceeding 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 D-701-4 IN ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 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. R^ 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. 701-3.6 CONNECTIONS. Where the plans call for connections to existing or proposed structures, these connections shall. be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. 701-3.7 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 embankment,' shoulders, or as ordered ; byte Engineer: Except for paved areas of the airport, the Contractor shall restore all disturbed` areas ;to their original condition After work is completed; the Contractor shall remove all tools and other equipment, leaving the entire site free, clear, and in good condition. Performance of the work described in this section is not .payable directly, but shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the pipe. 701-3.8 INSPECTION. Priorlb final approval of the drainage .system, the Engineer, t accompanied by the Contractor's representative, shall make a: horough inspection; by an appropriate method, of the entire installation." Any indication of defects. in material or workmanship, or obstruction to flow in the pipe system, shall.be further investigated and corrected. Defects -due to the Contractor`'s _negligence shall be corrected by the Contractor with additional compensation and as ordered by the Engineer. METHOD OF MEASUREMENT 701-4.1 The length of pipe and reinforced concrete box shall be measured in linear feet (meters) of pipe in place, completed, and approved. 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. D-701-5 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 701-4.2 The precast end section shall be measured by the unit. - BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot (meter) for each kind of pipe and reinforced concrete box of the type and size designated. ** 701-5.2 Payment will be made at the contract unit price per each for each size of end section designated. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, 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 (size) inch RCP (class) -- per linear foot (meter) Item 701-5.1 (size) Reinforced Concrete Box -- per linear foot (meter) Item 701-5.2 ( ) inch Sloped End Section (Type) - per, each MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic -Coated for Sewers and Drains ASTM A 761 Steel Galvanized, Corrugated Structural Plates and Fasteners for Pipe, Pipe -Arches, and Arches ASTM A 762 Precoated (Polymeric) Galvanized Steel Sewer and Drainage Pipe ASTM A 849 Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM A 885 Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated Steel Sewer, Culvert, and Underdrain Pipe ASTM B 745 Corrugated Aluminum Alloy Culvert Pipe D-701-6 -ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS ASTM C 14 Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C 76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C 94 Ready Mixed Concrete ASTM C 144 ASTM C 150 ASTM C 443 ASTM C 506 ASTM C 507 ASTM C 655 ASTM C 789 ASTM C 850 ASTM D 1056 ASTM D 1190 ASTM D 3034 ASTM D 3212 ASTM F 477 ASTM F 794 ASTM F 949 AASHTO M 190 Aggregate for Masonry Mortar Portland Cement Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers with Less than 2 feet of Cover Flexible Cellular Materials --Sponge or Expanded Rubber Concrete Joint Sealer, Hot Poured Elastic Type Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals Elastomeric Seals (Gaskets) for Joining Plastic Pipe Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on Controlled Inside Diameter Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches D-701-7 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains AASHTO M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets AASHTO M 219 Aluminum Alloy Structural Plate for Pipe, Pipe -Arches, 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 294M Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter AASHTO M 304 Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter END ITEM D-701 D-701-8 r ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS DESCRIPTION 705-1.1 This item shall consist of the construction of pipe drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans or field located as ordered by the Engineer. MATERIALS 705-2.1 GENERAL. Materials shall meet the requirements shown on the plans and specified below. 705-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal '"" and shall be in accordance with the following appropriate requirements. Perforated Concrete Pipe ASTM C 444 Porous Concrete Pipe ASTM C 654 Polymer Precoated Perforated Corrugated Steel Pipe ASTM A 762 Perforated Corrugated Aluminum Alloy Pipe AASHTO M 196 Smooth -Wall Perforated PVC Pipe ASTM F 758 Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on Controlled Inside Diameter ASTM F 794 Poly (Vinyl Chloride)(PVC) Corrugated Sewer Pipe With a a Smooth Interior and Fittings ASTM F 949 Perforated Corrugated Steel Pipe ASTM A 760 Bituminous -Coated Perforated Corrugated Aluminum Alloy Pipe AASHTO M 196 and M 190 Corrugated Polyethylene Drainage Tubing (all types) AASHTO M 252 Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter (all types) AASHTO M 294M Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO M 304 Oa, 705-2.3 JOINT MORTAR. Pipe joint mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 705-2.4 ELASTOMERIC SEALS. Elastomeric seals shall conform to the requirements of ASTM F 477. 705-2.5 AGGREGATE BACKFILL. ** Aggregate backfillshall be AASHTO No. 57 or No. 68. ** D-705-1 Em ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS 705-2.6. FILTER FABRIC. Filter fabric shall be a 4 ounce non -woven civil, engineering N fabric and meet with manufacturer's recommendation forthe intended use. The minimum lap distance shall, be eighteen (18) inches. CONSTRUCTION METHODS 705-3.1 EQUIPMENT. All equipment necessary and required for the proper construction of pipe underdrains shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. 705-3.2 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 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 unyielding material is encountered, it shall be removed below the foundation grade for a depth of at least 4 inches (100 mm). The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) 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 determined the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. The excavation shall not be carried below the required depth; when this is done, the trench shall be backfilled at the Contractor's expense with material. approved by the Engineer and compacted to the density of the surrounding earth material. The bed for the pipe shall be so shaped that at least the lower quarter of the pipe shall be in continuous contact with the bottom .of the trench. Spaces for the pipe bell shall be excavated accurately to size to clear the bell so that the barrel supports the entire weight of the pipe. The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. Unless otherwise provided, the bracing, sheathing, or shoring shall be removed by the D-705-2 ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS Contractor after the completion of the backfill to at least 12 inches (300 mm) over the top of the pipe. The sheathing or shoring shall be pulled as the granular backfill is placed and compacted to avoid any unfilled spaces between the trench wall and the backfill material. The cost of bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot (meter) for the pipe. 705-3.3 LAYING AND INSTALLING PIPE. a. Concrete Pipe. The laying of the pipe in the finished trench shall be started at the lowest point and laid upgrade. When bell and spigot pipe is used, the bells shall be laid upgrade. If tongue and groove pipe is used, the groove end shall be laid upgrade. Holes in perforated pipe shall be placed down, unless otherwise shown on the plans. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. Pipe shall not be laid on frozen ground. Pipe which is not true in alignment, or which shows any settlement after laying, shall be taken up and relaid without extra compensation. b. Metal Pipe. The metal pipe shall be laid with the separate sections joined firmly together with bands, with outside laps of circumferential joints pointing upgrade, and with longitudinal laps on the sides. Any metal in the pipe or bands which is not protected ~° thoroughly by galvanizing shall be coated with a suitable asphaltum paint. During installation, the asphalt -protected pipe shall be handled without damaging the asphalt coating. Any breaks in the bitumen or treatment of the pipe shall be refilled with the type and kind of bitumen used in coating the pipe originally. c. PVC or Polyethylene Pipe. PVC or polyethylene pipe shall be installed in accordance with the requirements of ASTM D 2321 or AASHTO Standard Specification for Highway Bridges Section 30. Perforations shall meet the requirements of AASHTO M 252 or M 294 Class 2, unless otherwise indicated on the plans. The pipe shall be laid accurately to line and grade. d. All Types of Pipe. The upgrade end of pipelines, not terminating in a structure, shall be plugged or capped as approved by the Engineer. Unless otherwise shown on the plans, a 4-inch (100 mm) bed of granular backfill material shall be spread in the bottom of the trench throughout the entire length under all perforated pipe underdrains. Pipe outlets for the underdrains shall be constructed when required or shown on the plans. The pipe shall be laid with tight -fitting joints. Porous backfill is not required around or over pipe outlets for underdrains. All connections to other drainage pipes or structures D-705-3 ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS shall be made as required and in a satisfactory manner. If connections are not made to other pipes or structures, the outlets shall be protected and constructed as shown on the plans. e. Filter Fabric. The filter fabric shall be installed accordance with the manufacturer's recommendations, or in accordance with AASHTO M 288-99 APPENDIX, unless otherwise shown on the plans. 705-3.4 MORTAR. The mortar shall be of the desired consistency for caulking and filling the joints of the pipe and for making connections to other pipes or to structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. 705-3.5 JOINTS IN CONCRETE PIPE. When open or partly open joints are required or specified, they shall be constructed as indicated on the plans. The pipe shall be laid with the ends fitted together as designed. If bell and spigot pipe is used, mortar shall be placed along the inside bottom quarter of the bell to center the following section of pipe. The open or partly open joints shall be surrounded with granular material ** as indicated on the plans. This backfill shall be placed so its thickness will be not less than 3 inches (75 mm) nor more than 6 inches (150 mm), unless otherwise shown on the plans. ** 705-3.6 BACKFILLING. . a. Earth. All trenches and excavations shall be backfilled within a reasonable time after the pipes are installed, unless other protection of the pipe is directed. The backfill material shall be selected material from excavation or borrow; material which is placed within a nominal pipe diameter distance at the sides of the pipe and 1 foot (30 cm) over the top shall be material which can be readily compacted. It shall not contain stones retained on a 3-inch (75 mm) sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. The material shall be moistened or dried, if necessary to be compacted by the method in use. Backfill material shall be approved by the Engineer. Special care shall be taken in placing the backfill. Great care shall be used to obtain thorough compaction under the haunches and along the sides to the top of the pipe. The backfill shall be placed in loose layers not exceeding 6 inches (150 mm) in depth under and around the pipe, and not exceeding 8 inches (200 mm) over the pipe. Successive layers shall be added and thoroughly compacted by hand and pneumatic D-705-4 ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS tampers, approved by the Engineer, until the trench is completely filled and brought to the proper elevation. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe. In embankments and for other areas outside of pavements, the backfill shall be compacted to the density required for embankments in unpaved areas under Item P-152. Under paved areas, the subgrade and any backfill shall be compacted to the density required for embankments for paved areas under Item P-152. b. Granular Material. When granular backfill is required, its placement in the trench and about the pipe shall be as shown on the plans. Special care shall be taken in placing the backfill. The granular backfill shall not contain a damaging amount of foreign matter, nor shall earth from the sides of the trench or from the windrow be allowed to filter into the backfill. When required by the Engineer, a template shall be used to properly place and keep separate the two sizes of backfill. The backfill shall be placed in loose layers not exceeding 6 inches (150 mm) in depth and compacted by hand and pneumatic tampers to the requirements as given for earth backfill. Backfilling shall be done in a manner to avoid injurious top or side pressure on the pipe. The granular backfill shall be made to the elevation of the trench, as shown on the plans. When perforated pipe is specified, granular backfill material shall be placed along the full length of the pipe. The position of the granular material shall be as shown on the plans. ** When aggregate backfill is to be placed in paved or adjacent areas prior to the completion of grading or subgrade operations, the backfill material shall be placed immediately after laying the pipe. The depth of this granular backfill shall be not less than 12 inches (300 mm), measured from the top of the underdrain. During subsequent construction operations, this minimum backfill of 12 inches (300 mm) of depth shall not be disturbed until such time as the underdrains are to be completed. When the underdrains are to be completed, the unsuitable material shall be removed until the aggregate backfill is exposed. That part of the aggregate backfill which contains objectionable material shall be removed and replaced with suitable material. The cost of removing and replacing any such unsuitable material shall be borne by the Contractor. Whenever a granular subbase blanket course is to be used under pavements which extends several feet beyond the edge of paving to the outside edge of the underdrain trench, the granular backfill material over the underdrains shall be placed in the trench up to an elevation of 2 inches (50 mm) above the bottom surface of the granular subbase blanket course. Immediately prior to the placing of the granular subbase blanket course, the Contractor shall blade this excess trench backfill from the top of the trench onto the adjacent subgrade where it can be incorporated into the granular subbase blanket course. Any unsuitable material which remains over the underdrain trench shall be removed and replaced. The subbase material shall be placed to provide clean contact between the --� D-705-5 04% ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS subbase material and the underdrain granular backfill material for the full width of the underdrain trench. c. Controlled Low Strength Material (CLSM). Controlled low strength material shall not be used on this project. d. Deflection Testing. The Engineer may at any time, not withstanding previous material acceptance, reject or require re -installation of pipe that exceeds 5 percent deflection when measured in accordance with ASTM D 2321, including Appendices. 705-3.7 CONNECTIONS. When the plans call for connections to existing or proposed pipe or structures, these connections shall be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. 705-3.8 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 embankments, shoulders, or as ordered by the Engineer. Except for paved areas of the airport, the Contractor shall restore all disturbed areas to their original condition. METHOD OF MEASUREMENT 705-4.1 The length of pipe to be paid for shall be the number of linear feet (meters) of pipe underdrains in place, completed, and approved; 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 sizes shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. The quantity: of e`ndwalls to be paid for. underthis item shalt be tine number. of each type installetl'as completed units m place, ready for operation; and accepted 'by the`Engineer 705-4.2 The quantity of aggregate backfill and draina1. ge fabric shall not be measured for payment and should be included in the unit price of the pipe u'nderdrain. BASIS OF PAYMENT 705-5.1 Payment will be made at the contract unit price per linear foot (meter) for pipe underdrains of the type, class, and size designated. ** These prices shall be full compensation for furnishing all materials and for all preparation, excavation, and D-705-6 ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made at the contract unit price for each .complete endwall 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 Tabor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item D-705-5.1 [ ] inch underdrain pipe -- per linear foot (meter) Item D-705-5.1 [ ] inch (type) Endwall -- per each MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic -Coated for Sewers and Drains ASTM A 762 f ASTM C 136 ASTM C 144 ASTM C 150 ASTM C 444 ASTM C 654 ASTM D 2321 ASTM D 3034 ASTM F 477 ASTM F 758 ASTM F 949 t Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains Sieve or Screen Analysis of Fine and Coarse Aggregates Aggregate for Masonry Mortar Portland Cement Perforated Concrete Pipe Porous Concrete Pipe Underground Installation of Flexible Thermoplastic Sewer Pipe Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings Elastomeric Seals (Gaskets) for Joining Plastic Pipe Smooth -Wall Poly(Vinyl Chloride) (PVC) Plastic Underdrain Systems for Highway, Airport, and Similar Drainage Poly (Vinyl Chloride)(PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings D-705-7 ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS AASHTO M 190 Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains - AASHTO M 252 Corrugated Polyethylene Drainage Tubing AASHTO M 288-99 Geotextile Specification for Highway Applications AASHTO M 294M Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter AASHTO Standard Specifications for Highway Bridges END OF ITEM D-705 D-705-8 0 ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES DESCRIPTION 751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, 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 751-2.1 BRICK. The brick shall conform to the requirements of ASTM C 32, Grade SM. 751-2.2 MORTAR. Mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 751-2.3 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of the Texas Department of Transportation Standard Specifications for . . Construction of Highways, Streets, and Bridges dated March 1,'1593. 751-2.4 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C 478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches (90 cm) nor more than 48 inches (120 cm). 751-2.5 CORRUGATED METAL. Corrugated metal shall conform to the requirements of AASHTO M 36. 751-2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. Gray iron castings shall meet the requirements of ASTM A 48, Class 30B and 35B. b. Malleable iron castings shall meet the requirements of ASTM A 47. C. Steel castings shall meet the requirements of ASTM A 27. d. Structural steel for grates and frames shall conform to the requirements of ASTM A 283, Grade D. D-751-1 ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES e. Ductile iron castings shall conform to the requirements of ASTM A 536. f. Austempered ductile iron castings shall conform to the requirements of ASTM A 897. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration, and/or direct loading specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. 751-2.7 STEPS. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed. CONSTRUCTION METHODS 751-3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer. 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 excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. D-751-2 s; ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES .., C. The Contractor shall do all bracing, sheathing, or shoring necessary to implement 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 the structure. d. Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item 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 masonry. The cost of removal shall be included in the unit price bid for the structure. e. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 751-3.2 BRICK STRUCTURES. a. Foundations. A prepared foundation shall be placed for all brick structures after the foundation excavation is completed and accepted. Unless otherwise specified, the base shall consist of reinforced concrete mixed, prepared, and placed in accordance with the Texas Department of` Transportation Standard Specifications for Construction of Highways, Streets, and Bridges dated March 1, 1993. b. Laying Brick. All brick shall be clean and thoroughly wet before laying so that they will not absorb any appreciable amount of additional water at the time they are laid. All brick shall be laid in freshly made mortar. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. An ample layer of mortar shall be spread on the beds and a shallow furrow shall be made in it which can be readily closed by the laying of the brick. All bed and head joints shall be filled solid with mortar. End joints of stretchers and side or cross joints of headers shall be fully buttered with mortar and a shoved joint made to squeeze out mortar at the top of the joint. Any bricks that may be loosened after the mortar has taken its set, shall be removed, cleaned, and relaid with fresh mortar. No broken or chipped brick shall be used in the face, and no spalls or bats shall be used except where necessary to shape around irregular openings or edges; in which case, full bricks shall be placed at ends or corners where possible, and the bats shall be used in the interior of the course. In making closures, no piece of brick shorter than the width of a whole brick shall be used; and wherever practicable, whole brick shall be used and laid as headers. C. Joints. All joints shall be slushed with mortar at every course, but slushing alone will not be considered adequate for making an acceptable joint. Exterior faces shall be laid up in advance of backing. Exterior faces shall be back plastered or pargeted with a coat of mortar not less than 3/8-inch (9 mm) thick before the backing is laid up. Prior to r D-751-3 N. ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES pargeting, all joints on the back of face courses shall be cut flush. Unless otherwise noted, joints shall be not less than 1/4-inch (6 mm) nor more than 1/2-inch (12 mm) wide and whatever width is adopted shall be maintained uniform throughout the work. d. Pointing. Face joints shall be neatly struck, using the weather joint. All joints shall be finished properly as the laying of the brick progresses. When nails or line pins are used the holes shall be immediately plugged with mortar and pointed when the nail or pin is removed. e. Cleaning. Upon completion of the work all exterior surfaces shall be thoroughly cleaned by scrubbing and washing down with water and, if necessary to produce satisfactory results, cleaning shall be done with a 5% solution of muriatic acid which shall then be rinsed off with liberal quantities of clean fresh water. f. Curing and Cold Weather Protection. In hot or dry weather, or when directed by the Engineer, the brick masonry shall be protected and kept moist for at least 48 hours after laying the brick. Brick masonry work or pointing shall not be done when there is frost in the brick or when the air temperature is below 50°F (10°C) unless the Contractor has on the project ready to use, suitable covering and artificial heating devices necessary to keep the atmosphere surrounding the masonry at a temperature of not less than 60OF (150C) for the duration of the curing period. 751-3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the Texas. Department of Transportation '.Standard S ecifications for Constructioi `;of' Hi tiwa s, S#Teets; an Brid es dated March 1 P g Y g 1993`. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. All invert channels shall be constructed and shaped accurately so as to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 751-3.4 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete pipe structures shall be constructed on prepared or previously placed slab foundations and shall conform to the dimensions and locations shown on the plans. All precast concrete pipe sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily, and all jointing and connections shall be cemented with mortar. The top of the upper precast concrete pipe member shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps which are embedded or built into the side D-751-4 ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES walls shall be aligned and placed at vertical intervals of twelve (12) inches (300 mm). When a metal ladder replaces the steps, it shall be securely fastened into position. ,., 751-3.5 CORRUGATED METAL STRUCTURES. Corrugated metal structures shall be constructed on prepared foundations, conforming to the dimensions and locations as shown on the plans. The structures shall be prefabricated. Standard or special fittings ;•� shall be furnished to provide pipe connections or branches of correct dimensions. The connections or branches shall be of sufficient length to accommodate connecting bands. The fittings shall be welded in place to the metal structures. When indicated, the structures shall be placed on a reinforced concrete base. The top of the metal structure shall be designed so that either a concrete slab or metal collar may be attached to which can be fastened a standard metal frame and grate or cover. Steps or ladders shall be furnished as shown on the plans. 751-3.6 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface, unless otherwise directed. For concrete or brick structures, the mortar shall be placed around these pipes so as to form a tight, neat connection. 751-3.7 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames orfittings are to be placed upon previously constructed masonry, the bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that the entire face or back of the unit will come in contact with the s 1 masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed and approved by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for seven (7) days, then the grates or covers shall be placed and fastened down. ., 751-3.8 INSTALLATION OF STEPS. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is poured. When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven 0 D-751-5 ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES (7) days. After this period has elapsed, the steps shall be cleaned and painted, unless they have been galvanized. When steps are required with precast concrete pipe structures, they shall be cast into the sides of the pipe at the time the pipe sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of twelve (12) inches (300 mm). In lieu of steps, prefabricated ladders may be installed. In the case of brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. In the case of metal structures, the ladder shall be secured by welding the top support and grouting the bottom support into drilled holes in the foundation or as directed. 751-3.9 BACKFILLING. a. After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not to exceed eight (8) inches (200 mm) in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place seven (7) days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient 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. C. Backfill shall not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the structure involved. 751-3.10 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 embankments, 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. D-751-6 ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES ,.,., 751-3.11 SHOP DRAWING.. The Contractor shall provide'shop drawings for all new and adjusted structures, with;appropriate"letters of certifcation from hardware and material suppliers. METHOD OF MEASUREMENT 751-4.1 Manholes, catch basins, inlets, and inspection holes shall be measured by the unit. BASIS OF PAYMENT 751-5.1 The accepted quantities of manholes, catch basins, inlets, and inspection holes will be paid for at the contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item D-751-5.1 Item D-751-5.2 Item D-751-5.3 (Size) Manholes (Size) Headwalls (Type) Inlets Item D-751-5.4 Inspection Holes -- per each -- per each -- per each -- per each Item D-751-5.5 ......... - per each Item `D-751-5 6 x _' Junction Boxes -- per each MATERIAL REQUIREMENT ASTM A 27 Mild to Medium -Strength Carbon -Steel Castings for General Application ASTM A 47 Malleable Iron Castings ASTM A 48 Gray Iron Castings r• D-751-7 ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES ASTM A 123 Zinc (Hot -Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strip ASTM A 283 Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes, and Bars ASTM A 536 Ductile Iron Castings ASTM A 897 Austempered Ductile Iron Castings ASTM C 32 Sewer and Manhole Brick _ ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement AASHTO M 36 Zinc Coated (Galvanized) Corrugated Iron or Steel Culverts and Underdrains END OF ITEM D-751 D-751-8 PART VIII - TURFING V" ITEM T-908 MULCHING DESCRIPTION 908-1.1 This item shall consist of furnishing, hauling, placing, and securing mulch on °^ surfaces indicated on the plans or designated by the Engineer. MATERIALS 908-2.1 MULCH MATERIAL. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Low grade, musty, spoiled, partially rotted hay, straw, or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding, or to surrounding farm land, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle, or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. a. Hay. Hay shall be native hay, sudan grass hay, broomsedge hay, legume 01% hay, or similar hay or grass clippings. b. Straw. Straw shall be the threshed plant residue of oats, wheat, barley, rye, or rice from which grain has been removed. C. Hay Mulch Containing Seed. Hay mulch shall be mature hay containing viable seed of native grasses or other desirable species stated in the special provisions or as approved by the Engineer. The hay shall be cut and handled so as to preserve the maximum quantity of viable seed. Hay mulch which cannot be hauled and spread immediately after cutting shall be placed in weather -resistant stacks or baled and stored in a dry location until used. d. Manufactured Mulch. Cellulose -fiber or wood -pulp mulch shall be products commercially available for use in spray applications. 908-2.2 INSPECTION. Within five (5) days after acceptance of the bid, the Engineer shall be notified of sources and quantities of mulch materials available and the Contractor shall furnish him with representative samples of the materials to be used. These samples may be used as standards with the approval of the Engineer and any materials brought on the site which do not meet these standards shall be rejected. T-908-1 .w ITEM T-908 MULCHING CONSTRUCTION METHODS 908-3.1 MULCHING. Before spreading mulch, all large clods, stumps, stones, brush, roots, and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower, or other mechanical methods, provided a uniform covering is obtained. Mulch material shall be furnished, hauled, and evenly applied on the area shown on the plans or designated by the Engineer. Straw or hay shall be spread over the surface to a uniform thickness at the rate of two (2) to three (3) tons per acre (1800-2700 kg per acre) to provide a loose depth of not less than 1 1/2inches (37 cm) nor more than three (3) inches (75 mm). Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95 percent of the mulch in place on the slope shall be six (6) inches (150 mm) or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than one (1) inch (25 mm) nor more than two (2) inches (50 mm). 908-3.2 SECURING MULCH. The mulch shall be held in place by light discing, a very thin covering of topsoil, small brush, pins, stakes, or wire mesh. ** ** 908-3.3 CARE AND REPAIR. a. The Contractor shall care for the mulched areas until final acceptance of the project. Such care shall consist of providing protection against traffic or other use by placing warning signs, as approved by the Engineer, and erecting any barricades that may be shown on the plans before or immediately after mulching has been completed on the designated areas. b. The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. However, once the Contractor has completed the mulching of any area in accordance with the provisions of the specifications and to the satisfaction of the Engineer, no additional work at his/her expense will be required, but subsequent repairs and replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra work. T-908-2 ITEM T-908 MULCHING ** t ' METHOD OF MEASUREMENT 908-4.1 Mulching shall be the number of acres on the basis of the actual surface area acceptably mulched. BASIS OF PAYMENT 908-5.1 Payment will be made at the contract unit price per acre for mulching. The ^` price shall be full compensation for furnishing all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-908-5.1 Mulching --per acre ,�. END OF ITEM T-908 T-908-3 m�+ ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding, fertilizing and liming the areas shown on the plans or as directed by the Engineer in accordance with these specifications. 'P MATERIALS 901-2.1 SEED. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of 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 laboratory 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. Seed shall be labeled and. meet the requirements of`the Tex as'Seed"Law. Seeds shall be applied as follows as indicated in Seeding shall be performed during the period between January 15 to June 15 inclusive, unless otherwise approved by the Engineer. Temporary seeding shall consist ;of barleyor ,rye seed applied at a.rate of 3 pounds per 1000 square feet; and shalt be used when ordered by the Engineer. The temporary seeding will be used when areas adjacent to waterways can not, be shaped and permanently vegetated for an; extended period of time Temporary seeding may be done anytime of the year except when the ground is frozen': The Contractor wilt not be required to fine grade, or shape the area before. applying temporary seeding. 901-2.2 LIME. Lime shall be ground limestone containing not less than 85% 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 T-901-1 ITEM T-901 SEEDING 10% of magnesium oxide. Lime shall be applied at the rate of 150 Ibs per 1,000 square feet. 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 mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified 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 forms: a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or C. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 10-20-10 commercial fertilizer and shall be spread at the rate of 10 Ibs per 1000 square feet for the first application at planting and 15 Ibs per 1000 square feet (second application) after six (6) weeks. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by 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 two (2) inches (50 mm) 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 application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. T-901-2 P" ITEM T-901 SEEDING An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than five (5) inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top three (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 five (5) inches (125 mm). Clods shall be broken and the top three (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 worked into the top three (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 fertilizing, 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 seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. 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. T-901-3 ITEM T-901 SEEDING 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 fifty (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 shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying 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 ease of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least fifty (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 fertilizing 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 mixed with each 100 gallons (380 liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious T-901-4 ITEM T-901 SEEDING 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 two (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 three (3) inches (8 cm), after which the seedbed shall again be properly graded and dressed to a smooth finish. 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 might produce erosion or runoff. Particular care shall be exercised to insure thatthe application is made uniformly and atthe prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces 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. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic 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. T-901-5 ITEM T-901 SEEDING 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 satisfaction 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 acres (square meters) measured on the ground surface, completed and accepted. Temporary seeding shall, not be measured for payment and shall be incidental, to Item P-156=Erosion Control. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per 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. Payment shall not be made for temporary seeding under this item and any cost thereof shall be included in Item P-156. Payment will be made under: Item 901-5.1 Seeding -- per acre (square meters) MATERIAL REQUIREMENTS ASTM C 602 ASTM D 977 Fed. Spec. JJJ-S-181 B Fed. Spec. 0-F-241 D Agricultural Liming Materials Emulsified Asphalt Agricultural Seeds Commercial Mixed Fertilizer END OF ITEM T-901 T-901-6 PART IX - AIRPORT LIGHTING PM n 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 splicing, 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 108-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications 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 requested 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. 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 Administration (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. All cable for airport lighting service shall be stranded. 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. L-108-1 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS 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 manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. This 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 shall 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 conductor cable. ln,.all cases these`splices'shall be encased with heat shrinkable cable sleeves: d. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, are approved. In all cases these splices shall be encased with heat shrinkable'cable sleeves.. 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-1-3825 and the plastic tape should comply with Mil. Spec. MIL-1-7798 or Fed. Spec. HH-1-595. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool designed. 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 Connector, or equal, or by a method approved by the Engineer. 108-2.5 CONCRETE. Concrete for equipment mounting and.`cable markers shall be proportioned not leaner than a '1-3-6 mix by volume and shall have a compressive strength of not less than 3,000 psi. Approved clean aggregate shall be used to produce the concrete. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The Engineer shall indicate specific locations. L-108-2 A ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS ., Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual insulating transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or •• other long cable runs without connections, unless otherwise authorized in writing by 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 recommended 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 free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches (45 cm) below finished grade, except as follows: 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 otherwise specified. L-108-3 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS 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 otherwise specified in the plans, all cables in the same location and running 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 ascertain 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 backfilling. Sharp bends or kinks in the cable shall not be permitted. 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 transformers, 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, handholes, 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 backfilled. The first layer of the backfill soil 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 (125 mm) deep, loose measurement, and shall contain no particles that would be retained on a 1-inch (25.0 mm) sieve. The remainder of the backfill shall be excavated or imported mineral and shall not contain stone or aggregate larger than L-108-4 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS 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 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 backfilled 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 'O"` for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 108-3.6 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 topsoiling, 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 maintaining all disturbed surfaces and replacements until final acceptance. 108-3.7 CABLE MARKERS. The location of runway light circuits shall be marked by a concrete slab 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 direction 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. 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 desired 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: L-108-5 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS 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 instructions and to the satisfaction of the Engineer. C. Field -attached Plug-in Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be ** encased with heatshrinkable cable sleeve. 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 encased with heat shrinkable cable sleeve. 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 conductor. 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 recommended 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 11/2 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 L-108-6 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering 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 1A 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. Next wrap one-half lapped layer of semi -conducting tape (Scotch No. 13 Semi -Conducting Tape, or equal) over splicing tape and 'A 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 metallic shielding tape. A bonding wire, (Minimum No. 14 Stranded Copper) equal to the current carrying capacity 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. 108-3.9 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 counterpoise 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 % 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: L-108-7 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS 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 megohms. 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 1/2hour. METHOD OF MEASUREMENT 108-4.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, backfill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. 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, ready for operation, and accepted as satisfactory. 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. 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 bythe Engineer. This price shall be full compensation for furnishing all materials and for all 0 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS 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 (Size) (type),Cable, installed in trench, duct or conduit - per linear foot (meter) Item L-108-5.3 (Size) Bare. Counterpoise Wire, including ground, rods and ground connectors -- per linear foot'(*: AC 150/5345-7 AC 150/5345-26 Fed.Spec.J-C-30 HH-1-595 ASTM B 3 ASTM B 8 MIL-1-3825 MIL-1-7798 MATERIAL REQUIREMENTS Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for L-823 Plug and Receptacle Cable Connectors Cable and Wire, Electrical Power, Fixed Installation Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic, for Low -Temperature Application Soft or Annealed Copper Wire Concentric -Lay -Stranded Cooper Conductor, Hard, Medium -Hard, or Soft Insulation Tape, Electrical, Self -Fusing, For Use in Electronics, Communications, and Allied Equipment Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic END OF ITEM L-108 L-108-9 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 specification 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 encasement, mandreling installation of steel drag wires and duct markers, capping, and the testing of the installation 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 requested by the Engineer. 110-2.2 BITUMINOUS FIBER DUCT. Bituminous fiber duct ** shall not be used_ 110-2.3 ASBESTOS CEMENT DUCT. Asbestos cement duct ** shal['not be used: 110-2.5 STEEL CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. 110 2.6 CONCRETE **`Concrete for ducts shall be proportioned not leaner than 1=3- 81 mix `by volume and shall have a compressive strength of riot less than 3,`000 psi. Approved clean -aggregate shall be used to`produce.the�concrete. 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: a. Type I -suitable for underground use either directly in the earth or encased in concrete. b. Type II - suitable for either above ground or underground use. L-110-1 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground ducts at the approximate locations indicated 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 runs 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. 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 handholes 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 L-110-2 I ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT 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 Contractor shall space them not less than 11/2 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 additional supports where the ground is soft and r' boggy, where ducts cross under roadways, or where otherwise shown on the plans. Under I 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 voids 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 4. recommendations. 110-3.3 DUCTS WITHOUT CONCRETE ENCASEMENT. 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 two (2) or more ducts installed at the same level shall be proportionately L-110-3 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT wider. Trench bottoms for ducts without concrete encasement 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. When two (2) 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 direction and not less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length before duct is installed so that if any obstructions are encountered, 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 1 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, or after:.ducts without encasement have been properly':bedded, the trench shall be backfilled with approved material, placedJh horizontal tamped and compacted10 a- densitybf, not less than 92 percent of.maximum density as determined by A8TM'D-698 Under all areas to be paved,`the backfill material shall be -, compacted to a density of not, less than 95 percent of maximum density as determined by ASTM D 698 or to the density required in Item P-152, whichever is, greater. 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. L-110-4 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT The trench shall be completely backfilled 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 measurement) shall be placed around the ducts and carefully tamped around and pool over them with hand tampers. The 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 topsoiling, 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. 110-4.1 Thegi accepted. The duc rope, and oth inci sizes. The quantity of and the p.mberoflineartoot:ot;l The condwt,'shall include.n be made for trenching and? made..for the various sizes: METHOD OF MEASUREMENT ae irenCning, GonQUit 'TIAInc parate measurementwill bE not en stalled, fittings; rise for: duct to be paid for un e van0L be paid for. under this l em `shall be in place, completed, and accepted. intals, Separate measurement will lit. 'Separate measurement will be 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 or conduit 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, tools, and incidentals necessary to complete this item. L-110-5 ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT Payment will be made under: Item L-110-5.1 (size) Duct -- per linear foot Item L-110-5.1 (size) Conduit -- per linear foot 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 Rigid Metal Conduit Laboratories Standard 6 Underwriters Fittings for Conduit and Outlet Boxes Laboratories Standard 514 Underwriters Impregnated -Fiber Electrical Conduit Laboratories Standard 543 Underwriters Intermediate Metal Conduit Laboratories Standard 1242 END OF ITEM L-110 L-110-6 ITEM L-125 INSTALLATION OFAIRPORT LIGHTING'SYSTEMS DESCRIPTION 125-1.1 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 to be installed at the location and in accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the system in operation as completed units to the satisfaction of the Engineer. 125-1.2 Additional detail pertaining to a specific system covered in this item are contained in the following advisory circulars, latest edition. AC 150/5340-4 Installation Details for Runway Centerline - Touchdown Zone Lighting Systems AC 150/5340-14 Economy Approach Lighting Aids AC 150/5340-18 Standards for Airport Sign Systems AC 150/5340-24 Runway and Taxiway Edge Lighting System AC 150/5340-28 Low Visibility Taxiway Lighting Systems AC 150/5345-44F Specification for Taxiway and Runway Signs AC 150/5345-46B Specification for Runway and Taxiway Light Fixtures AC 150/5345-51 Specification for Discharge Type Flasher Equipment AC 150/5345-52 General Visual Glideslope Indications AC 150/5345-53B Airport Lighting Equipment Certification Program AC 150/5345-28D Precision Approach Path Indicator (PAPI) 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 shall be listed in current Advisory Circular AC 150/5345-53, Airport Lighting Equipment Certification Program. L-125-1 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS (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. 125-2.2 CONCRETE. Concrete for backfill shall be proportioned, placed, and cured in accordance with the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets, and Bridges dated March 1, 1993. The class of concrete shall be as specified on the plans or as ordered by the Engineer. 125-2.3 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. Plastic conduit and fittings shall be Schedule 40, heavy wall, rigid polyvinylchloride, and shall conform to Federal Specification WC-1094-A, NEMA Standard TC-2, and UL Standard 651. 125-2.4 SQUEEZE CONNECTORS. Squeeze connectors, if specified, shall be equal to Crouse -Hinds, Type CGB cable connector with neoprene rubber bushing. 125-2.5 RUNWAY AND TAXIWAY LIGHTS. All runway, taxiway and holding position edge light fixtures shall conform to the requirements in AC 150/5345-46B, "Specifications for Runway and Taxiway Light Fixtures". Each fixture shall be installed in accordance with the details shown on the plan and as ordered by the Engineer. All lights installed under this contract shall be provided by the same manufacturer. 125-2.6 TAXIWAY GUIDANCE SIGNS. All taxiway guidance signs shall conform to the requirements in AC 150/5345-44F, "Specifications for Taxiway and Runway Signs." Each fixture shall be installed in accordance with the details shown on the plan and as ordered by the Engineer. All signs installed under this contract shall be provided by the same manufacturer. 125-2.7 RETROREFLECTIVE MARKERS. All retroreflective markers shall conform to the requirements in AC 150/5345-39, "FAA Specification L-853, Runway and Taxiway Retroreflective Markers." Each marker shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. 1 125-2.8 VISUAL GLIDESLOPE INDICATORS. All Glideslope Indicators shall conform to the requirements of AC 150/5345-28 and AC 150/5345-52. All systems shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. L-125-2 r*+ ITEM'L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS 125-2.9 REIL AND ODAL SYSTEMS. All REIL and ODAL Systems shall conform to the requirements of AC 150/5345-51. All systems shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. 125-2.10 I.D. TAGS. An I.D. Tag shall be securely fastened to all light fixtures and guidance signs installed under this project. All tags shall be installed in accordance with the details shown on the plans and as ordered by the Engineer. The I.D. tags shall be Alemtek's E-Z Tags, or a 2" brass disk, or approved equivalent. CONSTRUCTION METHODS 125-3.1 GENERAL. The installation and testing details for the systems shall be as specified in the applicable advisory circulars, and as shown on the plans. 125-3.2 PLACING LIGHTS. The light fixtures and taxiway signs shall be installed at the location indicated on the plans. The entire lighting system shall be laid out before installation begins, and any discrepancies shall be brought to the attention of the Engineer. METHOD OF MEASUREMENT 125-4.1 The quantity of lights, signs, markers, slope indicator systems and discharge -type flasher systems 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. BASIS OF PAYMENT 125-5.1 Payment will be made at the contract unit price for each complete light unit, sign, marker or system installed, adjusted, or relocated 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: L-125-5.1 (Description)(Type)(Style) L-125-3 -- per each ITEM L425 INSTALLATION, OF AIRPORT LIGHTING`SYSTEMS Federal Specifications Referenced In Item L-125 AC 150/5340-4C Installation Details for Runway Centerline Touchdown Zone Lighting Systems AC 150/5340-14B Economy Approach Lighting Aids AC 150/5340-18C Standards for Airport Sign Systems AC 150/5340-24 Runway and Taxiway Edge Lighting System AC 150/5340-28 Taxiway Centerline Lighting Systems AC 150/5345-28D Precision Approach Path Indicator (PAPI) AC 150/5345-44F Specifications for Taxiway and Runway Signs AC 150/5345-46B Specification for Runway and Taxiway Light Fixtures AC 150/5345-51 Specification for Discharge -Type Flasher Equipment AC 150/5345-52 General Visual Glideslope Indicators AC 150/5345-53 Airport Lighting Equipment Certification Program END OF ITEM L-125 L-125-4 ITEM L-1"27'ELECTRICAL MANHOLES AND JUNCTION'BOXES DESCRIPTION 127-1.1 This item shall consist of construction of electrical manholes, junction boxes, and pullboxes, 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 127-2.1 MORTAR. Mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 127-2.2 CONCRETE. Plain and reinforced concrete used in structures, connections of conduit with structures, and the support of structures or frames shall conform to the requirements of the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets, and Bridges dated March 1, 1993. 127-2.3 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C 478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches (90 cm) nor more than 48 inches (120 cm). 127-2.4 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. Gray iron castings shall meet the requirements of ASTM A 48, Class 30B and 35B. b. Malleable iron castings shall meet the requirements of ASTM A 47. C. Steel castings shall meet the requirements of ASTM A 27. d. Structural steel for grates and frames shall conform to the requirements of ASTM A 283, Grade D. e. Ductile iron castings shall conform to the requirements of ASTM A 536. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. F, j, Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. �`^ L-127-1 ITEM L-127 ELECTRICAL MANHOLES AND JUNCTIQN,,BQXES 127-2.5 STEPS. Steps shall be "M.A. Industry Inc." or approved equivalent. Steps shall be copolymer polypropylene plastic with 1/2' grade 60 steel reinforcement. 127-2.6 CABLE RACKS. Cable racks shall be Underground Devices, Inc., Catalog No. 2SR3 or approved equivalent. 127-2.7 GROUND RODS. Ground rods shall be 3/4" x 10' copper or copper clad installed adjacent to the wall of the manhole. CONSTRUCTION METHODS 127-3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer. 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 approximately 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 excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. C. The Contractor shall do all bracing, sheathing, or shoring necessary to implement 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 the structure. d. Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item 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 masonry. The cost of removal shall be included in the unit price bid for the structure. L-127-2 ITEM L-127 ELECTRICAL MANHOLES AND'JUNCTION "BOXES e. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 127-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets, and Bridges dated March 1, 1993. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. 127-3.3 PRECAST CONCRETE STRUCTURES. Precast concrete structures shall be constructed on prepared or previously placed slab foundations and shall conform to the dimensions and locations shown on the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily, and all jointing and connections shall be cemented with mortar. The top of the upper precast concrete member shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral conduit, including drops and leads that may be installed in the structure. The steps which are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches (300 mm). When a ladder replaces the steps, it shall be securely fastened into position. 127-3.4 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are to be placed upon previously constructed masonry, the bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed and approved by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for seven (7) days, then the grates or covers shall be placed and fastened down. 127-3.5 INSTALLATION OF STEPS. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete, they shall L-127-3 ITEM L-127 ELECTRICAL MANHOLES AND JUNCTION BOXES be placed and secured in position before the concrete is poured. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven (7) days. When steps are required with precast concrete pipe structures, they shall be cast into the sides of the structure at the time the sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. In lieu of steps, prefabricated copolymer polypropylene or rubber encapsulated ladders may be installed. In the case of concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. 127-3.6 BACKFILLING. a. After a structure has been completed, the area around it shall be filled with approved material, placed in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and each layer thoroughly tamped and compacted to a density of not less than 92 percent of maximum density as determined by ASTM D-698. Under all areas to be paved, the backfill material shall be compacted to a density of not less than 95 percent of maximum density as determined by ASTM D-698 or to the density required in Item P-152, whichever is greater. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place seven (7) days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient 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. C. Backfill shall not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the structure involved. 127-3.7 CLEANING AND RESTORATION OF SITE. Afterthe backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, 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. L-127-4 ITEM L-127 ELECTRICAL MANHOLES AND JUNCTION BOXES 127-3.8 SHOP DRAWING. The Contractor shall provide shop drawings for all new and adjusted structures, with appropriate letters of certification from hardware and material suppliers. METHOD OF MEASUREMENT 127-4.1 Electrical Manholes, junction boxes, and pullboxes shall be measured by the unit. BASIS OF PAYMENT 127-5.1 The accepted quantities of electrical manholes, junction boxes, and pullboxes will be paid for at the contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to conduits and other structures as may be required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item L-127-5.1 Electrical Manhole MATERIAL REQUIREMENT -- per each ASTM A 27 Mild to Medium -Strength Carbon -Steel Castings for General Application ASTM A 47 Malleable Iron Castings ASTM A 48 Gray Iron Castings ASTM A 123 Zinc (Hot -Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strip ASTM A 283 Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes, and Bars ASTM A 536 Ductile Iron Castings ASTM C 32 Sewer and Manhole Brick ASTM C 144 Aggregate for Masonry Mortar L-127-5 ITEM 4-127 ELECTRICAL MANHOLES AND JUNCTION BOXES ASTM C 150 Portland Cement AASHTO M 36 Zinc Coated (Galvanized) Corrugated Iron or Steel Culverts and Underdrains END OF ITEM L-127 L-127-6 rt r--1 ITEM R-247 FLEXIBLE BASE DESCRIPTION 247-1.1 This item shall consist of the delivery, stockpiling and/or construction of foundation or base courses as herein specified and in conformance with the typical sections and to the lines and grades shown on the plans or established by the Engineer. MATERIALS c, 247-2.1 The flexible base material shall conform to the Texas Department of Transportation Standard Specifications for construction and Maintenance of Highways, Streets and Bridges, Section 247. CONSTRUCTION METHODS 247-3.1 The flexible base shall be placed as described in the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, Section 247. METHOD OF MEASUREMENT 247-4.1 There will be no separate measurement for flexible base installed. BASIS OF PAYMENT 247-5.1 Flexible base shall not be paid for separately but shall be considered as incidental to Item SP-22 Taxiway Shoulders. The unit price established under Item SP- 22 shall be full compensation for furnishing all materials; for all preparation and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF ITEM R-247 "` R-247-1 ITEM R-310 PRIME COAT DESCRIPTION 310-1.1 This item shall govern for the application of asphaltic material on the completed base course and/or other approved areas in accordance with these specifications. MATERIALS 310-2.1 The prime coat material shall conform to the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, Section 310. CONSTRUCTION METHODS 310-3.1 The prime coat shall be placed as described in the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, Section 310. METHOD OF MEASUREMENT 310-4.1 There will be no separate measurement for prime coat installed. BASIS OF PAYMENT 310-5.1 Prime coat shall not be paid for separately but shall be considered as incidental to Item SP-22 Taxiway Shoulders. The unit price established under Item SP- 22 shall be full compensation for furnishing all materials; for all preparation and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the work under the item. END OF ITEM R-310 R-310-1 sue+ ITEM R-340 ASPHALT CONCRETE PAVEMENT DESCRIPTION 340-1.1 This item shall consist of asphalt concrete pavements 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 in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established by the Contractor. The pavement courses shall be constructed in lifts not to exceed three (3) inches in thickness. Each course shall be constructed 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 340-2.1 The asphalt concrete material shall conform to the Texas Department of Transportation Standard Specifications for construction and Maintenance of Highways, Streets and Bridges, Section 340. Job -mix formulas shall be submitted by the Contractor to the Engineer prior to starting work. A new job -mix formula will be required if new sources of supply are added or used and if unsatisfactory results occur. CONSTRUCTION METHODS 340-3.1 The asphalt concrete pavements shall be placed as described in the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, Section 340. ,. METHOD OF MEASUREMENT 340-4.1 There will be no separate measurement for asphaltic concrete pavement -. installed. Tack coat will not be measured for payment. BASIS OF PAYMENT 340-5.1 Asphaltic concrete pavement shall not be paid for separately but shall be considered as incidental to Item SP-22 Taxiway Shoulders. The cost of tack coat and heat '* stable additive shall be incidental and included in the unit price. The unit price established under Item SP-22 shall be full 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. END OF ITEM R-340 R-340-1 ITEM R-432 RIPRAP DESCRIPTION 432-1.1 This item shall consist of the delivery, stockpiling and/or construction of riprap as herein specified and in conformance with the typical sections and to the lines and grades shown on the plans or established by the Engineer. MATERIALS 432-2.1 The riprap material shall conform to the Texas Department of Transportation Standard Specifications for construction and Maintenance of Highways, Streets and Bridges, Section 432. CONSTRUCTION METHODS 432-3.1 The riprap shall be placed as described in the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, Section 432. METHOD OF MEASUREMENT 432-4.1 The work completed under this item will be measured by the Square Yard of material complete in place regardless of the thickness of the material placed. BASIS OF PAYMENT 432-5.1 Rip rap completed under this item will be paid for at the unit price established for Item R-432 Riprap and shall be full compensation for furnishing all materials; for all preparation and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF ITEM R-432 R-432-1 .. O-W tr s PART XI - GEOTECHNICAL REPORT ii 020 20 Geotechnical Soils Investigation For Lubbock International Airport Runway 17R-35L Exit Taxiway Lubbock, Texas June 10, 2002 Requested by: Delta Airport Consultants, Inc. % Sherri Edwards -Holloway, P.E. Dyess-Peterson Testing Laboratory, Inc. P.O. Box 30699 5853 49t" Street Amarillo, Texas 79120 Lubbock, Texas 79423 (806) 372-4911 (806) 785-8378 (806) 372-5552 Fax (806) 785-1959 Fax Report No. 2754 MSS.AGU M TRTIAP I iIAMAMRU lAr r- of lot-,. TABLE OF CONTENTS EXECUTIVE SUMMARY 1.0 INTRODUCTION 1 1.1 Project Information 1 1.2 . Purpose of Exploration 1 1.3 Scope of Exploration 1 2.0 INVESTIGATION PROCEDURES 2 2.1 Visual Inspection 2 2.2 Scope of Field Exploration 2 2.3 Scope of Laboratory Testing 3 3.0 SITE AND SUBSURFACE CONDITIONS 3 3.1 Site Description 3 3.2 Subsurface Conditions 4.0 General Conclusions 7 5.0 CONSTRUCTION RECOMMENDATIONS 7 5.1 Site Preparation 7 5.2 Subgrade Preparation 8 6.0 GENERAL EXCAVATION SAFETY CONSIDERATIONS 9 7.0 QUALIFICATION OF RECOMMENDATIONS 9 r. fnuGSS.f)�NPqnfI NSilf r I OnR0pq IfV P" ram+ June 10, 2002 Delta Airport Consultants, Inc. % Sherri Edwards -Holloway, P.E. 3701 Executive Center Drive, Ste 265 Austin, Texas 78731 Attn: Mrs. Sheri Edwards -Holloway, P.E. Subject: Geotechnical Exploration LUBBOCK INTERNATIONAL AIRPORT RUNWAY 17R-35L EXIT TAXIWAY Lubbock, Texas DPTL Report No. 2754 Dear Mrs. Edwards -Holloway, P.E.: Dyess-Peterson Testing Laboratory, Inc. (DPTL) has completed the authorized subsurface exploration and geotechnical engineering report for the above mentioned project as requested by yourself on April 23, 2002. The following report briefly presents our understanding of the project, reviews our exploration procedures, describes existing site and subsurface conditions, and summarizes our evaluations, conclusions, and recommendations relative to the geotechnical r: aspects of the project. The primary issue at this particular site is the need to provide in -situ soil conditions to aid in the design of a pavement section for the Runway 17R-35L Exit Taxiway. The most common methods of construction practices for a project of this nature are discussed in detail in the attached report. We have enjoyed working with you on this phase of the project and are prepared to assist you with the required testing during construction of this taxiway. if you have any questions regarding this report or we can be of further service please do not hesitate to call us at (806) 372-4911. We look forward to working with you in the future. Sincerely, Dyess-Peterson Testing Laboratory, Inc. d a P.E. Mich, C Q Prin Engi x�Ae - _ MCHAEL D. COPELM.-ID a g i2032�� 9�G/ST1cP` �VkgO .A 0��'� "� HISS-PIIIRD 1E51% MORfliE, ff. Geotechnical Soils investigation LUBBOCK INTERNATIONAL AIRPORT RUNWAY 17R-35L EXIT TAXIWAY Lubbock, Texas DPTL Report No. 2754 GENERAL SUMMARY The following is a brief summary of the information detailed in the following report. All issues summarized in this section are discussed in more detail in the report. This report must be read in its entirety prior to the implementation into design and construction of this project. DPTL has performed 3 geotechnical borings at this site. The site is located at the existing Lubbock International Airport in Lubbock, Texas. The borings were extended to a depth of 10 feet below existing ground surface. The actual area of the airport is from the West edge of runway 17R-35L across Taxiway "A" and "L" into the South end of an air cargo area terminal. 2. According to the United States Department of Agriculture the subsurface material encountered at this site should be an Estacado Urban Land Complex. Estacado soils have a surface layer of friable, moderately alkaline, brown clay loam about 16 inches thick. The Urban land consists of residential and commercial buildings, driveways, streets and sidewalks. Surface runoff is high because of the works covering the area. The potential is high for urban use. Corrosivity to uncoated steel and low strength are the most limiting factors but are easily overcome by good design and careful installation. 3. Groundwater was not encountered at this site in any of the three (3) borings. Groundwater at this depth is uncommon for this area of Lubbock. 4. Laboratory test results indicate that the soils encountered in the upper 5' of the three (3) borings are low to moderate in Plasticity. A potential vertical rise (PVR) up to 3/a" in the top five (5) feet of existing soils has been estimated for the current conditions and anticipated for the proposed Lubbock international Airport Runway 17R-35L Exit Taxiway if no modifications are made to the existing soils. These and other design and construction recommendations are discussed in more detail in the attached report. nu[gS.DCTCDSnn TEgTIDC I DDDDDTnDu InT' 0, Scanner Ke C Instructions 'C = Ivory or other color B = Insert Blank 2 = Duplex 1 = Simplex S = Staple X = Customer Defined M GEOTECHNICAL EXPLORATION LUBBOCK INTERNATIONAL AIRPORT RUNWAY 1.7R-35L EXIT TAXIWAY Lubbock, Texas 1.0 INTRODUCTION 1.1 Project information This report presents the findings of our subsurface exploration and geotechnical engineering evaluation for the proposed taxiway. This project will consist of the construction of the 17R-35L Exit Runway at the Lubbock international Airport. The exit runway will be approximately 588' In length and will extend from runway 17R-35L to Taxiway "L". The width not counting the turning radius will be approximately 130'. We believe that FAA items P-329, 304, 209, 401 or 501 will be utilized for this project based on conversations with Sheri Edwards -Holloway. 1.2 Purpose of Exploration The objective of this exploration was to explore the general subsurface conditions at the site and to evaluate and analyze these conditions as they relate to airport runway pavement design. 1.3 Scope of Exploration The scope of work included a site reconnaissance, soil test boring, sampling, laboratory testing, engineering evaluation of the field and laboratory data, and the preparation of this report. Specifically, this report addressed the following: 1. Description of the existing site conditlons 2. A description of the area, site evaluation and subsurface conditions 3. Subsurface soil, rock stratigraphy and groundwater observations 4. Perform field testing and obtain field samples to perform laboratory testing to classify the soils to aid in the design process. 5. Recommendations for site preparation, earthwork, groundwater, proof rolling control as required. This includes a maximum plasticity index for select fill materials. 6. Provide a completed signed geotechnical report with the results of our findings and any recommendations for design. -'1- fl4gg_NTUqM iGQnr IQ[l(IfIAT(IAIJ Illf 2.0 INVESTIGATION PROCEDURES 2.1 visual inspection The site and surrounding areas were evaluated visually by DPTL personnel. The observations were utilized during the determination of recommendations and in relating known geologic conditions in the area to site specific conditions. 2.2 Scope of Field Investigation Three (3) geotechnicai borings were advanced at the approximate location shown on the attached Borings Location Map (Figure 4 in Appendix A). The depths of the borings are 10 feet below existing ground surface. No exact sea -level elevations were given at the time of this report so relative elevations were utilized based on the drawings provided. Borings #2 and #3 are at approximately the same elevation (relative = 3260') while boring #1 is in a depression (relative elevation = 3253'). All three borings were drilled in the approximate centerline of the proposed exit taxiway. The borings were located in the field by a DPT representative from a map provided by Delta Airport Consultants, Inc. personnel and with the help of Kirby Hurta, an airport representative. There were no restrictions encountered by underground utilities as they were located before drilling began by airport personnel. Please note, the borings were advanced in the approximate locations they are shown on the Location of Borings Map as directed by airport personnel. The borings were drilled in accordance with ASTM D420 by means of a hollow stem auger system. Representative soil samples of the subsurface materials were obtained utilizing a split -spoon sampling method as per ASTM D-1586. A standard 2-inch O.D. split -spoon sampler was driven 18- inches into subsurface materials using a 140-pound hammer with a fall of 30-inches to obtain relatively disturbed samples at selected depths during drilling procedures. The number of blows to drive the split -spoon sampler the final 12-inches of penetration, known as N-Value, is recorded in the appropriate column on the logs. The samples were removed from the sampler and placed in sealable plastic bags to prevent moisture loss or gain and to be used in further, testing. Unconfined compressive strength tests were performed on selected samples. At each boring location grab bulk samples were obtained in order to perform additionally requested laboratory testing. A composite sample of the existing subgrade soils was obtained to be analyzed for soil fertility for landscape use. After the drilling process was completed and before the borings were backfilled the boring holes were inspected for signs of groundwater. The borings were backfilled with on -site materials upon completion. The soil classifications and descriptions are based on visual examination, as outlined in ASTM D-2487-92, the Unified Soil Classification System in conjunction with Munsell Soil Color Charts, and should be considered approximate. Subsurface materials encountered are recorded on the Boring Logs, which depict soil classifications, descriptions, and penetration resistance and are included in Appendix B. .2- DASS-PPIRSOn 1E511AG HORRiORI IT. ki 2.3 Scope of Laboratory Testing Minus #200 sieve analysis (ASTM D 1140-92), existing moisture content (ASTM D 2216), particle size distribution (ASTM D422) and Atterberg limit tests (ASTM D 4318-84) along with unconfined compressive strength tests (ASTM D2166) were performed on selected samples to assist in classification of subsurface materials and determination of engineering characteristics of the materials. Laboratory California Bearing Ratio (CBR) tested in accordance with ASTM D1557 and 1883, tests were also performed. Soil fertility testing was also performed as requested. All laboratory results regarding moisture, penetration resistance and Atterberg Limits are described on the Log of Borings located In Appendix B. Any remaining subsurface samples will be held in our laboratory for 30 days after the submittal of this report. All testing performed was as requested by Delta Airport Consultants, Inc. personnel. 2.3.1 Laboratory CBR Tests As requested three (3) laboratory CBR (ASTM D1883) tests were performed in conjunction with maximum dry density -optimum moisture content curves (ASTM D1557) on bulk grab samples obtained from borings #1,2 and 3 during drilling operations. The moisture density curves from borings #1,2 and 3 resulted in maximum dry density values of 117.0, 125.4 and 123.3 pcf respectively with optimum moisture content values of 12.2, 9.9 and 10.9% respectively. The resulting CBR values for the modified compacted samples were 5.4, 8.2 and 4.1 respectively. The results of these tests are in Appendix B. It is our opinion that a CBR value of 5 be utilized for pavement section design. 2.3.2 Soil Fertility Test We were instructed to have a composite sample of the topsoil obtained and a basic soil fertility test completed. This soil fertility test was completed with the results summarized in Appendix B. Visiting with Texas Agricultural Extension Service of Texas A & M University personnel it is their opinion that the existing surface soils would serve the purpose for landscaping. 3.0 SITE AND SUBSURFACE CONDITIONS 3.1 Site Descriptions The site of this project is located at the Lubbock International Airport in Lubbock, Lubbock County, Texas. The area of the drilling was the proposed exit taxiway which begins at the East edge of the South air cargo terminal apron where it connects to taxiway "L" then extends East across taxiway "A" all the way to runway 17R-35L. The proposed construction will be an exit taxiway. Ground vegetation at the project site is abundant. The site is covered in native grass and weeds. The topographical conditions at the site consist of a relatively level area in the approximately 100' between borings #2 and #3 then declines in grade approximately 7'-8' in approximately 300' between borings #1 and #2. -3- nu ggzTI:ASflll TRTInr IOXODMOU IM 3.2 Subsurface Conditions All data interpreted from the geotechnical borings are detailed in the Log of Borings located in Appendix B. As previously mentioned, the location of the test borings are pictured on Figure 2 in Appendix A. The subsurface conditions discussed in the following paragraphs and those depicted in the Log of Borings are based solely on the information obtained from the geotechnical borings drilled at the site and represents an estimate of the subsurface conditions based on interpretation of the borings data using normally accepted geotechnical engineering judgments. The soil borings encountered Clayey Sand, Sandy Lean Clay, Silty Clayey Sand and Lean Clay with Sand. These strata are discussed in the following paragraphs. No excessive moisture contents existed in any of the three borings. 3.2.1 Clayey Sand (SC) Clayey Sand was encountered in boring #1 from the 6 to 9' depth. The color Of this soil is Yellowish Red. The plasticity index (PI) of the Clayey Sand ranges from 13 to 15 which results in a degree of plasticity of moderate, the moisture contents range from 12.1 to 12.6 percent, and the density was medium dense. The Standard Penetration Test values (blow counts) for the Clayey Sand existing in the boring ranges from 17 blows for 12 inches of penetration to 23 blows for 12 inches of penetration. 3.2.2 Sandy Lean Clay (CL) Sandy Lean Clay was encountered in boring #1 from the surface to the 6' depth and again from the 9 to 10' depth, in boring #2 from the surface to the 1' depth and again from the 2 to 10' depth, and in boring #3 from the surface to the 9' depth. The color of this soil ranges from Light Reddish Brown, Pink, Reddish Yellow, Yellowish Red, Reddish Brown and Red. The plasticity index (PI) of the Sandy Lean Clay ranges from 9 to 26 which results in a degree of plasticity of low to plastic, the moisture contents range from 6.0 to 16.1 percent, and the consistency varied from stiff to very stiff. The Standard Penetration Test values (blow counts) for the Sandy Lean Clay existing in the borings ranges from 10 blows for 12 inches of penetration to 29 blows for 12 inches of penetration. 3.2.3 Silty Clayey Sand (SM-SC) Silty Clayey Sand was encountered in boring #2 from the 1 to 2' depth. The color of this soil is Pinkish White. .q. O9155-KiFUR i1511O6 RORfliA, IN. The plasticity index (PI) of the Silty Clayey Sand is 6 which results in a degree of plasticity of low, the moisture content is 4.4 percent. 3.2.4 Lean Clay with Sand (CL) Lean Clay with Sand was encountered in boring #3 from the 9 to 10' depth. The color of this soil is Pink. The plasticity index (PI) of the Lean Clay with Sand was 13 and 14 which results in a degree of plasticity of moderate, the moisture contents range from 11.0 to 11.3 percent, and the consistency was hard. The Standard Penetration Test values (blow counts) for the Lean Clay with Sand existing in the boring is 31 blows for 12 inches of penetration. 3.2.5 Groundwater As mentioned previously, groundwater was not encountered in any of the three (3) borings. Groundwater at this 10' depth is uncharacteristic for this area of Lubbock and it is unlikely that groundwater would be encountered during subgrade processing and select fill placement. The amount of groundwater is expected to vary with seasonal rainfall, other climatic conditions, surface runoff, permeability of on -site soils, continuity of pervious soils, irrigation practices, and other factors but construction at this site still is not expected to be affected by any groundwater. These observations do not constitute a groundwater study nor was such a study authorized as a part of the scope of investigation only as monitored during and after drilling. 3.2.6 seasonal Frost in order to maintain a long life for the exit runway pavement section consideration should be given to the seasonal frost that the runway could be exposed to. Frost action could have detrimental effects on pavement sections. Explanation of these possibly detrimental affects are discussed in Chapter 2 - Sections 208 and 209 of the U.S. Department Airport Pavement Design and Evaluation Advisory Circular No. 150/5320.61D dated 7/7/95. The majority of the soils existing in the borings would be classified as belonging to Frost Group (FG) - 3 with a couple of stratas belonging to FG - 4 according to Table - 2 Soil Frost Groups in the above mentioned reference. Of the four groups these two groups are.the most susceptible to frost affect if exposed to freezing temperatures. .5- mm-primnn iG5i nr I AAflilomm inn Another seasonal frost issue is depth of frost penetration. This determination is made using the Air Freezing index (AFO and the dry unit weight of the soils. The Air Freezing index for this project site Is estimated to be 250 days based on Figure 2 — 5 of the above mentioned reference. Using the 250 days AR value a depth of frost penetration of 25 — 30" below ground surface was approximated. 3.2.7 Seismic Zone The location of this project is in a zone "0" area which is an area of no damage. 3.2.8 Shrink/Swell Potential The tendency for a soil to shrink and swell with changes in soil moisture content is a function of the clay content and the type of clay material. These are reflected in soil consistency as Indicated by the liquid limit and plasticity index of the Atterberg Limits Tests. A generalized relationship between shrink/swell potential and the soil plasticity index (P.I.) is shown as follows: General Relationship Between P.I. and Shrink/Swell Potential P.I. Range shrink/Swell Potential 0 to 15 Low 15 to 25 Medium 25 to 35 High >35 very High The soils at this site possess a low to medium shrink/swell potential. 3.2.9 Potential for Vertical Rise (PVR) An estimate of the magnitude of the possible ground surface movement caused by shrinking and swelling of the clay containing soils has been made through the use of the potential vertical rise (PVR) procedure. As previously mentioned PVR expected for this site Is of the magnitude of up to 3/4". The anticipated ground movements due to the swelling of the underlying soils at the site were estimated assuming dry moisture conditions. The method for estimating the PVR was Texas Department of Transportation (TxDOT) Test Method Tex-124-E utilizing a 10 feet zone of activity and a 1.5psi surcharge pressure. This method utilizes correlations between Atterberg Limits (PI) test data to estimate the swell potential and as such, the result must be considered as giving approximate values of the shrink -swell potential. The low to moderate clays in the borings have a low to medium potential for volume change with changes In the soils moisture content. The Potential Vertical Rise (PVR) at this site is on the order of up to 3/4" assuming the soils are allowed to increase in moisture content from a relatively dry condition to a relatively wet condition over a depth of 10 feet. It Is not uncommon to assume differential movement as half of the PVR. A number of measures may be increased to attain a reduction in subsoil moisture content variations, thus reducing the shrink/swell potential. A couple of the measures are listed below: -6- nurgq.DCTCngM TCCTInr i nonnnTnnu inr UU LUV 1 6161-1 ILUIIIIV L11UU11111U1UJ, IIIU. 1) During construction, a positive surface drainage scheme should be Implemented to prevent ponding of water on the subgrade. 2) Sloping of the surface of the fill during construction to promote run-off of rain water to drainage features until final lift is placed. it should be noted that these PVR estimates are indicative of the relative magnitude of probable movement under seasonal moisture changes in the soil moisture content. Movements in excess of these values may be expected if increases in soil moisture occur as the result of excessive landscape water, irrigation, broken water or sewer lines, or improper drainage of surface water. The client is cautioned that the strength of clay soils can vary significantly with moisture content. When clays are dry the strength can be relatively high while the clays can lose their strength when they are wet. 4.0 General Conclusions The most significant soil related factors for the pavement design of the exit runway at this site are the bearing capacities of the soil layers and their expansion. The soils present at the site are low to moderate in plasticity and pavement foundations supported on these clays could be subject to movements due to moisture fluctuations In these soils. The most positive means to reduce the potential for pavement foundation movement would be to support the proposed runway on a foundation system bearing on processed subgrade, adequately placed select fill material and with a surface course (concrete or bituminous). Regardless of the pavement section used for the exit taxiway, in order to minimize the damaging effects of soil volume change caused by an increase in moisture content, adequate grading and drainage around the runway to prevent ponding of water is essential. All areas around the exit runway should be designed to prevent migration of water Into the clay soils beneath the exit runway. No excessive saturation or drying of soils around the runway should be allowed to occur. 5.0 CONSTRUCTION RECOMMENDATIONS All areas around the exit runway should be designed to prevent migration of water into the clay soils beneath the exit runway. 5.1 Site and Subgrade Preparation A. This site should be prepared by removing and clearing any existing grass, vegetation, tree roots, and organic topsoils as stated in FAA advisory circular 150/5370-10A, Item P151 & 152. B. The Subgrade should be proof rolled to detect local weak areas which should be excavated, processed, and recompacted in loose lifts of approximately fl- inch thickness and compacted to the minimum value as specified optimum range as specified in FAA Advisory Circular 150/5320-6D Chapter 2 Section 313 or Chapter 3 Section 329 depending on Flexible or Rigid Pavement design. -7- 0 DY155-PPiERSOR 1E511% LRRDRRiM, IT C. The site should be proof rolled to detect soft areas which should be removed and properly replaced. D. Subgrade should be tested by a qualified Laboratory Technician under the supervision of a Registered Professional Engineer specializing in geotechnical studies. 5.2 'Select Fill Placement A. All select fill material should have a Plasticity Index of 4-15 with a Liquid Limit (LL) of less than 35 and should be placed in 6-inch maximum compacted lifts. All soil for fill should be free of large rock (larger than 21or other deleterious material and should be processed to near optimum moisture (+/-2%) and compacted to a minimum of 98% of maximum dry density as determined by ASTM Designation D1557 and when tested -in accordance with ASTM Designation: D 2922-91 prior to placing the next lift. The plasticity index and liquid limit of material used as select, non -expansive fill should be routinely verified during fill placement using laboratory tests. visual observation and classification should not be relied upon to confirm the material to be used as select, non -expansive fill satisfies the above Atterberg-limit criteria. B. The site should be proof rolled to detect soft areas which should be removed and properly replaced. C. Each lift should be tested by a qualified Laboratory Technician under the supervision of a Registered Professional Engineer specializing in geotechnical studies. It is unclear as to the exact type of pavement that is planned for construction, flexible or rigid. Whichever type is chosen the following items will be utilized based on the type chosen. All of these items are from the U.S. Department of Transportation, Federal Aviation Administration (FAA) Airport Pavement Design and Evaluation Circulars. Crushed Aggregate (P-209) and Cement Treated (P-304) Base Courses. For the base material either Item P-209 Crushed Aggregate Base Course or Item P- 304 Cement Treated Base Course of Advisory No. 150/5370-10A should be utilized. Item P-209 should be compacted to a minimum of 100% and ±2 of optimum moisture as determined by ASTM D1557 and tested In accordance with ASTM D2922. Item P-304 should be compacted to a minimum of 98% and ±2% of optimum moisture as determined by ASTM D1557 and tested in accordance with ASTM D2922. These materials must meet the quality specifications stated in the above mentioned FAA document. Bituminous Surface Course The hot -mix asphaltic concrete should meet the requirements of Item P-401 as stated in the FAA document. Portland Cement Concrete Pavement The Portland Cement Concrete should meet the requirements of Item P-501 as stated in FAA documents AC 150/5320-6D and 150/5370-10A. This includes but is not limited to flexural strength requirements, placement, joint spacing, doweling reinforcement, etc. and should be followed carefully. -8- nu[gQ.0[Trngnn Tfunr I nOnnnTnDu mr W r-. 6.0 EXCAVATION SAFETY CONSIDERATIONS If utility trenches or other excavations extend to or below a depth of 5-foot below construction grade, the contractor or others shall be required to develop a trench safety plan to protect personnel entering the trench or trench vicinity. The collection of specific geotechnical and the develop of such a plan which could include designs for sloping, benching or various types of temporary shoring, is beyond the scope of the current study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. The soils at the depths needed for excavation are classified as cohesive. The maximum allowable slope for excavations less than 20-feet are 1H:1V for a short term. It is important for the design geotechnical engineer to be allowed to observe the excavations to make a determination as to the quality and competency of the soil materials. if sandy or clayey material is observed not to be stable at a 1 horizontal to 1 vertical slope or if large pockets of non -cohesive soils are encountered, the excavations may require being sloped even more gentle. if any sloughing subsidence or tension cracks are observed in the soil, the contractor should stop all work and notify the design geotechnical engineer. 7.0 QUALIFICATION OF RECOMMENDATIONS The recommendations in this report were developed from the information obtained from the test boring which give subsurface conditions only at the specified depths and at the specified times on the boring log that there are no pre-existing deep excavated areas that have been backfilled on this site other than the backfilled reservoir area. it is also assumed that the moisture levels encountered at this site will not be permitted to materially increase over those shown on the tests. In addition, the laboratory test results for selected soil and rock samples relate only to the samples tested. Rock and soil conditions at other locations may vary from the indicated conditions and the nature and extent of the variations may not become noticeable until the course of construction. If variations do appear, it will be necessary to re-evaluate the recommendations of this report after making notes of all the variations.. Also, if any changes occur in the proposed construction, including site location, this office should be notified so a review can be made. it is important that a geotechnical engineer be retained to review the specifications and plans and also for testing and observations during the foundation construction and earthwork phases of the proposed construction to help confirm the design requirements are fulfilled. our professional geotechnical services have been performed, our findings logged and our report prepared in accordance with generally accepted geotechnical engineering practices. This warranty is in lieu of all other written warranties either expressed or implied. This report shall not be reproduced except in its entirety and with the express written permission of Dyess-Peterson Testing Laboratory, Inc. -9- nUM.DCTMAn TRTlnr i nnnnnNnu nr VVLVV I LI LIaVVI1 ILVIIIIV L1IUVIU11V1W, 111V. APPENDICES APPENDIX A — TEXT FIGURES Figure 1 Site Location Map Figure 2A Boring Location Map Figure 2B Boring Location Map APPENDIX B - FIELD RESULTS Records of Subsurface Exploration Sheets Key to Symbols and Classifications- Soil and Rock Laboratory Analysis Soil Analysis nu%pGiGa m Tminr I Aiafllaia pq nr APPENDIX A — TEXT FIGURES Figure 1 Site Location Map Figure 2A Boring Location Map Figure 2B Boring Location Map I - AAASS-Prumn i unr I AAAumm mr AJRPGR FM 2641 lu —In ST st BUM-" AEGIS ST IMf ROACI - V-i1 -uram st 9 OM N 81 51 w cow m Aor* .1.1 Sr Na T XPAKA ST S3 ftsc, 41A "ICI'l XWC 14" co-Itt DWt MEADOWBROOK I mW s,T c 7111- ITT-11 If , 'Ens, 6 ""'— ST sr OA— n x R GENERAL NOTES 1. anow71(31•c'.1. 1. 5n(-) r 9..Ka fwE rur•'A rarca7 wl..,,o J. r> K AM.. Qa.Mo rat• IT— IT1M(.1 -coo . 1K l.n'• AI[ ,Ll 1. IK WrNAII e1[[YA. [ar 1[ WV. K al/En.'e 1erPMT[llw liyn MM K(- [P.AK- 10 NAn10( •Api )) NAL1AAfN SUR 9 tllNlwrt reA AM O"a eul R M r(Cl i. I[u.r eeJ[Cl t 11%(. Klcnl ..+ N F . 11OL. to e[ iuf•Ar clxnllUF[ AS Lt.K n[ Ksli[I.�w1 .CY RD N li[ YAW/l.al ,NM I Glf. KI. 1..c[ 10 1O+a11.A:- AM1'r p.Af.IC a tdtLl W Il( AAI'Ml, A I.J. TAR 71 OAT,sI[Ipr Ilox snaAD et caacno. 2 .IAraAr O1M0JIM r['ll[ 4N'.fD rro. uSO.T. 0rU(C llsAtr .....[. 4Al pUrinn.l•.1L. NgrO-RMfD NY%>, 1. At IalaN1C pAIA 1•.K anAwD 1n Oil o I.W . % IOeu x11. 'TWO W iH MM.aK Czw c SUAKr U's UiAellr[NT a tc rw_I, ANN AFO 1I•aAi tMU .t 0 1Oo -TEAT Cf0 (O011afwlll, gnwAr �•nI.L3. AJnA1 alKIM, A,O cOexeMrty AIIe flE`/ArgW a IA.cA.aY. 101wIK. 1. ••Ynit•eAl ceO+Ywrcs K niS Av AK ao,' .v . 0 a NKAI n tw TW IIIC a)) M KiTcµ aru. roe T NI 6 WE MIUnK _oo[ec KRIt.A an.r OC •EM[ I. - AT F[ 1.., DW. KrtISJI M�IY at 1l'1N ( 1 to t6At1f1JC11Y,i1pl fRd W r 10 e.W W f N fLCT ,.K ACOEO TO IIfE e n 1.]ID SLIMY. nK COf•.S45,OM Fly Amro 160 USW eff U.S. •I,w C Or IKK[M K _ 5111 cLM1C011 sOr1 w Al n[ cmS-O _. T Aa COKKU I... AureAK A.O 1_.K 1 ]e-rOOr w --I AH0 Trreu417 WATT 1A r0111Ue[An a--T Nn IM-31L VU-.L Iw-•uT Fwr :ao'To to- SAIRvTY MONUMFN 5 NATIONAL CCODETIC SUR.ET DEStCNA7NM[ PERMANENT IDENTIFIER / NORTtING EAS11NO ELEVAl10N r loa t O.. WWII. Ie15ww X., u e ,e] KSU m- 37Jr'.0' 1.1110'0.' 311. W. w AOtc02 um'u.m]W- MCI.4wpo• Oxaxo .AI) lM Kr,1t 11N'Ji.l]eIa" Ie1'IYI..-W 1111$ Ilest r[6af1 >Ttl')TSIIA• WI-N')).]N1S• I.111 I SrJIMR ..-..-.-- iFxA.. uoonc slrur ntrvcn .eo sc .ca A[a1an11/1o/w1 (X2 0a IT P1,1.11 RAIKKI$ 1011;NWAT B/2o AND 17R/ESL NO iNFE'SHOLD SITING RFACE PENETRADON$ Mmvo.f.bW nA N. � en•lo• lime r I L } uw_` ULTIMATE etyi�, OU61TtON, FEE SIMPLE (5181 ACRES). m y I11Y71: ' - rsfp W �� n •t M�cue.- a -- w.r o •m ,.m t.00 SiTE •- ' � 1FosVLra,�rM•AOI FEE SIMPLE (107.7 ACRES) 0 1 Qi ftrt r.. l•rV Sa (tL•atM) �i 1s.+rrnrll ntcal <a-s:wi o a.cal m -1»a) Os ,AA.n.nre a,R) fa.aa,) Q »Awp m c tct) Q 8[Wr 1- � in•J11t) U IR[VIr.T 1-.u.UF17CL•atNJ O UIC4tA[ rVtic41 lt)._]]Tl) ® mot. S *'" Ac rota I- = Q 11000[. Kro s[IAc[ (f1-1: T7) p Ilmna Argo fetrw<t ItK Y.IUI Iaw.1) gM Walt m -)2aT) Ct111/a AwTpY rlpArt 1IND.E 14. 1TN) p ftL11r irAAD,J.e MI01CI ormc (TWO) tot -1:57) Q art 'TR. (Aa.on[o1 In—* p nc. T r torts scfa Ora RL.ml) Al RD GU2 .N flu..[[ In_I,N) 11yL e,AD.c U L f[ 0 K•t[..Is !r lmwu 1-Iwc.Is m.=n 0 CWR[1 1a (ft •1)70 © Aonaa .s of _ - ola ItA c ® llyrexl DICI.['Al YAW Ala f{I.)Mlee 1n-11.) 8 AaoR rtA.in wi.c la--Jsa) p lino r.1.I..e ® Au1e rnonc I-. t la-1]7q 0 A[MAt LM IAMITT (IL--) l ® K.4 U)t tm.L (cL:m.) ® K.IIAL un 7A,JAIM t4-) ® KIITAI flA fALTRt (R-3mJN) ® IIAIIfJA (cow. •c) (a-L-N) .1 ( ((L -IM) ® cW m l fytCM/rp fm-nos) 0 IftgmI /cA M .AI.Wt1wwAAa a••1:70> LT 1%ut c[ In •3214) p CIwARhrT 11L.31/7) p Io.T-A- i Iw.As - x..r..a v Iueeoc[ ta.-nn) Q IA-0(ACitAAM ntx 5- c po.laq e rvllcwi a 11AROfs ,- +ws 1[L•177e) Q IaVl.W) a ttARocA t-n.r.Af NL.110o) e .TIN nIG. Cn-•)7711 ® tloalon Kro sc"m - vow t (tL-}le,) © IYeor T,Aoc tIL-1.1N) ® la[ra1 Kro YAxOQ lfo) lR-xasi � :was Aue 1rA.efs r.ari:lal sro1 b)N> ®- i 74K ..�iAs (.IArolr..o nla nA1. 1.•c 1:ILL .1f06> ® W16p.1 aAlax - A0111I..tb fAl to U.-•areal ® roJrminn (n .1m1 ® A.KlR1 TlaucE I..l41G l4.1.'isl ® voctrca.o tut s�+cc - Il.lAl[alrr.(Y att. ®: r1n nit 1 I11F1pt•y [Ol•I•[M I[I -12451 p .Imo., Iw1,[w.tt efnt.ti to-ue.)" 0 -I- SND A c.171r ® AeV1a: [D KLL rIO.K (r1-.V16) 0 mKlt lil sT.1- © N.TW- aMW (WO-Q (EL -Asa) e AWnitf arl4C - at © ev Fr Twos I— vRh (a•1roJ) ® AIAGOe1 -z.K . ern .ORtt (E .- ) p .A K/sID [t etoa 0 tLENAW. -tot uta In-a111) © IL XA .4t TREAI.W TMM 0 WMI 1A..JTAnwa n -u1q B fallrtc ..wrAct�sC (n-Alf) ® was 1•InrAnux (T"mu) © -,cc "c,~ (IL -A") IA K-IX ��� `_ ter• POfY!1J1, -i" h Cooper. ins. rNma 2-'tb 1 C-1 6 E-Trm AT 0W 4, OT an O uBUOd IIUS '�1iA°A WIAoc4 WIWIIfNAG rIAVR Iacl.pca .RMMTl.1.L A.POn AIRPORT LAYOUT PLAN `i I OIIICINAL ALP $KWED DT P••.6• Yy-.Re-RT <-- VANK N. CARLE 10-II-99 1- 1 1 Ir, J�t JV 1, � , ' 1'1'll 1. ri :;;`11 •;;/` t' 1 \ •:i �'I;;: i; iii i;; `_• ; I '; ii•: is ;.:;:; i,t iii;; ---\1 � i .1• Ir,n „nl, u,l 1,`II 1I;1Oi „ •``l1 t ,' ; ,`; ••1 Ili 1 1111I; ;;'; \11 1 \ 1 1 1 1r i 8 { i I 'AN% �\ r p iii"'1'r'' \ :, 1'1 t 1 •; \ V i ' It ; { ' 1 •,� 1 i�' ' 'ii'riii!1 Il. � t t, 1 i;1;j'\ �� •.✓ jt \.. .�` ``.' + , � /"• , • 11• i` LI �♦ 1 rl•Gw'rl; , I 1; 1 1 1, ; 1 s I y�,` •\$ `.» 'a 1 i + ' ii'` � /h l ,' '; � r-__ —r ' "------'---`i � � �; � t t t i t : • i 1 1 � ! i \ � `I - 1 TCIHLIAIE TO SHEET X ' ' t ' `' 1 \� A\• d ' :I ,t OEL TA COH9TRWT TAXIWAY 9r r.•n\. aw sas -- -�•' �:...,...r ,....,.•-.•.,•..... row �.aonao A/RPORT CONSUL TANTS /NC. , , SITE p� .. Y...I... I r..1I... n «Yp•.eers - p6rrwr K Y wM 4 ...r.. Ir ...e..rw �..r... a tutor .r w., an Ala, TX 1 O1rbpt NC 4 /r.b&M PA s ,wvd VA W 11KCK IHiEfiNAT10NAL NRI r�^ I APPENDIX B - FIELD RESULTS Records of Subsurface Exploration Sheets Key to Symbols and Classification — Soils and Rock Laboratory Analysis Soil Analysis f1uGSS.pG11=�SM it=SiiflG I Ap(>RAi�Au I�f ese A"+ BORING NO. 1 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Lubbock Inter. Airport 17R-35L Exit Taxiway LOCATION: Lubbock, Texas CLIENT: Delta Airport Consultants, Inc. %Sheri Holloway, P.ELOGGED BY: L. Peterson DRILLED DATE: 5/29/02 DRILLED BY: C. Bird DRILLING METHOD: Mobile B-61 3 1/4 inch ID Auger ELEVATION: 3253' Sample Soil Log Description SPT Blows/Ft Moisture Percent Dry Density Dencsf p ILL PL PI Unconfined sive trr SenghTSF Passing 200 Sieve Depth Feet 0 Sandy LearL.CIU,: Reddish Brown (CL) 7.3 28 13 15 63.4 413/SYR 12.1 32 14 18 62.3 Sandy Lean CLav: Reddish Yellow (CL) 6/6/SYR 2 3 - 6" 6 - 12"5 12.5 31 16 15 1.17 54.4 Sandy Lean Clay: Reddish Yellow (CL) 6/8/SYR - 18" 4 6 - 6" 13.0 30 14 16 1.53 57.5 7 - 12" 8 - 18" 6 7 - 6" 8 12" 12.1 26 13 13 1.70 41.9 Clayey Sand: Yellowish Red (SC) - F-011 5/61SYR 9 - 18" 8 12 - 6" 12.6 30 15 15 2.17 49.6 9 - 12" 14 - I8" 15.2 38 22 16 58.6 Sandy Lean Clav: Red (CL) S/8/2.SYR 10 10 - 6" 16.1 35 19 16 2.36 58.0 11 - 12" 16 - 18" *T.D.-10'" 12- 14- 16- BORING NO. 2 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Lubbock Inter. Airport 17R-35L Exit Taxiway LOCATION: Lubbock, Texas CLIENT: Delta Airport Consultants, Inc. %Sheri Holloway, P.ELOGGED BY: L. Peterson DRILLED DATE: 5/29/02 DRILLED BY: C. Bird DRILLING METHOD: Mobile B-61 3 114 inch ID Auger ELEVATION: 3260' Sample Soil Log Description SPT Blows/Ft Moisture Percent pry Density pcf LL PL PI Unconfined Compressive Strength TSF Passing 200 Sieve Depth Feet 0 Sandy tdy Lean Clay: Reddish Brown (CL) 6.4 29 17 12 54.5 4/3/7.5YR 4,4 26 20 6 35.9 Silty Qgyey sgnd: Pinkish White (SC-SM) 8/2/5YR 2 5 - 6" 5 - 12" 9.2 27 15 12 1.08 69.3 andv Lean Pink (CL) 7/4/7.SYClav: R 5 - 18" 4 7 - 6" 9.9 29 14 15 1.44 65.7 8 - 12" 5 - 18" 13.5 38 22 16 61.7 Sandy_I.ean Clav: Yellowish Red (CL) 516/5YR 6 6 - 6" 12.7 35 19 16 2.27 63.4 10 - 12" 6 - 18" 8 9 6" 8 - 12" 13.3 39 15 24 2.33 65.7 Reddish Yellow (CL) sandy Lean Clay.: 6/6/5YR 13 - 18" 13.8 40 14 26 58.3 Sandy Lean Clay.: Yellowish Red (CL) 5/6/5YR 10 15 - 6" 14.1 37 16 21 2.71 63.8 16 - 12" 13 - 18" *T.D.-10'" 12- 14- 16— ems+ BORING NO. 3 Dyess-Peterson Testing Laboratory, Inc. PROJECT: Lubbock Inter. Airport 17R-35L Exit Taxiway LOCATION: Lubbock, Texas CLIENT: Delta Airport Consultants, Inc. %Sheri Holloway, P.ELOGGED BY: L. Peterson DRILLED DATE: 5/29/02 DRILLED BY: C. Bird DRILLING METHOD: Mobile B-61 3 1/4 inch ID Auger ELEVATION: 3260' Sample Soil Log Description SPT Blows/Ft Moisture Percent Dry Density pcf LL PL PI Unconfined Compressive Strength TSF Passing 200 Sieve Depth Feet 0 Shy Iran Clay: Light Reddish Brown (CL) 7.0 26 11 15 57.3 6/4/5YR 7.9 28 13 15 61.1 2 6 - 6" 8 - 12" 6.0 25 15 10 1.26 68.3 Sandy'pan Iav: Pink (CL) 8/3/7.5YR 4 - 18" 8.4 22 13 9 62.6 San Leon Clav: Reddish Yellow (CL) 6/6/5YR 4 7 - 6" 9.9 26 14 12 1.71 63.9 7 - 12" 9 - 18" 6 11 - 6" 10.0 27 14 13 1.94 61.8 10 - 12" 9 - 18" 7.7 23 11 12 50.7 . an Lean Yellowish Red (CL) 5/6/5YR 8 10 - 6" 8.6 27 13 14 2.12 55.2 12 - 12" 11 , is, 11.3 25 12 13 70.6 Lean QlU with Sande Pink (CL) 8/4l5YR 10 15 6" 11.0 27 13 14 2.19 71.5 17 - 12" 14 - 18" * T.D. - 10' 12 14 16 .., ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ Classification TEST RESULTS MATERIAL DESCRIPTION - ..Reddish ..Clay Brown Sandy� . -.. Project: Delta Airport Consultants, Inc, Looation: Lubbock International Airport Runway 17R-35L Exit Taxiway - Lubbock, - Date: ... -. Subgrode Material from Boring Location #1 0 MOISTURE -DENSITY RELATIONSHIP TEST . LABORATORY. Date: Project no.: Project: Location 1: 2: Remarks 1: 2: 3: Material 1: description 2: Elevation or depth: Fig no: MOISTURE -DENSITY TEST DATA DATA FILE: 302 PROJECT DATA 5-30-2002 2064 Delta Airport Consultants, Inc. Lubbock International Airport Runway 17R-35L Exit Taxiway - Lubbock, Texas Subgrade Material from Boring Location #1 Reddish Brown Sandy Lean Clay 2708-A ------------- SPECIMEN DATA USCS classification: CL AASHTO classification: Natural moisture: Specific gravity: 2.66 Percent retained on No.4 sieve: Percent passing No. 200 sieve: 66.5 Liquid limit: 30 Plastic limit: 14 Plasticity index: 16 ------------------------------------------------------------------------------- TEST DATA AND RESULTS Type of test: Modified, ASTM D 1557-91 Procedure A 125 120 115 110 105 100 5 ZAV SpG 2.66 10 15 20 POINT NO. 1 2 3 4 5 WM + WS 8.43 8.67 8.87 8.86 8.64 WM 4.50 4.50 4.50 4.50 4.50 WW+T ##1 620.10 690.10 780.00 718.50 689.70 WD+T ##1 581.50 656.90 736.10 676.80 610.50 TARE ##1 133.10 324.00 369.00 383.00 130.70 MOIST #1 8.6 10.0 12.0 14.2 16.5 MOISTURE 8.6 10.0 12.0 14.2 16.5 DRY DEN 108.6 113.8 117.1 114.5 106.6 Max dry den= 117.0 pcf, Opt moisture= 12.2 01 Dversize Correction Not Applied DYESS-PETERSON TESTING LABORATORY, INC. _------- ■�■iiii■■iiiiiiii■i►iiiiii�i i■�iiiii■i■■i■ii■iiii■iiiii■iii ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ., iiiiiiiiiiii■■■■iiiiiiiiii■iii Classification TEST RESULTS MATERIAL DESCRIPTION .- - ..Clay Reddish Brown SandyI Lean Project .. Project: Delta Airport Consultants, Inc. Location: Lubbock International Airport Runway 17R-35L Exit Taxiway - - . Lubbock,I Date: .. Remarks: Subgrade Material from T Boring Location #2 - - . .. :,-..- MOISTURE -DENSITY TEST DATA DATA FILE: 301 PROJECT DATA gate: 5-30-2002 Project no.: 2064 Iroject: Delta Airport Consultants, Inc. ,ocation 1: Lubbock International Airport Runway 2: 17R-35L Exit Taxiway - Lubbock, Texas 7emarks 1: Subgrade Material from _ Boring Location #2 j: Material 1: Reddish Brown Sandy Lean lescription 2: Clay elevation or depth: Fig no: 2708-B ------------------------------------------------------------------------------ SPECIMEN DATA fSCS classification: CL AASHTO classification: Jatural moisture: Specific gravity: 2.66 Percent retained on No.4 sieve: lercent passing No. 200 sieve: 52.2 ,iquid limit: 27 Plastic limit: 15 Plasticity index: 12 ------------------------------------------------------------------------------ TEST DATA AND RESULTS Type of test: Modified, ASTM D 1557-91 Procedure A 140 130 120 110 100 90 2.5 ZAV SpG 2.66 7.5 12.5 17.5 POINT NO. 1 2 3 4 5 WM + WS 8.41 8.89 9.10 8.96 8.50 WM 4.50 4.50 4.50 4.50 4.50 WW+T #1 649.40 680.10 821.90 794.10 643.20 WD+T #1 617.30 657.60 775.50 749.50 591.40 TARE #1 131.50 384.50 317.60 383.30 226.10 MOIST #1 6.6 8.2 10.1 12.2 14.2 MOISTURE 6.6 8.2 10.1 12.2 14.2 DRY DEN 110.0 121.7 125.3 119.3 105.1 Max dry den= 125.4 pcf, Opt moisture= 9.9 )versize Correction Not Applied DYESS-PETERSON TESTING LABORATORY, INC. ------------------- ■■■■■ ri■■■■ ■■■■■ ■■w■■ ■■■■m ommm ■■0101 ■®■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ., ■■■■■■■■■■■■■■■■■■■i■■■■■■■■■■ TEST RESULTS MATERIAL DESCRIPTION CUOBrownI .. -Sandy-. ReddishClassification Project .. Delta Airport Consultants, Inc. Location; Lubbock International Airport Runway Lubbock,17R-35L Exit Taxiway - Date: .. Remarks: Subgrade Material from BoringProject: No. 2708-C • :.- ..Fig, ," Date: Project no.: Project: Location 1: 2: Remarks 1: 2: 3: Material 1: description 2: Elevation or depth: Fig no: MOISTURE -DENSITY TEST DATA DATA FILE: 300 PROJECT DATA _ 5-30-2002 2064 Delta Airport Consultants, Inc. Lubbock International Airport Runway 17R-35L Exit Taxiway - Lubbock, Texas Subgrade Material from Boring #3 Location Light Reddish Brown Sandy Lean Clay 2708-C ------------- SPECIMEN DATA USCS classification: CL AASHTO classification: Natural moisture: Specific gravity: 2.66 Percent retained on No.4 sieve: Percent passing No. 200 sieve: 62.4 Liquid limit: 27 Plastic limit: 13 Plasticity index: 14 ------------------------------------------------------------------------------- TEST DATA AND RESULTS Type of test: Modified, ASTM D 1557-91 Procedure A 140 130 120 110 100 90 5 ZAV SpG 2.66 10 15 20 POINT NO. 1 2 3 4 5 WM + WS 8.23 8.68 9.04 9.02 8.62 WM 4.50 4.50 4.50 4.50 4.50 WW+T #1 512.50 873.80 839.80 781.30 663.30 WD+T #1 488.50 831.50 797.30 730•.50 607.90 TARE #1 129.90 320.20 387.40 318.00 226.00 MOIST #1 6.7 8.3 10.4 12.3 14.5 MOISTURE 6.7 8.3 10.4 12.3 14.5 DRY DEN 104.9 115.8 123.4 120.7 107.9 Max dry den= 123.3 pcf, Opt moisture= 10.9 Oversize Correction Not Applied DYESS-PETERSON TESTING LABORATORY, INC. BEARING RATIO TEST REPORT 200 180 ' 160 a 140 c 120 a r 100 c .0 80 r 0 r 0 60 w 0. 40 20 0 .'00/ 0 0.1 0.2 0.3 0.4 0.5 Penetration, in Molded Soaked CBR, (%) Lin. Pen. Swell Dens. % max moist Dens. % max moist 0.1 in 0.2 in Car. Sur. 1a 111.5 95.3 16.4% 5.4 7.0 0 10 2♦ 3■ MATERIAL DESCRIPTION USCS Max. Opt. LL PI dens. W.C. Reddish Brown Sandy Lean Clay CL 117.0 12.2 30 16 Project No: 2064 Test Descr./Remarks: Project: Delta Airport Consultants, Inc. Material to be used Location: Lubbock International Airport Runway as Pavement Subgrade 17R-35L Exit Runway - Lubbock, Texas Subgrade Material from Boring #1 Date: 6-03-2002 Location BEARING RATIO TEST REPORT DYESS—PETERSON TESTING LABORATORY. INC. Fig. No.: 2708D BEARING RATIO TEST PROJECT DATA Test No. 13 Project No. 2064 Droject: Delta Airport Consultants, Inc. ,ocation: Lubbock International Airport Runway 17R-35L Exit Runway - Lubbock, Texas Remarks: Subgrade Material •. from Boring #1 Location 'Iaterial description: Reddish Brown Sandy Lean Clay 'est description: Material to be used as Pavement Subgrade i7SCS Classification: CL ,iquid limit: 30 _)lasticity index: 16 Maximum dry density: 117.0 �., ►ptimum moisture content: 12.2 ,oad ring constant: 10.2 Fig. No.: 2708D Tate: 6-03-2002 sue+ MOLDED SPECIMEN DATA ?AGE 1 SAMPLE 1 Wt w+t= 503.0 Wt m+s= 22.00 lbs Wt d+t= 450.3 Wt mold= 9.25 lbs Wt tare= 129.9 Ht. soil= 6.00 in Moisture= 16.4% Dens.= 111.5 pcf DYESS-PETERSON TESTING LABORATORY, INC. BEARING RATIO TEST RESULTS & READINGS DATA Test No. 13 SAMPLE 1 RESULTS CBR Q 0.1 in = 5.4 CBR a 0.2 in = 7 Correction ( in ) = 0 -------------------------------------------------------------------------------- PEN. DIAL LOAD CBR (in) READING (psi) % 0.000 0.0 0.025 2.0 6.8 2.7 0.050 6.0 20.4 4.1 0.075 11.0 37.4 5.0 0.100 16.0 54.4 5.4 0.125 20.0 68.0 5.4 0.150 24.0 81.6 6.5 0.175 28.0 95.2 6.3 0.200 31.0 105.4 7.0 0.300 40.0 136.0 7.2 0.400 47.0 159.8 6.9 0.500 56.0 190.4 7.3 Test dry density= 111.5 pcf Penetration surcharge: 10 lbs ?AGE 2 DYESS-PETERSON TESTING LABORATORY, INC. MW= BEARING RATIO TEST REPORT 350 315 280 0 245 v c 210 0 M 175 L C .0 140 0 L 105 C a� 70 35 0 0 0.1 0.2 0.3 0.4 0.5 Penetration, in Molded Socked CBR, (%) Lin. Pen. Swell Dens. % max moist Dens. % max moist 0.1 in 0.2 in Cor. Sur. % 1• 118.7 94.7 12.0% 8.2 10.4 0 10 2• 3■ MATERIAL DESCRIPTION USCS OPc.t. LL PI dens. Reddish Brown Sandy Lean Clay CL 125.4 9.9 27 12 Test Descr./Remarks: Project No: 2064 Project: Delta Airport Consultants, Inc. Material to be used Location: Lubbock International Airport Runway as Pavement Subgrode 17R-35L Exit Runway - Lubbock, Texas Subgrade Material from Boring #2 Date: 6-03-2002 Location BEARING RATIO TEST REPORT DYESS—PETERSON TESTING LABORATORY, INC. Fig. No.: 2708E BEARING RATIO TEST PROJECT DATA Test No. 14 Project No. 2064 - r^ Droject: Delta Airport Consultants, Inc. I ocation: Lubbock International Airport Runway 17R-35L Exit Runway - Lubbock, Texas „„, Remarks: Subgrade Material from Boring #2 Location '4aterial description: Reddish Brown Sandy Lean Clay 'est description: Material to be used as Pavement Subgrade TJSCS Classification: CL squid limit: 27 elasticity index: 12 Maximum dry density: 125.4 Optimum moisture content: 9.9 ,oad ring constant: 10.2 Fig. No.: 2708E ,,.. ')ate: 6-03-2002 MOLDED SPECIMEN DATA SAMPLE 1 �., Wt w+t= 488.6 Wt m+s= 21.35 lbs Wt d+t= 450.3 Wt mold= 9.25 lbs Wt tare= 131.3 Ht. soil= 5.56 in Moisture= 12.0% Dens.= 118.7 pcf 0— F" ?AGE 1 DYESS-PETERSON TESTING LABORATORY, INC. BEARING RATIO TEST RESULTS & READINGS DATA Test No. 14 SAMPLE 1 RESULTS CBR Q 0.1 in = 8.2 CBR Q 0.2 in = 10.4. Correction ( in } = 0 -------------------------------------------------------------------------------- PEN. DIAL LOAD CBR (in) READING (psi) 0.000 0.0 0.025 6.0 20.4 8.2 0.050 10.0 34.0 6.8 0.075 17.0 57.8 7.7 0.100 24.0 81.6 8.2 _ 0.125 28.0 95.2 7.6 0.150 35.0 119.0 9.5 0.175 40.0 136.0 9.1 0.200 46.0 156.4 10.4 0.300 51.0 173.4 9.1 0.400 57.0 193.8 8.4 0.500 61.0 207.4 8.0 Test dry density= 118.7 pcf Penetration surcharge: 10 1bs ?AGE 2 DYESS-PETERSON TESTING LABORATORY, INC. 0 0--% BEARING RATIO TEST REPORT 200 180 160 a 140 C 120 0 100 c 80 0 L 60 c a� d 40 20 0 0 0.1 0.2 013 0.4 0.5 Penetration, in Molded Soaked CBR, (%) Lin. Pen. Swell Dens. % max moist Dens. % max moist 0.1 in 0.2 in Cor. Sur. % 1• 117.5 95.3 15.1% 4.1 5.0 0 10 2♦ 3■ MATERIAL DESCRIPTION USCS dens OptW.. LL PI Location 123.3 10.9 27 14 Test Descr./Remarks: Project No: 2064 Project: Delta Airport Consultants, Inc. Subgrade Material Location: Lubbock International Airport Runway from Boring #3 17R-35L Exit Runway - Lubbock, Texas Material to be used as Pavement Subgrade Date: 6-12-2002 BEARING RATIO TEST REPORT DYESS—PETERSON TESTING LABORATORY. INC. Fig. No.: 2708E +•. BEARING RATIO TEST RESULTS & READINGS DATA Test No. 16 SAMPLE 1 RESULTS CBR @ 0.1 in = 4.1 CBR @ 0.2 in = 5 Correction ( in ) = 0 -------------------------------------------------------------------------------- PEN. DIAL LOAD CBR (in) READING (psi) 0.000 0.0 0.025 3.0 10.2 4.1 0.050 5.0 17.0 3.4 0.075 8.0 27.2 3.6 0.100 12.0 40.8 4.1 0.125 17.0 57.8 4.6 0.150 18.0 61.2 4.9 0.175 19.0 64.6 4.3 0.200 22.0 74.8 5.0 0.300 25.0 85.0 4.5 - 0.400 30.0 102.0 4.4 0.500 34.0 115.6 4.4 Test dry density= 117.5 pcf Penetration surcharge: 10 lbs -------------------------------------------------------------------------------- PAGE 2 DYESS-PETERSON TESTING LABORATORY, INC. - ------------------------ BEARING RATIO TEST PROJECT DATA Test No. 16 Project No. 2064 Project: Delta Airport Consultants, Inc. Location: Lubbock International Airport Runway 17R-35L Exit Runway - Lubbock, Texas Remarks: Material to be used as Pavement Subgrade Material description: rest description: USCS Classification: :iquid limit: ?lasticity index: Maximum dry density: .)ptimum moisture content: :oad ring constant: Fig. No.. Date: Subgrade Material from Boring #3 Location 27 14 123.3 10.9 10.2 2708F 6-12-2002 MOLDED SPECIMEN DATA SAMPLE 1 Wt w+t= 610.4 Wt m+s= 22.11 lbs Wt d+t= 547.8 Wt mold= 9.25 lbs Wt tare= 133.6 Ht. soil= 5.81 in Moisture= 15.1t Dens.= 117.5 pcf ?AGE 1 DYESS-PETERSON TESTING LABORATORY, INC. A & L PLAINS AGRICULTURAL LABORATORIES, INC. 302 34th St. • RO. Box 1590 • Lubbock, TX 79408 • (806) 763-4278 02-154 -106 FAX (806) 763-2762 • www.al-labs-plains.com REPORT NUMBER CLIENT NO: 1321 SAMPLES SEND TO: GROWER: SUBMITTED BY: Dyess—Peterson Testing Labs, I DPT 0-611 ALI P.O. Box 30699 Amarillo, TX 79120— DATE: 06/05/02 SOIL ANALYSIS REPORT PAGE: 1 SAMPLE 1D LAB NUMBER ORGANIC MATTER % RATE ENR Ibs/A PHOSPHORUS POTASSIUM K ppm-K RATE MAGNESIUM Mg ppm-Mg RATE CALCIUM Ca ppm-Cs RATE SODIUM Na ppm-Ne RATE pH COMPUTED (Y% k9ray) ppn p tray) (sao v smy) ppm-P RATE SOIL pH BUFFER INDEX Cation PE SATURATION Exchange meCq.E ..g K Mg Ca H Na 1 18729 1.OL 50 14L 38M 372VH 359VH 3021H 101L 8.0 19.4 4.9 15.2 77.6 0.0 2.3 SAMPLE ID NITRATE NO3 "" P-"07N RATE SULFUR S ' "' ppm-S RATE ZINC Zn """ ppm-Zn RATE MANGANESE Mn ""* ppm-Mn RATE IRON Fe ""* ppm-Fe RATE COPPER CU "" ppm-Cu RATE BORON B "•" ppm-B RATE EX- CESS LIME RATE SOLUBLE SALTS mmhoslem RATE CODE TO RATINGS: VL = VERY LOW L = LOW M = MEDIUM H = HIGH VH = VERY HIGH NR = NOT RATED ND = NONE DETECTED 1 4VL BL 0.4VL 9L 9M 0. 9M 1.0M M 0.3L IS = INSUFFICIENT SAMPLE ENR = ESTIMATED NITROGEN RELEASE This report applies only to the sample(s) tested. Samples . are retained for a maximum of thirty days after testing. A R L PLAINS AGRICULTURAL LABORATORIES, INC. By: E. A. COLEMAN, PhD PHOSPHORUS - Multiply the results In ppm by 4.6 to convert to Ibs per acre P206 *" - Multiply the results in ppm by 2 to convert to Ibs per acre of the elemental form Multiply the results In ppm by 2.4 to convert to Ibs per acre K20 Most soils weld two (2) million pounds (dry weight) for an acre of soil 6-2/3 inches deep 2 wfa a ra ara .vnh ick rnfirlc ...a of n arvf ,....- ....: M reu... _ ...... rf in w,..........n narl ..........v the w,......... rarr iltr ....... rrnnn:.... .....w nrfv... np..wc .. nr ntl ''r. anrn mis"