Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2008-R0249 - Contract- Utility Contractors Of America LTD - Airfield Drainage Improvements - 07/10/2008 (3)
Resolution No. 2008—RO249 July 10, 2008 Item No. 6.7 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 xecute for and on behalf of the City of Lubbock, a Unit Price Construction Contract with Utility Contractors of America, Ltd of Wolfforth, Tx for Airfield Drainage Improvements. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this Toth ATTEST: Rebe ca Garza, City Secretary ED AS TO CON"" day of July , 2008. TOM MARTIN, MAYOR Jam Loomis, Transportation chi Public Works/ As stant City Manager APPROVED AST 011) 11 Amy Sims sist i orney ccdocs/Contract.Utility Contractors of America, Ltd.Res July 2, 2008 CITY OF LUBBOCK SPECIFICATIONS FOR LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT AIRFIELD DRAINAGE IMPROVEMENTS ITB #08-722-DD Contract # 8492 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thereproductioncompM.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 204, MUNICIPAL BUILDING 1625 13"H STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ITB# 08-722-DD, Addendum # I ADDENDUM # I ITB # 08-722-ITB Lubbock Preston Smith International Airport Airfield Drainage Improvements DATE ISSUED: June 17, 2008 CLOSE DATE: June 26, 2008 @ 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. Bidder's attention is invited to the Engineer's Addendum #1, attached. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddossli'mylubbock.us. THANK YOU, Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidders responsibility to advise the Citv of Lubbock Buver if anv lanauaae. reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the reauirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. #ITB-08-722-DDadl r ri ADDENDUM NQ.1 TO: All Prospective Bidders Plan Holders PROJECT: City of Lubbock Lubbock Preston Smith International Airport Airfield Drainage and Safety Mitigation Improvements DATE: June 16, 2008 PSC Job No: 01270507 This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated May 2008 as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. This Addendum consists of 2 page(s), Bid Submittal, Sheet E-101R, and a Miscellaneous Details Sheet. 1. CHANGES TO PROJECT MANUAL: lJ A. BID SUBMITTAL — Delete in its entirety and replace with the attached. B. Section 01025 —MEASUREMENT AND PAYMENT 1. 1.1 CONTRACTOR MOBILIZATION/DEMOBILIZATION a. Add the following: "Two (2) Icom America, Model IC-A5, with AC charger, DC L charger, carrying case, flexible antenna, headset adapter cable, and two (2) 760 mAH heavy rechargeable battery packs. i b. Removal of steel drum from 36" RCP culvert, drum lodged approximately 300 feet inside of the 1,100 ft. culvert." 11. CHANGES TO DRAWINGS A. Sheet C-502 1. Increase diameter of Lift Station #2 from 6' to 8'. B. Sheet E-101 4. Riser Diagram a. LS#1, Keyed Noted No. 4 shall indicate NEMA 3R instead of NEMA 4X. b. LS#1, Refer to Revised attached Riser. 2. Rack Detail a. The disconnect shall be NEMA 3R. III. MISCELLANEOUS ITEMS A. Electrical —Contractor shall contact LP&L (attn Mr. Terry Sweat) to receive a quote for cost of providing electrical service to the site as this cost shall be included in the LS bid item for electrical services. B. Contractor is responsible for providing means of removal of standing water in the Playas) —"if any" in order to complete the work as identified. PARKHILL, SMITH & COOPER, INC. Engineers • Architects • Planners l 4222 85th Street, Lubbock, Texas 79423 1 Phone (806) 473-2200 Fax (806) 473-3500 LLL Lubbock ElPaso Midland Amarillo Odessa Addendum No. i Page 2 June 16, 2008 C. Two of the three Combination Air/Vac Valve structures are in the object free area, and these need to be aircraft rated structures. D. Misc. Details Sheet, Please find revised sheet which shows new culvert layout on sheet C-207, and misc. Details regarding Additive Alternate no. 2. Revised detail for drop area inlet as shown on this sheet will be for this culvert only. E. Revegetation of site shall include both channels and FM trenches which have been disturbed. F. Section 02665-Item 2.1--Contractors who wish to slick bore the force mains in lieu of trench excavation and backfilling may do so by using Certaineed Certaloek piping. Contractor is still responsible for all utilities, proper backfilling of bore pits, and steel casing shall be installed as shown on the plans. G. Section 02665-Item 2.6 (E)-2" Combination AirNac valves shall be rated for wastewater service. END OF ADDENDUM NO. 1 .. C 0E r �4t Respectfully submitted, i•*::... '` i PARKHILL, SMITH & CQQ R. INC. BRIAN kol_ Si&E ENS ..... ..:.. 9201551 its\%/X7; ONA`OaN ze Receipt of this addendum shall be acknowledged by the Bidder, below and off the bid Proposal This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: PARKHILL, SMITH & COOPER, INC. Engineers • Architects - Planners 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa RISER DIAGRAM - LS#2 NO SCALE 1 EXISTING 120/208V, 30 UTILITY TRANSFORMER. PROVIDE ADDITIONAL METERING EQUIPMENT FOR THE NEW STATION. 2 20OA/3P, NEMA 3R, DISCONNECT. FUSE AT 125A. 3 60A/3P, NEMA 3R, DISCONNECT. FUSE AT 60A. 4 45 KVA DRY TYPE, STEP UP, TRANSFORMER 208V DELTA : 277/480V WYE. PROVIDE AN ENCLOSED TRANSFORMER RATED FOR OUTDOOR APPLICATIONS. 5 (4)-#1 AWG IN 1 1/4" CONDUIT. PROVIDE A NEUTRAL -GROUND BOND AND EXTEND TO THE GROUNDING ELECTRODE SYSTEM. 6 (3)-#4 AWG + #4 GND IN 1 1/4• CONDUIT. 7 (4)-#4 AWG IN 1 1/4A CONDUIT. PROVIDE A NEUTRAL -GROUND BOND AND EXTEND TO THE GROUNDING ELECTRODE SYSTEM. 8 (3)-#1 AWG IN 1 1/4• CONDUIT. 9 #6 AWG. ■rsrarrrrrrrrarrr■ ■rrnaarrrrrrrrrrr PROJECT NAME: AIRFIELD DRAINAGE AND SAFETY MITIGATION IMPROVEMENTS SHEET: E-101 R ■uoaarrurrsaur rrsrwsaruarrsrrrr ■uurrrurrrrao■ PROJECT ADDRESS: LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ISSUE DATE: 06-10-08 :P It LUBBOCK, TX REVISIONS: ■•■■■ �• • �• PSC PROJECT : 2705.07 rr rrsr. a rr raorurtrirodo rsrrrurrrrroor■ Mm i �g r W= 0 DI E G Ed r, I I I IIg ('�Id M.qt-llR-TIllTttllW��ptt�MO[\[+.1 bwY iS K-A FBI ) City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ITB- 08-722-DD, Addendum # 2 ADDENDUM # 2 ITB-08-722-DD Lubbock Preston Smith International Airport Airfield Drainage Improvements June 19, 2008 June 26, 2008 @ 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. Bidder's attention is invited to the Engineer's Addendum #2, attached. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss@mylubbock.us. mylubbock.us. THANK YOU, Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It ' shall be the bidders responsibility to advise the City of Lubbock Buyer if any language, t 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 Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. IITB- 08-722-DDad2 i - ' mfrrrrrrufrrru i��iiei�Rlflt Miff■■f�� If1r1h1N M�l��ll�flrl frrrrrrrrU frf i r i'e•r� �� i all a— riiurrrrrrrurw ADDENDUM NO.2 TO: All Prospective Bidders Plan Holders PROJECT: City of Lubbock Lubbock Preston Smith International Airport Airfield Drainage and Safety Mitigation improvements DATE: June 19, 2008 PSC Job No: 01270507 This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated May 2008 as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. This Addendum consists of I page, and Item T-901 attached. 1. CHANGES TO PROJECT MANUAL: A. Section 02920 — LAWNS AND GRASSES 1. Delete this Section in its entirety and replace with the attached Item T-901 Seeding. END OF ADDEND NO. 2 OF �kgstwo 1 k : *t! Respectfully submitted, BRIAN M. STPHENS PARKHILL, SMITH & CO PER, INC. 92015 N`.?�n�'��� B r t�ps�•...... 1 ONAL trN:. Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal, This entire addendrnn, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By. / [ 1 PARKHILL, SMITH & COOPER, INC. Engineers - Architects • Planners h 4222 85th Street, Lubbock, Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa Modifications to ITEM T-901 SEEDING Item T-901, Seeding, of the project specifications shall be modified as follows: I . Paragraph 901-1.1- Delete this paragraph and insert the following: "This item shall consist of soil preparation, seeding and fertilizing the areas as directed by the Engineer in accordance with these specifications. Areas of soil preparation, seeding and fertilizing under this item shall include, but not be limited to, unpaved areas within the limits of grading as shown on the plans or as designated by the Engineer, any areas of existing turf disturbed during construction, excavated areas, Contractor haul routes or travel paths, and Contractor plant and office areas, and stockpile areas." 2. Paragraph 901-2.1 SEED - Add this sentence at the beginning of the first subparagraph: "Seed shall be labeled and shall meet the requirements of the Texas seed law." 3. Paragraph 901-2.1 SEED - Delete the third and fourth subparagraphs and insert the following: "The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10.000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. QUANTITY OF PURE LIVE SEED COMMON NAME SCIENTIFIC NAME FOR MIXTURE Green Sprangletop Leptochloa dubia 4.0 Ibs/acre Sideoats Grama Bouteloua 8.0 lbs/acre (El Reno) curtipendula Blue Grama Bouteloua gracilis 10.0 lbs/acre (Texas Grown) Buffalograss Buchloe dactyloides 6.0 lbs/acre (treated) Common Bermudagrass 16.0 Ibs/acre (hulled) Rye (temporary cover crop) 60.0 lbs/acre Seeding shall be performed during the period between January 15 and June 15, inclusive, unless otherwise approved by the Engineer. Payment will not be made for soil preparation seeding and fertilizing prior to planting and establishing an acceptable stand of Brass." 4. Paragraph 901-2.2 LIME - Delete this paragraph. 01270507 901 -a 06/08 ADDENDUM NO.2 F, 5. Paragraph 901-2.3 FERTILIZER - Delete this paragraph and insert the following: "901-2.3 FERTILIZER. All fertilizer shalt be delivered in bags or clearly marked containers i showing the analysis, name, trademark, and warranty. Fertilizer shall be free flowing and uniform (-j in composition. Fertilizer is subject to testing by the State chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 16-20-0 or 16-8-8 (representing respective percentages of nitrogen, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists, and shall be spread at a minimum rate of 400 pounds per acre. - Fertilizer composition and rate of application shall be as recommended by the fertilizer manufacturer for the seed planted and allowing for local soil conditions, and shall be approved by the Engineer prior to application." rill 6. Paragraph 901-3.2 DRY APPLICATION METHOD - Delete subparagraph (a) LIMING. Application of lime will not be required under this item. 7. Paragraph 901-3.3 WET APPLICATION METHOD - Delete all references to lime application. Application of lime will not be required under this item. Fertilizer shall be uniformly applied at a rate specified in Paragraph 901-2.3. Li 8. Paragraph 901-3A MAINTENANCE OF SEEDED AREAS - Add the following: "The Contractor shall be responsible for watering and maintaining seeded areas for a minimum period of 45 calendar days after seeding, or until establishing an acceptable stand of grass, unless otherwise directed by the Engineer." 9. Paragraph 901-4.1 METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: "901-4.1 The quantity of soil preparation, seeding and fertilizing to be paid for under this item shall be lump sum completed and accepted, on the ground surface within the limits shown on the drawings or as directed by the Engineer." 10. Paragraph 901-5.1 BASIS OF PAYMENT - Delete this entire paragraph and insert the following: "901-5.I Payment shall be made at the contract lump sum price for soil preparation, seeding and fertilizing. This price shall be full compensation for furnishing and placing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment for this item will not be made prior to planting and establishing an acceptable stand of grass. Payment will be made under: Erosion Prevention (Seeding and Watering to Produce Stand of Grass as Specified) Complete in place, per lump sum." 01270507 901 - b 06/08 ADDENDUM NO.2 3 4/25/2005 AC 150/5370-1OB ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding j 1 the areas shown on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 901-2.1 SEED The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. A-A-2671. 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. Seeds shall be applied as follows: Seed Minimum Seed Minimum Germination Rate of Application Purity (Percent) (Percent) lb./acre (or lb./1,000 S.F.) Seeding shall be performed during the period between j 1 and j 1 inclusive, unless otherwise approved by the Engineer. 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 10% of magnesium oxide. Lime shall be applied at the rate of j 1. 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. A-A-1909 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 1 commercial fertilizer and shall be spread at the rate of j j. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large T 901-1 4/25/2005 AC IM370-IOB r, 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 2 inches (50 nun) in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly Ioosened and worked to a depth of not less than 5 inches (125 min) as a result of grading operations and, if immediately prior to seeding, the top 3 inches (75 min) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125 mm). Clods shall be broken and the top 3 inches (75 min) 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 that have previously been prepared as described above. The lime shall then be worked into the top 3 inches A (75 min) 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 that will provide not less than the minimum quantity stated in paragraph 901-2.3. F, tj 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. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. T 901-2 t__a 4/25/2005 AC 150/5370-1OB 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 that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (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 case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet (I5 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 1' liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. 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 that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches (8 cm), after which the 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 that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by 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. T 901-3 4/25/2005 AC 150/5370-1OB 901 3A 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. 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. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of the area seeded. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of units [1,000 square feet (square meters)][ acres (square meters)] measured on the ground surface, completed and accepted. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per 11,000 square feet (square meters)]laere (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 will be made under: Item 901-5.1 Seeding —per 11,000 square feet (square meters)][acre (square meters)) MATERIAL REQUIREMENTS ASTM C 602 Agricultural Liming Materials ASTM D 977 Emulsified Asphalt FED SPEC A-A-1909 Fertilizer FED SPEC A-A-2671 Seeds, Agriculture END OF ITEM T-901 T 901-4 CITY OF LUBBOCK SPECIFICATIONS FOR LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT AIRFIELD DRAINAGE IMPROVEMENTS ITB #08-722-DD Contract # 8492 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://vr.thereproductioncoMpgny.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas PAGE INTENTIONALLY LEFT BLANK CITY OF LUBBOCK INVITATION TO BID • TITLE: LUBBOCK PRESTON SMITH INTERNATION AIRPORT AIRFIELD DRAINAGE IMPROVEMENTS BID NUMBER: ITB-08-722-DD ACCOUNT NUMBER: 92022.8304.30000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE PAGE INTENTIONALLY LEFT BLANK t Public Works Contracting Office l Contractor Checklist for ITB # 08-722-DD t..,, Before submitting your bid, please ensure you have completed the following: `� 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black in k nk or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts y written in words shall govern. Include corporate seal and Secretary's signature. Identify r addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL } SECURITY number. 2. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 3. `/ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. -f 4. '/ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 5. Complete and sign the Disadvantaged Business Enterprise Utilization form. 1 - 6. Complete and sign the Disadvantaged Business Enterprise Letter of Intent. i 7. Complete the Disadvantage Business Enterprise Bidder's list. 8. Complete the Equal Employment Opportunity Employee Information Report. 9. Complete and sign the Buy American Certification. 10. Read and sign the Davis- Bacon Certification of Eligibility. g g t3.' 11. Read and sign the Nonsegregated Facilities Certification. 12. Read and sign the Trade Restriction clause. 13. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 14. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 15. Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late bids will not be accepted. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Vki k t t„atacix, of t�y� , I Ltd. (Company / Firm Name) INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - UNIT PRICE 4. INSURANCE REQUIREMENT AFFIDAVIT 5. SAFETY RECORD 6. SUSPENSION AND DEBARMENT CERTIFICATION 7. EEO EMPLOYEE INFORMATION CERTIFICATION 8. BUY AMERICAN CERTIFICATION 9. DAVIS - BACON CERTIF ICATION OF ELIGIBILITY 10. CERTIFICATION OF NONSEGREGATED FACILITIES 11. TRADE RESTRICTION CLAUSE 12. DBE CONTRACTING REQUIREMENT 13. PAYMENT BOND 14. PERFORMANCE BOND 15. CERTIFICATE OF INSURANCE 16. WORKMAN'S COMPENSATION COVERAGE CHECKLIST 17. CONTRACT 18. GENERAL CONDITIONS OF THE AGREEMENT 19. DAVIS BACON WAGE DETERMINATIONS 20. FAA MANDATORY CONTRACT PROVISIONS 21. FAA GENERAL PROVISIONS 22. SPECIAL PROVISIONS 23. TECHNICAL SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK NOTICE TO BIDDERS r- PAGE INTENTIONALLY LEFT BLANK MKOTIIWN0110i: 10311 IXI ITB #08-722-DD Sealed bids addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the Public Works Contracting Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 p.m. on June 26, 2008 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: LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT AIRFIELD DRAINAGE IMPROVEMENTS After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Buyer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the Public Works Contracting Office at the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 p.m. on June 26, 2008 and the City of Lubbock City Council will consider the bids on July 24, 2008 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 a current Best Rating of A 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 ten (10) business 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. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's 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 June 11 2008 at 1:00 P.M. in the Ambassador Room at Lubbock Preston Smith International Airport, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thergproductioncowany.con-l/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made payable to The City of Lubbock, and will be refunded if documents are returned in good condition within Six days of the opening of Bids. Additional sets of plans and specifications may be obtained at the bidder's expense. - CONTINUED NEXT PAGE - 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 Public Works Contracting Office 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, it is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds. All bidders shall make good faith efforts, as defined in Appendix A of 49 CFR - Part 26 to subcontract N/A percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). Details of such requirement are contained in the specifications. The proposed contract is subject to the Buy American provision under Section 9129 of the Aviation Safety and Capacity Act of 1990. Details of such requirement are contained in the specifications. F11 The Proposed contract is under and subject to Executive Order 11246 and the Equal Opportunity Clause. The bidder's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications, and the Notice of Requirement of Affirmative Action to Ensure Equal Employment Opportunity set forth in the specifications. The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract and to notify prospective subcontractors of the requirement. The certification is contained in the specifications. 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 require special assistance, please contact the Public Works Contracting Office at (806) 775-2168 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK ' , • GENERAL INSTRUCTIONS TO BIDDERS PAGE INTENTIONALLY LEFT BLANK ' GENERAL INSTRUCTIONS TO BIDDERS 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish LUBBOCK PRESTON SMITH INTERNATIONALL AIRPORT AIRFIELD DRAINAGE IMPROVEMENTS per the attached specifications and contract documents. Sealed bids will be received no later 1: 00 p.m. on June 26, 2008 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 #08-722-DD LUBBOCK PRESTON SMITH INTERNATIONALL AIRFIELD DRAINGE IMPROVEMENTS" 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: Darlene Doss - Buyer City of Lubbock, Public Works Contracting Office L1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. 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 the 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. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held on June 11, 2008, at 1:00 P.M. in the Ambassador Room at Lubbock Preston L Smith International Airport, 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. Ll 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at http://www.RFPdgpot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 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 Public Works Contracting Office. At the request of the bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdoot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE ri I.3 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 Public Works Contracting Office no later than five (5) 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 Public Works Contracting Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 1 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. 3 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 Buyer and a clarification obtained before the bids are received, and if no such notice is received by the Buyer 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 H the work in accordance with these plans and specifications. If bidder does not notify Buyer 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. BID PREPARATION COSTS 5.1 Issuance of this Invitation to Bid (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. 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. 1 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open 17 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 4 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. 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 in 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 permits competitive bids. It shall be the bidder's responsibility to advise the Buver if anv lanQuaae. reauirements. etc.. or anv 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 Public Works Contracting 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: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office - 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 4 i Email: ddoss@mylubbock.us RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 210 (TWO HUNDRED TEN) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 J 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. 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 contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. F1 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 i 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, it's 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, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK 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 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 Contractor's expense. 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. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall y 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 FJJ 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 coverage's shall be submitted before 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 A PRIMARY 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 h, BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of 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: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 7 i 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.1.3 A longer workweek is authorized under Section 01140 — Work Restrictions of the specifications. 26.2 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 Owner's Representative. 26.3 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. 27 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. ._ 28 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. 29 PREPARATION FOR BID 29.1 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 ■ City of Lubbock Insurance Requirement Affidavit ■ Safety Record Questionnaire ■ Suspension and Debarment Certification ■ Certification regarding Employee Information Report EEO-1 Buy American Certification 30 ■ Davis- Bacon Certification of Eligibility ■ Certification of Nonsegregated Facilities ■ Trade Restriction Clause ■ DBE Utilization Form ■ DBE Letter of Intent ■ DBE Bidder's List ■ Bid Bond ■ Background Questionnaire 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 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 Lubbock Preston Smith International Airport Airfield Drainage Improvements 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 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. 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 (d) Debarment Certification (e) EEO Certification (f) Buy America Certification (g) Davis- Bacon Certification (h) Nonsegregated Facilities Certification (i) Trade Restriction Clause 0) DBE Contracting Requirement (k) Safety record Questionnaire (1) Statutory Payment and Performance Bonds 6 i ` (m) Insurance Certificates for Prime Contractor and all Subcontractors (n) Contract (o) General Conditions of the Agreement (p) FAA Mandatory Contract Provisions (q) FAA General Provisions (r) Special Provisions (t) Technical Specifications (u) 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. 31 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 bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or 1 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 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) 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. 9 (e) A letter, on the Prime contractor and subcontractor insurer's letterheads, stating the Workman's Compensation Insurance Rating for the Prime and all subcontractors, including any subcontractors added after the contract has been awarded. (f) A sworn statement of the current financial condition of the bidder. (g) Equipment schedule. Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BID AWARD (u, 32.1 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 l " discretion. 32.2 The City reserves the right to accept the Total Base Bid and Alternate Bids in any order or combination that serves its best interests. The low bid shall be determined on the price combination of the Total Base Bid and any accepted Alternate Bids or Options. 10 32.3 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. 32.4 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. 32.5 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. - 3 32.6 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all ' other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. } 32.7 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. 32.8 The successful bidder must satisfy the City as to the bidder's ability to perform the work and meet all contractual obligations set forth in the contract to be executed. 33 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS 33.1 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. El 33.2 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. 33.3 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 to submit the following information with its bid as a condition of responsiveness: 1. DBE Utilization form , 2. DBE Letter of Intent; 3. DBE Bidder's List 4. If the goal is not met, evidence of good faith efforts { , 33.4 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://-Durchasing.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." I 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. 33.5 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: Bruce MacNair, Public Works Contracting Officer, 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. 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. 33.6 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. 33.7 Certification The DEBLO will submit any request for certification and/or information regarding certification to TxDot. TxDot serves as the regional Unified Certification Program Administrator for Lubbock. For information about the certification process or to apply for certification, firms should contact: Kelly Campbell, Deputy Director Finance and Administration, Upgrade Airport Flight Information Display System (FIDS), Rt. 3 Box 389, Lubbock, Texas 79403, 806/775-3126, kcampbell@mail.ci.lubbock.tx.us. 33.8 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 71' St., t 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 a firm if DOT has determined that our denial of its application was erroneous). 33.9 "Recertification" 12 The Citywill review the eligibility of DBEs that the City might have certified under former part 23, to g Y make sure that they meet the standards of Subpart D of part 26. In order to comply with requirements of re -certification each currently certified DBE the airport works with will be required to comply with the requirements of the UCP. For firms that the City has certified or reviewed and found eligible under part - 26, the City will review their eligibility every five years following the date of their certification in accordance with UCP rules and regulations. : 33.10 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 bidder's list approach to calculating overall goals. The bidders list will include the name, address, DBE/non-DBE status, age, and annual gross receipts of firms. 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. 33.11 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. FJ The City will perform interim audits of contract payments to DBEs. The audit will review payments to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds the dollar amounts stated in the schedule of DBE participation. 34 Veteran's Preference The City shall include in all contracts for work on any project funded under the grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Veterans of the Vietnam era and disabled veterans as defined in Section 47112 of Title 49, United States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 35 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. 13 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. -" 36 Non Discrimination Clause LJ 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. 1 37 Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from 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. 38 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 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 p 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. 39. ANTI —LOBBYING PROVISION �d 14 39.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 39.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 15 BID SUBMITTAL PAGE INTENTIONALLY LEFT BLANK 1 "REVISED" BID SUBMITTAL UNIT PRICE.'. BID CONTRACT DATE: PROJECT NUMBER: ITB# 08-722-DD - LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT AIRFIELD DRAINAGE IMPROVEMENTS Bid of _ yti 4a t, k' "i'.. l,td. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called O,,vner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a LUBBOCK PRESTON SMITH INTRNATIONAL AIRPORT AIRFIELD DRAINGE IMPROVEMENTS, having carefully examined the plans, specifications, instructions to bidders. notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. Estimated Item Quantity No. & Unit Description of Item Total Amount I LS tvlobilizatoniDeinobilizatior/Staging Areas, and miscellaneous Items, per lump SUM. TOTAL BID ITEM .#I _F,--N1Lftu A D.i" $40,=!* /LS ( 40.M ) (t:nit Price Amounts :hail tv shown own in hoth %%erds and nurnerats. In case ordiscrepaney. the amount shown in :cords ,hall ,>overn ) 2. 1 LS Stormwater Pollution Prevention Plan and Erosion Control measures as speci tied or as required, per hump sum. �o 'fU"1':%I. BID 1"fi-.:1,4'?2 IJ.u, rt.'a,t I'rict A : m r!\ :; a, t_ :u;•11 zn bc,h :.orals .ind numernis. In case of d,m:repancp. Vic amount ,himn ,...rrd-. s.,a! 3. 670 H: Installation of 6-inch SDR 26 force main, per linear foot. TOTAL BID ITEM 43 Tm6 DA,,,, $ - 12.!_F f fg,144.w ) (t', t I`:ct ai.:o tau. ?•.tit tr. ,t mn un node aof-A and rmncrak Ir. case ui dcxrc anct.. 'hr amount ,h .,,n n, aor,!. Axali wcern } Bidders Initials t' I Item Estimated tio. Quantity R Unit Description of Item 'Total Amount 4, 4.066 I.F Installation of 8-inch SDR 26 force main, per linear foot. TOTAL BID ITEM #43_a,d W6a $1fi." !I.F ( u qW.' 1 (Gnrt Price Amounts shall he shotvt m both words and numerals. In case of d.scrcpaticy. `w an.oi nt shotwt in words shall govern.) 5, 5,410 LF heavy polyethylene warning tape, per linear foot. TOTAL. BID ITEM #5 6 Gvrhs $0•�� ;LF(� 541." ) (Unit Price Amounts shall he shown fit hoth words and nuq?crals In case of discrepancy, the amount shown in words shall govern.) 6. 1 TON C IS i Ductile Iron Fittings, per ton. TOTAL BID ITEM #6 9-f W,,W bAw+ $koo!* i CON( 4,900) (Unit Price Amounts shall be shown in both words find numerals- In case of dtscrepa ncy. the amount shown in words shalt govern.) 7. 3 EA Installation of 2-inch Combination Air Valve and Structure, per each. M TOTAL BID ITEM #7 wr or.tiwwit �ial{art _ $_ EA ( 4-ow.. _} (Unit Price Amounts shall he shown in both words ;and numerals in case ofdiscrepancy, the amount shown in words shall govern ) 8. 1 LS Tie proposed force mains to existing area inlet structure, complete in place, per lump sutra. TOTAL 131D ITEM #8 Silt WuAwfa Qd1a.t $ t".#* ;LS ( LOO- ) (Unit Price Amounts shall he shown in both words and numerals. In case of discrepancy. the amount shown in words ::hall govern.) 9. 2 EA Installation of Pump Station, including structure, grading, pumps, rails floats and valves, complete in place to make complete and working lift stations per each. TOTAL BID ITE M #9C�4 V*,y w4 t,M +1-C*u%*4,A 0916-4 t'io.t;,eav- " EA (7ho 4 uoo $ . ! ((.nit Price Atnounts:,hall ih ,hown in both mortk and ntanrr.ds (e cast ofJisrr^,uact. nc�.nrowa.Ixrvn m :mxJs sl?ali gccem.) 10. 2 EA Installation ufStorm Water Inlet structure, complete in place per each. TOTAL, BID ITE'VI #10. .110411.1.4 0►N-In :EA ( 4,4!W' t i -tat puree Arnounts > at : 'boo r at Froth n rd, and ^-micros Ira Case of e t„a:i} tht inno.nn .hown in cords ::aa (1)%ern (� 13idder's Initials Item Estimated 'vo. Quantity & Unit Description of Item Total Amount if. 660 LF Installation of 15-inch SDR 26 Inlet line, complete in place per linear foot. TOTAL BID ITEM 911 Ihitr� QOUiw( $ 30 00 ;LF ( 19ja0,00 ) Wmt Price Amounts shall be shown in')oth words and numamis- In case oi' discrepancy, the amount sbuwn ut words :,hall got ern.l 12. 229 LF 10" Steel Casing in bore, complete in place per linear foot. TOTAL BID ITEM # 12 Q,& I „dred 0+14n $ 100." I.F r ZZ, qty. ) (Unit Price Amounts shall be shown in both words and nt.nwrais. In case or discrepancy the amount shown in words shall Govern-) 13. 940 LF 16" Steel Casing in bore, complete in place per linear foot, TOTAL BID ITEM At 13_0A j $ los 410 rLF ( ~ ) ((hut Price Amounts shall be shown in both words and numerals. In case ordiscrepancy. the amount shown in words shall govern ) 14, 1 LS Channels to intake structures of pump stations, complete in place per lump sum. ro—f m. BID ITEM A14 "- IRg* T6..»..A Docv, $we•K. � Won Price Amounts shall be shown in both words and numerals ]it case ordtscrepanc, the anmwu shown in words shall govern } 15_ 2 EA Electrical including power service to both lift stations, and all equipment, materials, and labor to have two complete and working fill staliorls, per each. TOTAL BID ITEM #15 ( y-Ftt,r i..,,.-A 0,&n $' Stt.aD," !EA f 10+00o.°' } (Unit Price Amounts shall be shown in both words and numerals In case orC ismpancy. the amount ;hown in words shall govern ) 16. 1 LS Erosion Prevention (seeding and watering to produce stand of'grass as specified complete in place), per lump sum. TOTA1, B11) ITE'i,t # 16 F tsut.nA 4.vt r .o S_ L [ S r 50 abut Price Amount:; until he shown in both worth and morwr iN h Cane Ott r rare.._.: amour...Lown in t.wd, ,!„tts •oicn• , I 1 FA Area inlet, complete in place, per each, 1() ['A 1. B I n 11'[: 41 # 1 So& aw ...d.rl TLti. #..H Qskb.s --__-- - —$ I!►1� .s' o• EA( 1! Ili. i turru :.h t i lti :; oa•n in both ;u;rds all,' ra 7 .ais to t of : csire; .u-u _ a,ac grit tir.o:vn :n • nrds .h:rr° i_ott rn __ t✓ Ridder's Initials Item Estimated No. Quantity & knit Description of Item Total Amount 18. 1 EA 16-inch culvert headwall with grating as specified, complete in place per each. TOTAL BID ITEMl8 ( knit Price Atnoanis shall he shown in faith «ords and numerals In case ol'discrepancy, the anntunt shown :n %vords shall got ern.) 19. 1 LS Furnish and install Trench Protection system as required by OSHA 1926 Subpart P, complete in place per hump sum. ToTAL BID ITEM #l9 .1w..+� Et�nt i�vwM.� Q►tlwrt $'SErsOR.�. iLS( St50e `) (Unit Price Amounts shall br shown in both words and numerals. In case ot'discrepancy, the amount :ihown in words shall govern.) TOTAL SASE ITEMS #1 - 19 : b1A"I'ERIAL5:T-r- L, . ,,'Ttwc.wA �%.tltitt $ 31o�ooa.�e LAt1oR:Tt�,.. �. ads �v�tr`r►�,ae«Jl �.ra.44�J.r� Nt��,-'�w• 4•�•in � 3'14 -�az... TOTAL BASE BID ITEMS (Amounts shalt be shown in both words and numerals. In case ot'discrepancy- the .+mount shown in words hall gmem) ADDITIVE OPTION #1 A-1. I I's Regrade playa bottom its shown on plans to promote drainage, complete in place per. lump sum. " TOTAL. BID ITEM #A-lCl- .,a.�j St4.*-,-oy,Tww.,L �15. ., `I'S( t'1S.dAa) (Unit Price Amounts shall he shown in both words and numerals. In case uCdiscrepancy. the amount shown in Hord; %hall govern-) TOTAL BASE WITH ADDITIVE OPTION #I: ;MATERIALS' Tha &..Ir+� T _1•; T„t,� �•�•�,d ►},�,,,. $ ;zit 0" -" LABOR: BOR: 9''N 4A `jkhj SSa~-1irrvmma ii.J.NA gueb ._ Twu 111ta[t $ yet 142. TOTAL BASE BID WITH ADDITIVE OPTION #I: l�tt�.fr.J (`t �-k+�s�(�rus t t-�$ VA oit,'' (Amounts shall la: shown in both wol and metals. Iti Sase of discrcpancic. the amount shown in Lvords shAl r vvent) ilVr. WwMtA (t►4-.%-T" NILn ADDITIVE OPTION #2 ;k-1. 3.776 IT 4" PVC with 3 1-L4 inner duct, complete in place per linear foot. 101 Al, BID I IT -_GI tt v ':, e ,lo`�.�.,th ;sir, . � �'U:vi; :r ._nib .aui ; .� nl aun.u,ii; Et• t..,.. j, .:..� , a a..rt ....t : i.t -'+ . . zv .: s . �.-t:•:r ___O _J__ Bidder's Initials TOTAL BASE WITH ADDITIVE OPTION #2: Ga MATERIALS: T" liwb..i .)+Frr. N ,eur�w.t [i�il.•t $ 31$ t0oo,p4 LA BOR: -l�wse Fiinutt. - 1in.Kt A D.A.. $ iql too.", 7 IMAM t).+tas, _ � TOTAL BASE BiD WITH ADDITIVE OPTION $ 114T.04O." (Amounts %hail he shown in both words and nume-6— to case or discrepancy, the amount shown m words shah pmern? Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 210 (TWO HUNDRED TEN) 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 $1,000 (ONE THOUSAND) per 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 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. "fhe Bidder agrees that this bid shall be good and may not be withdrawn for a period of SIXTY (60) 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 (S%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (S ) or a Bid Bond in the sum of C.2 Dollars (S ), 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 ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. 1C✓ Bidder's initials Bidder understands and agrees that the contract to be etecuted by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance 4kith the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive scaled 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 St'B;tiI1TTAML FORPRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. _ I Date 4,04 Addenda No. �_ Date ikidtw - Addenda No. _ Date Addenda No. ^ Date bt/W BE Finn: Date: �� SA Author ednnSignature 11ri5 put _�_. (Printed or Typed Name) Company ill �& . _&%-.. Address tNtl P�.tl. IN{�.uk C!ty> County State Zip Code Telephone: & __.. - _ % __`13�0 Fax: % �- OW-Rclg FEDERAL TAX 1D or SOCIAL SECURITY No. 15- 2214M._..___.__.__�....__.__._._.._..._._ Woman I Mack American Nanve nmencan HispanicAmcrican MianPacific:lmerican Other (Specify) t CITY OF LUBBOCK 5 INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I. the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance AgentrBroke-r. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock. furnish a valid insurance certificate to the City meeting all of the requirements defined in this Invitation to Bid. i - t L!/ �. Cont tar Signat e) Y Contractor (Print) i CONTRACTOR'S FIRM NAME: i►IA&V i&-`a. ctcrc 'Ni h0yNi", kA' (Print or Type) ' CONTRACTOR'S FIRM ADDRESS: 'tll l{w., _ it - Name of Agent/Broker: Agent / Broker (Signature) Address of Agent/Broker: Po. (3of[ 271 CityfState/Zip: kftkwatt , TX isoo"t Agent'BrokerTelephone Number: ( q'iY ) 111-4011 Date: * lost 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 3 to another contractor. If you have any questions concerning these requirements, please contact the Buyer for the City of Lubbock at (806) 775-2168. I__ IT13 408-732-DD - Lubbock Preston Smith international Airport Airfield Drainage Improvements SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) _.. The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. 3 in order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) 1 questions and submit them with their bids: . QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations citations for violations of OSHA within the past three (3) years? YES NO if the bidder has indicated YES for question number one abo-,c, the bidder must provide to City of Lubbock. with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Bidder's initials �d3 r L_u QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type. within the past five years? Citations include notice of violation, notice of enforcement, suspension; revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO if the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, ' corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGE THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have 1 withheld information in my statements and answers to questions. i am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature i ritle I SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and 0lV1B Circular A-1 l 0) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Um;}� �ar}f�►ti,rs a� �w+u�c s* 1�ta1 FEDERAL TAX ID or SOCIAL SECURITYAo. 15-121 Signature of Company Official: Printed name of company official signing above: e'46+f:s �wt�os Date Signed: Zw u, soaif in CERTIFICATION REGARDING EMPLOYEE INFORMATION REPORT EEO -I (Standard Form 100) Section 60-1.7 (b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements, In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive Order 10925. 11114, or 11246 has not filed a report due under the applicable filing documents, no contract or r subcontract shall be awarded unless such contractor submits a report covering the delinquent period or 1 such other period specified by the FAA or the Director, OFCCP. _x Bid Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid form a statement substantially as follows: The bidder shall complete the following statement by checking the appropriate space. The bidder (proposer) has % has not _ participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. ILI The bidder has -/ has not _submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating fl submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO - I" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form. he may obtain it by writing to the following address: Joint Reporting Committee 1800 G. Street Washington, DC 20506 i BUY AMERICAN PREFERENCES i (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel 1 , and manufactured products produced in the United States when funds are expended pursuant to a l grant issued under the Airport Improvement Program. The following terms apply: I. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs b. (I) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. I 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor cost. (b) The successful bidder will be required to assure that only domestic steel and manufactured products `-t will be used by the Contractor, subcontractor, materialmen and suppliers in the performance of this contract, except those: .'. I. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of I990, are not produced in the United States is sufficient and t. reasonably available quantities and of a satisfactory quality: 2. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or t 3. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. BUY AMERICAN CERTIFICATE By submitting a bid under this solicitation, except for those items listed by the bidder below or on a separate and clearly identified attachment to this bid, the bidder certifies that steel and each manufactured product, are produced in the United States, as defined in the clause (Buy American -- Steel and ;Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from the owner a listing of articles, materials and supplies excepted from this provision. COMPANY NAME: Otla, " .n k !�«• 4„ � l.tcl. 3 Signature or Company Official: Printed name of company official signing above: 661i W;o Date Signed: 1"L U lot DAVIS-BACON CERTIFICATION OF ELIGIBILITY 1. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3 (a) of the Davis -Bacon Act or 29 CFR 5.12 (a)(1). 2. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3 (a) of the Davis -Bacon Act or 29 CFR 5.12 (a)(1). 3. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. COMPANY NAME: uult, Wr.."6ft .[ "Z.,, W. FEDERAL TAX ID OR SOCIAL SECURITY NO. 5 xf41R3 Signature or Company Official: 244 A'L Printed name of company official signing above: twit Date Signed: toot i CERTIFICATION OF NONSEGREGATED FACILITIES — 41 CFR PART 60-1.8 Notice to Prospective Federally Assisted Construction CONTRACTORS i 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a federally - assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally -assisted construction contract awards exceeding $10.000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and r ` construction contracts where the subcontracts exceed $10,000 and are not exempt from the fprovisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Notice to Prospective SUBCONTRACTORS of Requirements for Certification of Non -Segregated Facilities 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal { Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in I $ U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his ' t employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally -assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally -assisted construction contractor agrees that a breach of this certification is a violation of the F.qual Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally - assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. COMPANY NAME. kAtaa, 'c "iw ,* W. FEDERAL TAX iD OR SOCIAL SECURITY NO. "rs zu q Signature or Company Official: Printed name of company official signing above: �&6, ►.1.4', Date Signed: u e _% t"t TRADE RESTRICTION CLAUSE t The contractor or subcontractor, by submission of an offer and /Or execution of a contract, certifies that it: fl & a. is not owned or controlled by one or more citizens of a foreign country included in the List of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); .: b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly t by one or more citizens or nationals of a foreign country on said list; C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. r.z (= Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. =� Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier fication of a prospective subcontractor unless it has subcontracts. The contractor may rely on the certi knowledge that the certification is erroneous. .,+ The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification -= or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. f - COMPANY NAME: hi;k Q,4r*-t!n A FEDERAL TAX ID OR SOCIAL SECURITY NO. "1��lli IR3 Signature or Company Official: �� r Printed name of company official signing above:;is Date Signed: SIML Zt, 7WA y x DBE CONTRACTING REQUIREMENT AND FORMS Instructions to Bidders Part A provides information about the requirement. Part B establishes the City of Lubbock's goal for DBE participation for this prime contract and provides the basis for the bidder to demonstrate how the goal will be met. • DBE Utilization form — indicates if bidder intends to meet the City's DBE participation goal or not. If not, then the bidder is required to demonstrate what good faith efforts were used in setting a goal. • Bidders list provides a summary of all subcontractors who bid on the project. • Letter of Intent provides the required information the City needs on the proposed subcontractors that the prime proposes to use on the contract whether they are small businesses, minority owned, m' and women owned, or are certified DBEs. �.y a ri a PAGE INTENTIONALLY LEFT BLANK DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS (49 CFR PART 26) Lj PART A Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -as sisiea contracts. Compliance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby notified that failure to cant' out the DOT policy and the obligation, as set forth above, shall constitute a breach of contract wh ich may result in termination of the contract or such other remedy as deemed appropriate by the owner. Subcontract Clauses. ^` All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offers further subcontracting opportunities. Prompt Payment: The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory. performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the recipient. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the recipient. This clause applies to both DBE and non -DBE subcontractor. PART B It is further understood and agreed: The award procedure for this solicitation will include the selection criteria of 49 CFR Part 26 (i) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals. Notification is hereby ziven that DBE zoals are established for this prime contract. The goal for firm:; owned and controlled by socially and economically disadvantaged individuals is NIA percent of the dollar aalue of this contract. As a m atter of RESPONSIVENESS to the City's bid submittal process, each bidder shall submit, along with their bid, the names and addresses of the DBE firms that will participate in the contract along with a description of the work to be performed by each named firm and the dollar value for each contract (subcontract), the age of the firm and the firm's annual gross receipts. If the responses do not clearly show DBE participation will meet the goals above, the bidder must provide documentation clearly DBE CONTRACTING REQUIREMENT AND FORMS f.. Instructions to Bidders Part A providcs information about the requirement. Part B establishes the City of Lubbock's goal for DBE participation for this prime contract and provides the ' basis for the bidder to demonstrate how the goal will be met. • DBE Utilization form — indicates if bidder intends to meet the City's DBE participation goal or not. # If not, then the bidder is required to demonstrate what good faith efforts were used in setting a goal. • Bidders list provides a summary of all subcontractors who bid on the project. Letter of Intent provides the required information the City needs on the proposed subcontractors that the prime proposes to use on the contract whether they are small businesses, minority owned, and women owned, or are certified DBEs. i. t 3 l INDIMID Cmels1m al ITB # TITLE Name of Bidders' Firm: Bidder's Address: City: Telephone (with area code): Name of Subcontractor/DBE Firm: Address: City: Telephone (including area code): _ State: State CDescription of work to be performed by DBE firm: Zip: Zip: y Bidder intends to utilize the above -named subcontractor/DBE firm for the work described above. The estimated amount of work is valued at $ If the above -named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. Complete and submit this form for each subcontractor you propose to use on this proiect: (Copy this page for each subcontractor)/DBE firm) Contractor: Date: PAGE INTENTIONALLY LEFT BLANK Fj I L ---- ----- Page 2 Darlene Doss BIDDERS LIST.doc 9 IVaughn Concrete Products 10021 Amarillo Blvd. Amarillo, TX 79108 j Lobo Equipment Inc. I P.O. Box 1466 Leveliand, TX 79336 j Note: This form is not necessary if the recipient establishes a bidders list using another methodology (e.g., statistically sound sui�y of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan. *GRS - Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $ I million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million PAYMENT BOND PAGE INTENTIONALLY LEFT BLANK STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) BOND NO. 6550734 KNOW ALL MEN BY THESE PRESENTS, that UTILITY CONTRACTORS OF (hereinafter called the Principal(s), RIGA-, LTD. as Principal(s) and SAFECO IN$URANCE`COMPANY OF AMERICA (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 EIGHT HUNDRED NINETY THOUSAND----- Dollars ($890.000.00) 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 l OTH day of JULY , 20 08 , to ITB# 08-722—DD — LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT AIRFIELD DRAINAGE IMPROVEMENTS 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 COItiTDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said -> contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. 3 IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 16TH day of JULv 20_8_. SAFECO INSURANCE COMPANY OF AMERICA Surety *BY: HOWARD COWAN (Title)ATT EY—IN—FA T (SIN TURF) 1 UTILITY CONTRACTORS OF AMER-ICA, LTD, (Company Name) By: r , (Printed dame) n (Sigfiature) 1 _J The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN 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. SAFECO INSURANCE COMPANY OF AMERIC- Surety By: �P ( itle)jOWARD GOWAN, ATTORNEY —IN —FACT Approved as to form: City of Lubbock 7 t3y: 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. PERFORMANCE BOND 1 PAGE INTENTIONALLY LEFT BLANK LA, STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) BOND N0. 6550734 UTILITY CONTRACTORS OF KNOW ALL MEN BY THESE PRESENTS, thatAMERICA__,LTE(hereinafter called the Prineipal(s), as Principal(s), and SAFECO INSURANCE COMPANY OF AMER CA (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 EIGHT HUNDRED NINETY THOUSAND---- Dollars ($$90,000.00 ) 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 1OTHday of JULY 120_& to ITB# 08-722—DD LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT__ AIRFIELD DRAINAGE IMPROVEMENTS and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be dcternuned in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 16TH day of JULY 120 08 . SAFECO INSURANCE COMPANY OF AMERICA Surety * By: HOWARD COWAN (Title)A ORNEY— N— CT ( I ATURE) 1 2 UTILITY CONTRACTORS OF AMERICA. LTD. (Compaan}y, N ame) f� (Printed Name) (Signature) f (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN 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. . SAFECO INSURANCE COMPANY OF AMERICA Surety *By.Z,0)4 'A� ( le) HOWARD COWAN ATTORNEY -IN -FACT r Approved as to Form City of Lubbock c By: i y Attorne * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing t- 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. 3 SAFECO" State of Texas Surety Bond Claim Notice In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: SAFECO Surety Adams Building 4634 154th PL NE Redmond, WA 98052 Mailing Address: SAFECO Surety PO Box 34526 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 376-6533 www.SAFECO.com - POWER OF ATTORNEY No. KNOW ALL BY THESE PRESENTS: 11561 Safeoo Insurance Company of America General Insurance Company of America Safeoo Plaza Seattle, WA 98185 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint HOWARD COWAN; MARLA HILL; Lubbock, Texas Its true and lawful attomey(syin-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 8th day of July 2008 -.1 " piGtlL r / Q "'t 1 STEPHANIE DALEY WATSON SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS... the President, any Moe President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character Issued by the company in the course of Its business... On any instrument making or evidencing J such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, The provisions of Article V, Section 13 of the By -Laws, and A copy of the power -of -attorney appointment, executed pursuant thereto, and _ (III) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley -Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE I COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors L of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation l`' JULY 2008 this 16TH day of SEAL 'A GtJ Q- ts2y STEPHANIE DALEY-WATSON, SECRETARY �C Safeco® and the Safew logo are registered trademarks of Safeco Corporation. WEB PDF S-0974/DS 4/05 CERTIFICATE OF INSURANCE PAGE INTENTIONALLY LEFT BLANK ACORQ„ CERTIFICATE OF LIABILITY INSURANCE 7i13i2o 8 PRODUCER (972) 772-7220 FAX: (972) 771-4695 K & S Insurance Agency THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2255 Ridge Road, Ste 333 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 277 Rockwall TX 75087 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A Continental Casual Co._ INSURERa:Valley Fore Insurance Co Utility Contractors of America, Inc., DBA: INSURERC:U. S. Fire Ins. Co. Utility Contractors of America, Ltd INSURERD:Nat'1 Fire Ins. Co. of Hartford 927 Hwy. 62 INSURER E: Travelers Insurance Co. OWH640 Wolfforth TX 79382 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING AN 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 BEE 4 REDUCED BY PAID CLAIMS. INSR ADWL TYPE OF INSURANCE POLICY NUMBER POLICYT(MEFM/FDD1Y)n PDATE EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 PPREM SES EaEoa n e ce $ 100,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR C2090553748 9/5/2007 9/5/2008 MEDEXP (Arry one n $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENI AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X JECT LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ B ALL OWNED AUTOS SCHEDULED AUTOS C2090553751 9/5/2007 9/5/2008 X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $,_,_„___ OTHER THAN EA AC $ ANY AUTO $ AUTO ONLY: GG EXCESS/UMBRELLA LIABILITY H C RR N 2000,000 $ r AGGREGATE _ $ 2,000,000 X OCCUR CLAIMS MADE $ C DEDUCTIBLE RX 553-090364-1 9/5/2007 9/5/2008 $ RETENTION 0 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? WC2090553765 9/5/2007 9/5/2008 TVUCY TAM�Ui- OE H- EL EACH ACCIDENT $ 1,000,000 E.L. DISEASE -EA EMPLOYEE $ 1,000,000 EL DISEASE -POLICY LIMIT $ 1,000,000 If yes, describe under SPECIAL PROVISIONS below E OTHER Equipment Floater QT6605376B228 9/5/2007 9/5/2008 $4,126,140 w/$1000 Deductible E Installation Floater I QT6605376B228 9/5/2007 9/5/2008 $300,000 w/$1000 Deductible E Rented/Leased Eq. QT6605376B228 9/5/2007 9/5/2008 $200,000 Nax.Ldmt DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Airfield Drainage Improvements. City of Lubbock, contractor, the owner, its and others if required by written contract should be known as Additional Insured on the liability policies with a waiver of Subrogation when required b written contract. G/L Insurance is written on a Primary and Non -Contributory Basis and all other insurance on a primary basis. *Except 10 days notice for non-payment of premium. City of Lubbock P. O. Box 2000, Suite 102 Lubbock, TX 79457 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 AUTHORIZED REPRESENTATIVE R Daiker-1/CHERYL k� ^ ACORD 25 (2001108) IIdQn96 —n ' no.. © ACORD CORPORATION 1988 Pane 4 of CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Suite 102 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 $ ij Claims Made Products-Comp/Op AGG $ i_; Occurrence Personal & Adv. Injury $ i' Owner's & Contractors Protective Each Occurrence $ -� Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ j All Owned Autos Bodily Injury (Per Person) $ I I Scheduled Autos Bodily Injury (Per Accident) $ 1 Hired Autos Property Damage $ 1 Non -Owned Autos [J GARAGE LIABILITY C1 Any Auto Auto Only - Each Accident $ 1 Other than Auto Only: Each Accident $ Aggregate $ I BUILDERS RISK 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY _ Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSA TION AND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate Indorsement 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 osurer By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. 3 PAGE INTENTIONALLY LEFT BLANK REQUIRED WORKERS' COMPENSATION COVERAGE CHECKLIST RVE-93 . 0 1 faxel FLO) OEM ._:_-- - (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: 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 proj ect; (C) include in all contracts to provide services on the project the language in subsection seven (7) of this checklist. (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 1 days after the person knew or should have known, of any change that materially affects the i 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 b () Y q p p q Y paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. -- f Mel�i7:��1111 PAGE INTENTIONALLY LEFT BLANK 4 CONTRACT #8492 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this loth day of July 2008, 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 UTILITY CONTRACTORS OF AMERICA, LTD. of the City of WOLFFORTH, County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: ITB # 08-722-DD - LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT AIRFIELD DRAINAGE IMPROVEMENTS - $890,000 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. UTILITY CONTRACTORS OF AMERICA, LTD.'s bid dated JUNE 26, 2008 is incorporated into and made a part of this 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 executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. t- CONTRACTOR: f�lliW-7 W- PRINTED NAMFi COMPLETE ADDRESS: Company\Q-AAAA iMWW R %ARPOS2 City, State, Zip WU�■ir+/ i i. A Vila AlA J11 Corporate Secretary CITY OF LUBBOCK, TEXAS (OWNER): By: MAYOR ATTEST: City Secr tary APPROVED AS TO OAN O 's Representativ City I GENERAL CONDITIONS OF THE AGREEMENT PAGE INTENTIONALLY LEFT BLANK 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 UTILITY CONTRACTORS OF AMERICA, LTD. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, STEVE NICHOLSON, DEPUTY DIRECTOR — 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, Safety record Questionnaire, Debarment certification, Background Questionnaire, EEO certification, Buy American certification, Davis- Bacon certification, Nonsegregated Facilities certification, Trade Restriction clause, DBE Contracting forms, Signed Contract, Statutory Bonds, General Conditions of the Agreement, FAA Mandatory Contract Provisions, FAA General Provisions, Special Provisions, Technical Specifications, Plans, Insurance Certificates, Wage Rate Determination and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 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 r1l the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality 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. H 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, upon written request, 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. 12. RIGHT OF ENTRY 1-1 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 Li 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 Y a 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, it's 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 1 The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. 17. 18 19 PTO 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. 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 fl work, shall be sustained and borne by the Contractor at its own cost and expense. r- - CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any 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. 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. L 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. 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. 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 when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be.required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. ' 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the 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. �� 63� Ii��[llC�77. �I� _ • 1' a 1 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, 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 s 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 coverage's 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LU13BOCK 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 INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with XCU Coverage and Heavy Equipment Coverage limits of $2,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment Coverage XCU Coverage B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non - owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $3,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. I _v F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least statutory/ 50$ 0,000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the persons 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 11406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the,duration of the project and for one year thereafter. L. I' 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 s 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; j (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and r"I (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 j 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 j paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. r �J 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. i _7 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 E does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 8001372-7713 or 5121804-4000 (http://Kwx hvcc.state.tx.us/twcccontacts.html) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or; in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the proj ect; (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, materialmen 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 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 i 32. 33 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. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 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. 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 per dav, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work 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 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 t 3 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 expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work f L f 1 i 1 43 performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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. t_. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time - become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion �- of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and f I t___ remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $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 52. 53 54. 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. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 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. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or -' asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56 NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. F_' 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the _..Y full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to . = proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than a 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 provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liablefor 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. t�, ' 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 obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the, Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts a 2 and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56 NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. DAVIS BACON WAGE DETERMINATION DAVS BACON WAGE DETERMINATION GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02/08/2008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 02/08/2008 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 11.00 0.00 Electrician ....................$ 17.00 0.00 Form Builder/Setter, Structures$ 9.26 0.00 Form Setter, Paving & Curb ..... $ 9.82 0.00 Front End Loader Operator ...... $ 10.52 0.00 Laborer, common ................$ 8.51 0.00 Laborer, Utility ...............$ 10.46 0.00 Mechanic .......................$ 16.85 0.00 Motor Grader Operator Rough .... $ 11.75 0.00 Motor Grader Operator, Fine Grade ..........................$ 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 8.06 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer .......................$ 8.98 0.00 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 F Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer... $ 8.28 0.00 r-13 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: i Wage and Hour Administrator ( U.S. Department of Labor 200 Constitution Avenue, N.W. '-' Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION FAA MANDATORY CONTRACT PROVISIONS FAA GENERAL PROVISIONS SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS Specifications City of Lubbock, Texas Lubbock Preston Smith International Airport Airfield Drainage and Safety Mitigation Improvements May 2008 PSC Project #: 01270507 City of Lubbock Bid No. A PFC Funded Project Parkhill, Smith & Cooper, Inc. Engineers r Architects a Planners TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION FFA MP FFA Mandatory Contract Provisions....................................................................................... 20 GPGeneral Provisions................................................................................................................... 46 SPSpecial Provisions.................................................................................................................... 13 DIVISION 1- GENERAL REQUIREMENTS 01010 Summary of Work..................................................................................................................... 3 01025 Measurement and Payment........................................................................................................ 3 01027 Applications for Payment.......................................................................................................... 4 01028 Change Order Procedures.......................................................................................................... 3 01039 Coordination and Meetings........................................................................................................ 4 01300 Submittals..................................................................................................................................3 01356 Storm Water Pollution Prevention Measures............................................................................. 2 01410 Testing Laboratory Services...................................................................................................... 3 01500 Temporary Facilities & Controls............................................................................................... 5 01555 Barricades, Signs and Traffic Handling.....................................................................................1 01560 Environmental Protection.......................................................................................................... 3 01700 Execution Requirements............................................................................................................ 3 DIVISION 2 - SITE WORK 02050 Removal, Demolition and Salvage............................................................................................. 4 02151 Trench Safety Systems............................................................................................................... 3 02222 Excavating................................................................................................................................. 2 02223 Backfilling................................................................................................................................. 3 02260 Excavation Support and Protection............................................................................................ 4 02300 Earthwork.................................................................................................................................. 7 02318 Borrow.......................................................................................................................................3 02631 Culverts......................................................................................................................................4 02632 Cast -In -Place Headwalls, Wingwalls and Inlets ........................................................................ 2 02665 Water Works Piping, Valves and Fittings................................................................................ 11 02666 Steel Casing in Bore.................................................................................................................. 3 02730 Storm Sewer Line Construction................................................................................................. 8 02920 Lawns and Grasses.................................................................................................................... 6 DIVISION 3 - CONCRETE 03100 Concrete Formwork...................................................................................................................4 03200 Concrete Reinforcement............................................................................................................ 2 03300 Cast -In -Place Concrete............................................................................................................. 5 03410 Precast Concrete........................................................................................................................ 6 01270507 TABLE OF CONTENTS TOC - 1 05/08 i jf I DIVISIONS 4 -10 Not Used DIVISIONS 11- EQUIPMENT 11311 Submersible Storm Water Pumps.............................................................................................. 9 DIVISION 16 - ELECTRICAL 16000 Electrical General Provisions..................................................................................................... 4 16111 Conduit...................................................................................................................................... 4 16123 Wire and Cable.......................................................................................................................... 3 16170 Grounding and Bonding............................................................................................................ 2 16195 Electrical Identification..............................................................................................................2 16421 Utility Service Entrance............................................................................................................. 2 16481 Enclosed Motor Controllers and Enclosed Switches................................................................. 3 APPENDIX FAA Advisory Circular OSHA 1926 Subpart P 01270507 TABLE OF CONTENTS TOC - 2 05/08 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION FFA MP FFA Mandatory Contract Provisions SP Special Provisions GP General Provisions DIVISION 1- GENERAL REQUIREMENTS 01010 Summary of Work 01025 Measurement and Payment 01027 Applications for Payment 01028 Change Order Procedures 01039 Coordination and Meetings 01.300 Submittals 01356 Storm Water Pollution Prevention Measures 01410 Testing Laboratory Services 01500 Temporary Facilities & Controls 01555 Barricades, Signs and Traffic Handling 01560 Environmental Protection 01700 Execution Requirements DIVISION 2 - SITE WORK 02050 Removal, Demolition and Salvage 02151 Trench Safety Systems 02222 Excavating 02223 Backfilling 02260 Excavation Support and Protection 02300 Earthwork 02318 Borrow 02631 Culverts 02632 Cast -In -Place Headwalls, Wingwalls and Inlets 02665 Water Works Piping, Valves and Fittings 02666 Steel Casing in Bore 02730 Storm Sewer Line Construction 02920 Lawns and Grasses DIVISION 3 - CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 01270507 DESIGN PROFESSIONAL RESPONSIBILITY 05/08 .. E of TF-1'qS�}1 f * : .. BRIAN M. STEPHENS �r o:......92015....:.. + tttEN it ONAt1 G ✓ BMS - I I 03300 Cast -In -Place Concrete r 03410 Precast Concrete DIVISIONS 11- EQUIPMENT 11311 Submersible Storm Water Pumps 01270507 DESIGN PROFESSIONAL RESPONSIBILITY 05/08 P'tE OF 1 r BRIAN M. S7�PHENS ......92015 t 1 t ts7:ALrl�_�'`af 11,381 7 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited in the following: DIVISION 16 - ELECTRICAL 16000 Electrical General Provisions 16111 Conduit 16123 Wire and Cable 16170 Grounding and Bonding 16195 Electrical Identification 16421 Utility Service Entrance 16481 Enclosed Motor Controllers and Enclosed Switches 01270507 DESIGN PROFESSIONAL RESPONSIBILITY TDS - 1 05/08 I I FAA MANDATORY CONTRACT PROVISIONS AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 - 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 from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport a program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of contractors, this provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. CLEAN AIR AND WATER POLLUTION CONTROL 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. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 29 CFR PART 5 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 FAA MP -1 receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 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 1 above. 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 2 above. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. CERTIFICATION REGARDING DEBAREMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. TERMINATION OF CONTRACT a. 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. FAA MP-2 b. 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. c. 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. d. 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. e. 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. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS - 41 CFR Part 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); (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 FAA MP - 3 for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 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. '1 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 18.7a through 18.7p 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. In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the 15I:V118la! contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company 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 FAA MP - 5 contractors and subcontractors with whom the contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. in. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. Contractors are encouraged to participate in voluntary associations, which assist in fulfillingone or more of their affirmative action obligations (18.7a through 18.7p). 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 18.7a through 18.7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. FAA MP - 6 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 t--. contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 18.7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 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). FAA MP - 7 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION - 41 CFR PART 60-2 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade (Vol. 45 Federal Register pg. 65984 10/3/80) Goals for female participation in each trade (6.90%) 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 non -federally 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 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training shall 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 list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is [insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any]. CERTIFICATION OF NONSEGREGATED FACILITIES - 41 CFR PART 60-1.8 Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a federally - assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. FAA MP - 8 2. Contractors receiving federally -assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non -Segregated Facilities 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally -assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally -assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally -assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. EQUAL EMPLOYMENT OPPORTUNITY - 41 CFR PART 60-1.4(b) During the performance of this contract, the contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, 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. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The contractor will send to each labor union or representative of workers with which s/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. 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. - 5. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with 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. 7. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any Li 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 -1 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. DAVIS BACON REQUIREMENTS 1. Minimum Wages (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide FAA MP - 10 0 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 such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, 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. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of FAA MP - I I receipt and so advise the contracting officer or will notify the contracting officer within the 30- day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2 Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to David -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 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 I(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 FAA MP - 12 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. (ii)(A) 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 WE-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. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under paragraph (3)(i) above and that such information is correct and complete; (2) 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; (3) 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. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon FAA MP -13 request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the 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 FAA MP - 14 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. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance With Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. FAA MP -15 (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001 VETERAN'S 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 Airport and Airway Improvement Act of 1982. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates.. TRADE RESTRICTION CLAUSE The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. FAA MP - 16 This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 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. BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or their subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. ENERGY CONSERVATION REQUIREMENTS The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163) DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance (§26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of 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. Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Lubbock, Lubbock Preston Smith International Airport 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, Lubbock Preston Smith International Airport This clause applies to both DBE and non - DBE subcontractors. '= FAA MP -17 ACCESS TO RECORDS AND REPORTS The Contractor shall maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (1) No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. CIVIL RIGHTS ACT OF 1964, TITLE VI — CONTRACTOR CONTRACTUAL REQUIREMENTS During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1.1 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 w (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 1.2 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. 1.3 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. 1.4 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, FAA MP - 18 accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 1.5 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. 1.6 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. BUY AMERICAN PREFERENCES (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs b. (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen and suppliers in the performance of this contract, except those: l . that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; 2. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or FAA MP -19 3. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. BUY AMERICAN CERTIFICATE By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, are produced in the United States, as defined in the clause Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from the owner a listing of articles, materials and supplies excepted from this provision. Product Country of Origin FAA MP - 20 9/29/2007 AC 150/5370-10C SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. GP-1 9/29/2007 AC 150/5370-IOC r= 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," 'ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended, and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-26 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-27 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. 10-28 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. GP-2 i i 9/29/2007 AC 150/5370-IOC 10-29 MATERIALS. Any substance specified for use in the construction of the contract work. 10-30 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. 10-31 OWNER. 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." Where the term "Owner" is capitalized in this document, it shall mean airport owner or sponsor only. 10-32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-33 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. 10-34 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. 10-35 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. 10-36 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-37 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. 10-38 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. 10-39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 1040 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. 1041 SPONSOR. See definition above of "Owner." 10-42 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. 1043 SUBGRADE. The soil that forms the pavement foundation. 10-44 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. 1045 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. GP-3 9/29/2007 AC 150/5370-IOC 1046 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 1047 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. 1048 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. 1049 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 when work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 GP-4 9/29/2007 AC 150/5370-IOC SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). See Notice and/or Instruction to Bidders found previously in the project documents. 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 at the time of bid opening. 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. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner. d. Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the GP-5 9/29/2007 AC 150/5370-IOC 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 of 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 for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by 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. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. GP-6 9/29/2007 AC 150/5370-IOC 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. END OF SECTION 20 GP-7 9/29/2007 AC 150/5370-IOC 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. a 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 r-., 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. 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 guaranty will be returned as soon as the Owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special -. handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local 1 laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract GP-9 9/29/2007 AC 150/5370-IOC j 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. END OF SECTION 30 GP-10_ i i i 9/29/2007 AC 150/5370-IOC 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 that 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 that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. 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. 40-04 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 GP-11 9/29/2007 AC 150/5370-IOC r" 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 traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagperson, 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. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. 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 A the contract and shall remain the property of the Owner when so utilized in the work. if 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, j b. Remove such material from the site, upon written approval of the Engineer; or r - I c. Use such material for his/her own temporary construction on site; or, GP-12 1_ 9/29/2007 AC 150/5370-IOC d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option # a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the -- written permission of such property owner. END OF SECTION 40 GP-13 9/29/2007 AC 150/5370-10C 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. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. 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. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If 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 that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. _ For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility 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, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. k The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. 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. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. GP-15 9/29/2007 AC 150/5370-IOC 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. SPECIAL PROVISIONS SPI SCOPE OF WORK SP-2 BASIS OF CONTRACT AWARD SP-3 TIMEAND ORDER OF COMPLETION SP-4 CALENDAR DAY SP 5 LIMITATION OF OPERATION SP-6 AIRPORT OPERATIONS SECURITY SP-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA SP-8 PROTECTION OFPROPERTY SP-9 ELECTRIC POWER AND NATURAL GAS SP-10 LINES AND GRADES SP-11 WATER FOR CONSTRUCTION SP-12 MATERIAL TESTS SP-13 BARRICADES, SIGNS, AND HAZARD MARKINGS SP-14 PREVENTION OFAIR AND WATER POLLUTION SP-15 PROGRESS SCHEDULE SP-16 PUBLIC CONVENIENCE AND SAFETY SP-17 FINAL CLEANING UP SP-18 INSURANCE SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK SP22 DISPUTED CLAIMS FOR EXTRA WORK SP-23 INDEMNIFICATION SP-24 CONTRACTOR'S RESPONSIBILITY FOR WORK SP-25 CORRECTION OF FAULTY WORKAFTER FINAL PAYMENT SP-26 SEPARATE CONTRACTS SP-27 SHOPDRAWINGS SP-28 ENGINEER SP-29 ENGINEER'S FIELD OFFICE SP-30 PROGRESS MEETINGS SP-31 RESCUE AND FIREFIGHTING PROVISION SP-32 CRANE AND OVERHEAD EQUIPMENT SAFETY SP-33 GEOTECHNICAL 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five 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 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. GP-16 t l # s 9/29/2007 AC 150/5370-10C When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: Clearing and Grubbing perimeter staking. Rough Grade slope stakes at 100-foot stations. Drainage Swales slope stakes and flow line blue tops at 50-foot stations. Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways — minimum 3 per station c. Holding apron areas — minimum 3 per station d. Roadways — minimum 3 per station Base Course blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways — minimum 3 per station c. Holding apron areas — minimum 3 per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 foot stations b. Between Lifts at 25 foot stations for the following section locations: (1). Runways — each paving lane width (2). Taxiways — each paving lane width (3). Holding areas — each paving lane width c. After finish paving operations at 50 foot stations (1). All paved areas — Edge of each paving lane prior to next paving lot GP-17 9/29/2007 AC 150/5370-IOC ri d. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 foot offsets Fence lines at 100 foot stations Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASI's, PAPI's, REIL's, Wind Cones, Distance Markers (signs), pull boxes and manholes. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting) Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (i.e. paving lane). NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever hatching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such ri nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 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 t portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner - may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that 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. GP-18 i t 9/29/2007 AC 150/5370-IOC 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. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition --= at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be 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 GP-19 9/29/2007 AC 150/5370-IOC contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 COST REDUCTION INCENTIVE. The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including.but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration'as a value engineering proposal. Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each; b. An itemization of the contract requirements that must be changed if the proposal is adopted; c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes; d. A statement of the time by which a change order adopting the proposal must be issued; e. A statement of the effect adoption of the proposal will have on the time for completion of the contract; and f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them. GP-20 9/29/2007 AC 150/5370-IOC The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal that may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. The Owner may require the Contractor to share in the Owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner. The Contractor's 50 percent share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. Acceptance of the cost -reduction proposal and performance of the cost -reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. END OF SECTION 50 ry GP-21 9/29/2007 AC 150/5370-IOC �j Intentionally Left Blank GP-22 [ r 9/29/2007 AC 150/5370-IOC 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) 150/5345-53, Airport Lighting Equipment Certification Program, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: NOT APPLICABLE 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, 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 ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. 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. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the - manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. GP-23 9/29/2007 AC 150/5370-IOC I]I 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 and the producer with whom he has contracted for 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 that 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. The Contractor shall furnish for the duration of the project one building for the use of the field engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. A land line telephone and answering machine shall be provided. The Contractor shall be responsible for payment of the basic monthly charge and local calls only. Any Long Distance Tolls shall be the responsibility of the caller. The Contractor shall furnish items as required by the Special Provisions. No direct payment will be made for this building or labor, materials, ground rental, or other expense in connection therewith. The cost hereof shall be included in the price bid for the various items of the contract. The Contractor and his/her superintendent shall provide all reasonable facilities to enable to the Engineer to inspect the workmanship and materials entering into the work. GP-24 i 9/29/2007 AC 150/5370-IOC 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. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner - furnished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 GP-25 9/29/2007 AC 150/5370-IOC SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: ML 61W . - _ 47"WE-] Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the 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 such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's 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 Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, 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. GP-27 9/29/2007 AC 150/5370-10C 1 No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that 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. 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. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricades, warning signs, and markings shall be paid for under Section 40-05. 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, Standards for Airport Markings. 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 150/5370-2, 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. [1 The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that 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. 70-09 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. i GP-28 i i _f 9/29/2007 AC 150/5370-IOC 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 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(s), action(s), or claim(s) for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described below: Refer to phasing requirements contained in the project plans. GP-29 9/29/2007 AC 150/5370-IOC �3 Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. 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. 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. Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions.) Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 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 non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at 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 and the owners are indicated as follows: CITY OFLUBBOCg- Airport- Deputy Director. Steve Nicholson office # (806) 775-2036 Operations Supervisor. Rene Whicker office # (806) 775-3144, cell # (806) 787-1027 Field Maintenance. Steve Hemmeline office # (806) 775-2040, cell # (806) 777 7034 Water Department- t GP-30 9/29/2007 AC 150/5370-IOC Locate: David Ockerman office # (806) 775-3161, cell # (806) 548-4152 Emergency: Randy Ratheal office # (806) 775-2950, cell # (806) 548-4167 LPL - Locate. Greg Pillow cell # (806) 777 0416 Emergency: (806) 775-2555 The following utilities are located through DIG-TESS 1-800-344-8377 Atmos Eneev- Emergency # 1-800-692-4694 A. T. & T.- Emergency # 1-800-286-8313 XCEL- Emergency # 1-800-895-1999 South Plains Electric Cooperative - [A Emergency # 1-800-344-8377 (DIG-TESS) It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. 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 hereinaeove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. GP-31 1` t 9/29/2007 AC 150/5370-IOC _ ,a The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the prosecution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall notify the above named FAA Airway Facilities Point -of -Contact seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. I_ c. If prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point -of -Contact a minimum of 48 hours prior to the time of the required outage. P! d. If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities' standards to the satisfaction of the above named FAA Point -of -Contact. rl e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point -of- Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA Airway Facilities' specifications and require approval by the above named FAA Point -of -Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS -OF -WAY. The Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in ` exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or 1 stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the J work, nor shall the Owner be precluded or stopped 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 r , 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 s GP-32 t t 9/29/2007 AC 150/5370-IOC �.r 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 that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract 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 M2RIC] I _.; 9/29/2007 AC 150/5370-IOC 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 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 Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice I ` 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 operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA (AOA) 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 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: This project will not require work to be performed within the AOA. GP-35 F t 9/29/2007 AC 150/5370-IOC Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or P! Engineer. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform his 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 employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, 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. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the t- 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. 1 I 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 GP-36 Ll 1' 9/29/2007 AC 150/5370-IOC 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 Owner 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 Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, 3 or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every L , 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 Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date 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. GP-37 I j 9/29/2007 AC 150/5370-IOC (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. f At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually t completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. SCHEDULE LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION TIME Refer to Special Provisions for details on allowed Construction time and liquidated damages cost. GP-38 J r__ s= 9/29/2007 AC 150/5370-IOC Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed;' or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or I. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. GP-39 9/29/2007 AC 150/5370-IOC i t__ 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. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored outside object fee area of an active runway. No equipment shall be within the runway safety area of an active runway at any time. END OF SECTION 80 I GP-40 9/29/2007 AC 150/5370-IOC SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the 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 may be 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 to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. GP-41 9/29/2007 AC 150/5370-IOC 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 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 (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales 'overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. 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 GP-42 9/29/2007 AC 150/5370-IOC a' result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the 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 work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 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. GP-43 9/29/2007 AC 150/5370-IOC (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 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 -a option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. V1 When not less than 95 percent of the work has been completed, the Engineer may, at the Owner's 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. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final retained percentage or final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, GP-44 9/29/2007 AC 150/5370-IOC I plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at 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. 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. GP-45 9/29/2007 AC 150/5370-IOC 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 GP-46 SPECIAL PROVISIONS The work to be accomplished under these specifications, including the plans, consists of construction work at the Lubbock Preston Smith International Airport, Lubbock, Texas, including but not limited to, the installation of two stormwater lift stations, force main line, inlets and outlet structures; site grading for inlet, lift stations and grading of a detention basin. All labor, materials and equipment necessary to complete the work called for in these specifications and shown on the plans shall be furnished by the Contractor. Payment for the various items of work will be made as specified under the various payment paragraphs of the technical sections. SP-2 BASIS OF CONTRACT AWARD Award of this Contract will be made on the basis of the low, responsive, responsible bid, received in accordance with the General Instructions to Bidders, including the total BASE BID and any combination of ADDITIVE ALTERNATES based on the availability of funds. Additionally, the Contractor must demonstrate through references and past project experience that they have successfully constructed projects similar in scope. Bids shall remain valid for 60 days following bid opening. SP-3 TIME AND ORDER OF COMPLETION The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his own choosing to the best interest of the project. However, the work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure completion in accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor shall furnish the Engineer with his proposed progress schedule and this schedule shall be approved by the Engineer before work is commenced on the project. Other contractors may be performing work for the Owner in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be required to insure that all work can be carried out with the least possible interference _ with the operation of other contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. The Contractor shall be responsible for scheduling and implementing the various separate construction operations involved in the construction of the improvements included in this project. Completion shall be within the time frames specified below. The Contractor will prepare and submit for review his recommended phasing/scheduling plan in accordance with the following general guidelines. 01270507 SPECIAL PROVISIONS SP -1 05/08 SP-4 CALENDAR DAY Time for completion of the project and for liquidated damages shall be in accordance with the provisions of these specifications. A calendar day is defined as every day shown on the calendar. SP-5 LIMITATION OF OPERATION The Contractor will be allowed to work 24 hours per day as required to complete the project within the specified time. All construction operations shall consider the safety and convenience of the airport patrons. SP-6 AIRPORT OPERATIONS SECURITY SP-6.1 General Airport security is a vital part of the Contractor's responsibilities during the course of this project. Airport security, nation-wide, has come under close scrutiny in the last few years. The following security guidelines and the rules and regulations of the Lubbock Preston Smith International Airport Police Department (LBBPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. SP-6.2 Airport Operations Area (AOA) The Airport operations area (ADA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. SP-6.3 LBBPD-Issued Securi y Badges The Contractor shall be responsible for obtaining a photo -identification security badge -issued by the LBBPD for each supervisor or foreman of each work crew working within the AOA. The Contractor shall obtain LBBPD security badges for at least one member of each work crew working in separate areas of the AOA. It is the intent of these specifications that all individuals responsible to the Contractor, including the Contractor's employees, subcontractors, suppliers or representatives, either obtain and display an LBBPD security badge, or obtain and display a Contractor -issued identification badge, as specified below, AND be escorted or directly supervised by an individual dispI in a current LBBPD security badge ri The Contractor may obtain LBBPD security badges from the Lubbock Preston Smith International Airport Police Department at the Lubbock Preston Smith International Airport. The LBBPD reserves the right to limit the number of security badges issued to the Contractor. The LBBPD will charge the Contractor a thirty dollar ($30.00) fee for each security badge issued. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. r 1 The LBBPD security badges shall be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder shall be familiar with and shall obey all security and safety rules and regulations. The LBBPD security badge may be confiscated 01270507 SPECIAL PROVISIONS SP - 2 05/08 L a and all security rights revoked by the LBBPD upon the breach of any security or safety regulations at the discretion of the LBBPD. The holder of an LBBPD security badge shall surrender the badge at the completion of this project, upon transfer or termination of employment, or at any other time at the request of the LBBPD. The Contractor shall conduct a background check of each applicant for an LBBPD security badge utilizing standard background check forms provided by the LBBPD. The Contractor shall be responsible for completing the required forms, and for submitting the forms to the LBBPD for their review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall be available through the Director of Aviation's office after award of the project. The background check shall show proof of a minimum five (5) year employment record and will be reviewed by the LBBPD. The LBBPD shall be responsible for reviewing the background checks. Only persons whose application is approved by the LBBPD shall be issued security badges. The LBBPD reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of the LBBPD, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LBBPD-issued security badges to the LBBPD. The LBBPD will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed LBBPD-issued security badge. All LBBPD-issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all LBBPD-issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SP-6.4 Contractor -Issued Identification Badaes The Contractor shall be responsible for the identification of each of the Contractor's employees, subcontractors, suppliers and representatives while these individuals operate within the AOA. The Contractor shall be responsible for issuing identification badges to each of the Contractor's employees, subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and telephone number of each person issued a badge. The Contractor's record of all employees issued an identification badge shall be made available upon the request of the LBBPD, the Director of Aviation or the Engineer. The format and content of the Contractor -issued identification badge shall be approved by the LBBPD prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall be worn in an easily visible location on the person issued the badge at all times while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but shall be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued identification badges shall be renewed by the Contractor every thirty (30) days during the project construction period. The Contractor shall be responsible for all Contractor -issued identification badges. All expired identification badges or badges invalidated by termination of the holder's employment, completion of construction activities, or other reasons, shall be confiscated by the Contractor and retained by the Contractor until the end of the project. It shall be the Contractor's responsibility to record and account for all Contractor -issued identification badges. All identification badges issued by the Contractor during the project and the records of said badges shall be transferred to the possession of the LBBPD at the completion of the project. 01270507 SPECIAL PROVISIONS SP - 3 05/08 The Contractor -issued identification badge does not allow unlimited access to all areas within the AOA, but will permit only escorted or directly supervised access to only those portions of the AOA under construction by the Contractor. Every individual operating within the AOA shall display either an LBBPD-issued. security badge or a Contractor -issued identification badge at all times. All individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors,. suppliers or representatives, must be escorted or directly supervised by an individual bearing a valid LBBPD-issued security badge at all times while within the AOA. Persons within the AOA not possessing a valid LBBPD- issued security badge, or escorted or directly supervised by an individual possessing a valid LBBPD-issued security badge, shall be considered in violation of LBBPD security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LBBPD security arrangements. SP-6.5 Contractor's Entrance Gate The Contractor shall be responsible for, and shall control all movement through the Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by the Contractor, the gate shall be securely locked by the Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, the Contractor shall provide the Director of Aviation and the LBBPD with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure the Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that the Contractor's ; entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess an LBBPD-issued security badge. If this security arrangement is desired and , approved, the gate shall be manned by the watchguard as long as the gate remains open. The watchguard shall be the Contractor's representative and shall be responsible for all movement throughthe bate. Again, only authorized persons and vehicles shall be allowed by the Contractor's watchguard to enter the AOA. At the Contractor's option, and upon approval of the Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. SP-6.6 Vehicle Escorts All vehicles responsible to the Contractor, such as supplier's vehicles, entering the l AOA shall be escorted by an approved Contractor escort vehicle from the point of AOA entry to the construction site. The escort vehicle shall be clearly identified with standard FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with the Contractor's name. _j The escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle shall be approved for, shall be issued, and shall display an LBBPD security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures. The escort vehicle shall be equipped with an FAA radio, as specified herein, and the driver of the escort vehicle shall be familiar with the FAA radio and its operation, and shall obey all instructions from the Air Traffic t Control Tower. SP-6.7 Challenging Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LBBPD security badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LBBPD 01270507 SPECIAL PROVISIONS SP - 4 05/08 security badge, or who cannot produce a valid LBBPD, security badge, or who is not under escort or under the direct supervision of a person possessing a valid LBBPD security badge. The challenge shall consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, the LBBPD shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until the LBBPD arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of the LBBPD and shall be immediately confiscated by the LBBPD or the Director of Aviation. SP-6.8 Cranes or Hoists Any construction activity utilizing a crane or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible for filing the prescribed forms for airspace clearance in accordance with Part 77 of the Federal Aviation Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. When requesting approval for the use of a crane or other hoisting device, the following information is required: 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of crane or other hoisting device operation. The top of the crane or other hoisting device shall be marked with a 3-foot by 3-foot safety -orange and white checkered flag. The crane or other hoisting device shall be lowered at night or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed by the Director of Aviation or the Engineer, or at any other time at the direction of the Director of Aviation or the Engineer. The Contractor shall notify the Engineer and Director of Aviation at least forty-eight (48) hours prior to actual erection of the crane or other hoisting device. SP-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S) The Contractor shall make his own provisions for plant site, storage and office areas. If the Contractor desires to utilize an on -airport location, arrangements must be made with the Director of Aviation. The following specific requirements apply to on -airport plant site, storage and office areas. 01270507 SPECIAL PROVISIONS SP - 5 05/08 The Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. The Contractor will also be responsible for maintenance of areas and dust control for the duration of the project. 2. Direct negotiation may be conducted with the Director of Aviation for any areas desired. Areas used by the Contractor may be subject to rental rates and fees as identified by the Director of Aviation. Any areas occupied by the Contractor and his forces will be required to be completely restored by the Contractor, at his expense, including but not limited to (1) regrading disturbed areas; (2) complete removal of debris or any other material brought onto the site by the Contractor; (3) complete replacement of topsoil, turf, asphalt pavement, concrete slabs or drives, etc. that is worn, deteriorated or damaged during the period the Contractor and his forces occupy the area. All restoration shall be to the satisfaction of the Director of Aviation. 4. Prior to moving into an unpaved area, the Contractor shall remove and stockpile a minimum of 6-inches of existing topsoil. After completion of the project and after clearing the site of materials, equipment and debris, the Contractor shall replace, spread and grade the salvaged topsoil, followed by seeding and fertilizing. 5. All restoration activities shall be accomplished in accordance with applicable technical specifications of these documents including but not limited to Sections 02200, 02223 and 02920, or as directed by the Engineer. 6. No direct payment will be made to the Contractor for restoring plant site, storage or office areas. SP-8 PROTECTION OF PROPERTY The Contractor shall exercise care to prevent damage to all structures, either above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. The Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. The Contractor shall be responsible for all damage done to either public or private property during the course of construction except as specifically provided otherwise in these specifications. Various existing underground utilities and structures are shown on the plans. Their locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with all utility owners or locate companies in our region; examples include: Dig Tess, the City of Lubbock, Republic Parking, local utilities, FAA Facilities and LBB Operations at Lubbock Preston Smith International Airport. 01270507 SPECIAL PROVISIONS SP - 6 05/08 SP-9 ELECTRIC POWER AND NATURAL GAS The Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. The Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SP-10 LINES AND GRADES The Contractor will be responsible for laying out the work from existing paving and structures. The Engineer will check grade control and major layouts at his discretion, but this check will not relieve the Contractor of his responsibility of correctly locating line and grade in accordance with the plans and specifications. The Engineer will take all measurements necessary for the determination of the amount of work performed under the various items for which payment is provided. Whenever necessary, work will be suspended to permit this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall satisfy himself as to the accuracy of all measurements before constructing any permanent structure and shall not take advantage of any errors which may have been made in laying out the work. Such stakes and markings as the Engineer may set for either his own or the Contractor's guidance shall be scrupulously preserved by the Contractor. In case of negligence on the part of the Contractor or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing same may be deducted from subsequent estimates due the Contractor, at the discretion of the Engineer. SP-11 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by the Contractor during construction shall be made directly with the City of Lubbock's water utility department, Lubbock Power and Light and Water. 01270507 SPECIAL PROVISIONS SP - 7 05/08 SP-12 MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material source or mix design. The Owner will bear the cost of all passing commercial laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of the Contractor: Aggregates -Tests required, prior to use, for approval of source. Asphalt -Certifications on asphalt material used. Hot Mix -Mix design for all surface and base materials proposed, as required in the technical specifications. Cement -Certifications on cement material used. Cementitious Materials -Certifications on material used. Lime -Certifications on lime material used. Portland Cement Concrete -Mix design for all materials proposed, as required in the technical specifications. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source. SP-13 BARRICADES, SIGNS AND HAZARD MARKINGS The Contractor shall provide, erect and maintain all necessary barricades, signs, danger signals and lights for the protection of work and safety of the public. All devices shall meet the requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). SP-14 PREVENTION OF AIR AND WATER POLLUTION The Contractor is responsible for compliance with the code of federal regulations for storm water pollution prevention associated with construction activities. Such compliance includes, but is not limited to preparation of the Storm Water Pollution Prevention Plan (SWPPP), filing of notice of intent (including filing of an NOI for the Owner as an Operator), the installation and maintenance of sediment control measures and the filing of the Notice of Termination as applicable. Federal regulation number 62FR29785, NPDES stormwater construction, general permit. 01270507 SPECIAL PROVISIONS SP - 8 i 3 05/08 SP-15 PROGRESS SCHEDULE Within thirty (30) days after award of the contract, the Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to the Engineer and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve", with the monthly amount, cumulative amount and cumulative percent. The progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of the project within the time specified, will be approved in writing by the Engineer. Revision or changes in the approved progress schedule may be made only with approval of the Engineer. SP-16 PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall, at all times, be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation Regulations. During construction of the project, the Contractor shall also maintain operational safety on the Airport in accordance with FAA's Advisory Circular 150/5370-2E, "Operational Safety on Airports During Construction," included in the Appendix of these Specifications. SP-17 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of the project, the Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. SP-18 INSURANCE The Contractor shall not begin work under this contract until he has obtained all insurance as required in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the Owner shall have approved same. This includes all insurance related to subcontractors. The insurance coverage indicated in the General Conditions shall also include the Engineer, Parkhill, Smith & Cooper, Inc. as an additional insured. A certificate of Insurance is included in the specifications and Contract Documents for this project. The Contractor will be required to have five (5) extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with the Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the Contractor in connection with this work, including automobiles and other vehicles. 01270507 SPECIAL PROVISIONS SP - 9 05/08 Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS All structures, utilities or obstructions found on the airport and shown on the plans which are not to remain in place or which are not to be used in the new construction shall be removed and properly terminated as directed by the Engineer or utility Owner. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of the Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of the Owner, unless otherwise indicated. All materials and debris specified to be disposed of by the Contractor shall become the property of the Contractor and shall be properly disposed of off the airport property by the Contractor. SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from the plans which may be required by the exigencies of construction shall be determined by the Engineer and authorized by him in writing. SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if it cannot be satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of the work and replaced with satisfactory material by the Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and replaced at the Contractor's expense. Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from the Engineer, the Owner may recover for such defective work or materials on the Contractor's bond, or b action in a court having proper jurisdiction over such matters or may employ labor and equipment and Y g p p j � Y P Y satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor, which cost will be deducted from any money due him. SP-22 DISPUTED CLAIMS FOR EXTRA WORK In case the Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by the Engineer as an extra, the Contractor shall notify the Engineer in writing of his intention to make claim for such extra compensation before he begins the work on which he bases the claim and shall afford the Engineer every facility for keeping actual cost of the work. Failure on the part of the Contractor to give such notification or to afford the Engineer proper facilities for keeping strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of such notice by the Contractor and the keeping of costs by the Engineer shall not in any way be construed to 01270507 SPECIAL PROVISIONS SP -10 t: 05/08 �_1 prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his claim for extra compensation with the Engineer, who will present it to the Owner for consideration. SP-23 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officer, agents or employees, including attorneys fees. The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorneys fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any claimed negligent act of the Owner, Engineer, the Owner's officers, agents and employees, whether -. such negligent act was the sole proximate cause of the injury or damage or a proximate cause jointly and concurrently with the Contractor or the Contractor's employees, agents or subcontractors negligence, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officers, agents or employees, including attorneys fees. The Contractor agrees that he will indemnify and save the Owner and Engineer harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materiahnen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in the furtherance of the performance of this contract. When the Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. SP-24 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by the Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part of the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the work occasioned by any of the above causes before its completion and acceptance. SP-25 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by the Owner to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such defects discovered within one year from the date of written acceptance of the work. The Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. 01270507 SPECIAL PROVISIONS SP - 11 05/08 SP-26 SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall coordinate his work and theirs. The Contractor's coordination with other contractors shall require the approval of the Engineer. SP-27 SHOP DRAWINGS The Contractor shall submit to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, six copies unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. SP-28 ENGINEER Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Midland, Odessa, Amarillo and El Paso, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP-29 ENGINEER'S FIELD OFFICE The Contractor shall furnish an office at the site of the work for use by the Engineer. The building shall be provided immediately after work on the project is begun and shall remain in place until the project is accepted as complete, unless its earlier removal is authorized by the Engineer. It shall be floored and roofed, weather -tight, insulated and constructed in a workmanlike manner. All windows shall be screened and a screen door provided in addition to the regular door. It is contemplated that the building will be constructed of the same kind of material as that used by the Contractor for his office and job buildings. It shall be an independent unit, detached from any office, storage or warehouse building occupied by the Contractor, and shall be at a minimum clear distance of 50 feet from any such building. The building shall be for the sole use of the Engineer and the resident force. Should the building be destroyed or damaged in any manner, except through causes due to negligence of the occupying engineering force, the Contractor shall immediately restore it to its original state. Upon the completion of the project the building will become the property of the Contractor and shall be removed from the project site. 01270507 SPECIAL PROVISIONS SP -12 05/08 The building shall not be less than 150 square feet in floor area and shall have not less than two (2) glass windows and one (1) door. A conference table not less than 3' wide and 8' long with 6 chairs, a separate work desk with two chairs, and a filing cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided. The Contractor shall provide a suitable heater fired by either natural or LP gas. The Contractor shall also provide a suitable refrigerated air cooler. All fuel and electrical power for the building shall be provided by the Contractor. The Contractor shall have a private line telephone installed in the Engineer's field office for exclusive use of the Owner and Engineer. The Engineer will be responsible for subsequent monthly use charges. SP-30 PROGRESS MEETINGS A regularly scheduled progress meeting will be held not less than every two weeks and at other times as required by the progress of the work. The Contractor, Owner, Engineer and all Subcontractors active on the site shall be represented. The Engineer shall coordinate and preside at the meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to the work. SP-31 RESCUE AND FIREFIGHTING PROVISION The Contractor, at all times, shall make all portions of the site, parking lot, terminal, rental car facilities, etc. accessible to Emergency personnel and vehicles. SP-32 CRANE AND OVERHEAD EQUIPMENT SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) — OSHA 1926.550 (a) (15) when operating cranes and overhead equipment in the vicinity of overhead power lines. 01270507 SPECIAL PROVISIONS SP -13 a 05/08 r SECTION 01010 PART 1- GENERAL 1.1 SUMMARY A. The owner is: Lubbock Preston Smith International Airport, Administrative Office, 2nd Floor, 5401 N MLK Jr. Blvd, Unit 389, Lubbock, TX 79403. B. Section Includes: 1. Project description. 2. Scheduling of Work. 3. Definitions. 4. Regulatory requirements. 5. Access to the site. b. Meeting requirements. 7. Security. 8. Coordination. 9. Warranty. 1.2 PROJECT DESCRIPTION A. The project consists of the installation of stonnwater lift stations which involves: 1. Installation of force main lines. 2. Installation of inlet lines. 3. Site grading for lift stations. 4. Drainage channel to inlet structure. 5. Miscellaneous grading. 1.3 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. 1.4 REGULATORY REQUIREMENTS A. Submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the owner directly. H A 01270507 SUMMARY OF WORK 01010 -1 05/08 1.5 ACCESS TO THE SITE AND USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with Lubbock Preston Smith International Airport Operations Superintendent. B. Signs: Provide signs adequate to direct visitors. 1. Do not install, or allow to be installed, signs other than specified sign(s) and signs identifying the principal entities involved in the project. PART 2-PRODUCTS Not Used. PART 3 - EXECUTION 3.1 PRE -AWARD MEETING A. A pre -award meeting will be held at a time and place designated by the Owner, for the purpose of discussing the project with the apparent low bidder, to insure that the bidder fully understands and can comply with the requirements of the project. 3.2 PRECONSTRUCTION MEETING A. A preconstruction meeting will be held at a time and place designated by the Owner, for the purpose of identifying responsibilities of the owner's and the Engineer's personnel and explanation of administrative procedures. B. The Contractor shall also use this meeting for the following minimum agenda: 1. Construction schedule. 2. Use of areas of the site. 3. Delivery and storage. 4. Safety. 5. Security. 6. Cleaning up. 7. SubContractor procedures relating to: a. Submittals. b. Change orders. C. Applications for payment. d. Record documents. 8. FAA requirements C. Attendees shall include: 1. The owner. 2. The Engineer and any consultants. 3. The Contractor and its superintendent. 4. Major subcontractors, suppliers, and fabricators. 5. Others interested in the work. 01270507 SUMMARY OF WORK 01010 - 2 05/08 3.3 SECURITY PROCEDURES A. Limit access to the site to persons involved in the work. B. Provide secure storage for materials for which the owner has made payment and which are stored on site. C. Secure completed work as required to prevent loss. D. Secure this site by means of fencing, security guards or other means to prevent damage, theft, safety hazards or other problems on the site. E. See the Supplementary Conditions. 3.4 COORDINATION A. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. I . Inform the owner when coordination of his work is required. 2. Inform utility owners when coordination of their work is required. B. See other requirements in other portions of the contract documents. C. Prepare the coordination drawings specified in product sections. 1. Where space is limited, show plan and cross-section dimensions of space available, including structural obstructions and ceilings as applicable. 2. Coordinate shop drawings prepared by separate entities. 3. Show installation sequence when necessary for proper installation. 3.5 WARRANTY A. Contractor shall warrant 100 percent of the project for one (1) year after the date of final acceptance of the work. B. On the eleventh month from the date of final acceptance, Owner's Representative will schedule an annual Inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. Any work that is considered defective by the Owner's Representative will be repaired. C. Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION 01270507 SUMMARY OF WORK 01010 - 3 05/08 SECTION 01025 MEASUREMENT AND PAYMENT PART 1- GENERAL The bid price on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the prices on the various items. 1.1 CONTRACTOR MOBILIZATION/DEMOBILIZATION Payment will be made for mobilization and demobilization on a lump sum basis. Price shall include mobilization and demobilization of all equipment, tools, and all other job -related items, as well as all bonds, insurance, job trailer, etc. This item will be paid at 50% with the first progress payment and 50% with the final payment. 1.2 6" SDR 26 FORCE MAIN Payment will be made for installing a 6" SDR 6 force main, as shown on the plans on a linear foot basis. Price shall include furnishing and installing all materials and all incidentals necessary to complete the work. Price excludes polyethylene warning tape. 1.3 8" SDR 26 FORCE MAIN Payment will be made for installing an 8" SDR 26 force main, as shown on the plans on a linear foot basis. Price shall include furnishing and installing all materials and all incidentals necessary to complete the work. Price excludes polyethylene warning tape. 1.4 HEAVY POLYETHYLENE WARNING TAPE Payment will be made for placing polyethylene warning tape along all force main and inlet lines as shown in the plans complete in place on a linear foot basis. 1.5 C151 DUCTILE IRON FITTINGS Payment will be made for ductile iron actually used on a per ton basis. All quantities installed will be verified by the Owner. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 1.6 2" COMBINATION AIR VALVE AND STRUCTURE Payment will be made for installation of a 2-inch combination air valve and structure for each force main line as indicated in the plans on a per each basis. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 01270507 MEASUREMENT AND PAYMENT 01025 -1 05/08 1.7 TIE TO AREA INLET STRUCTURE Payment will be made for tie to existing area inlet structure for the force main as indicated on the plans on per each basis. . Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the outlet structure. 1.8 STORMWATER LIFT STATION INSTALLATION Payment will be made for the complete installation of the stormwater lift stations on per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary for a complete and working stormwater lift station as shown on the plans and specifications. 1.9 STORM WATER INLET STRUCTURE Payment will be made for the complete installation of three storm water inlet structures on per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the structures as shown in the plans. 1.10 15" SDR 261NLET LINE Payment will be made for installing a 15" SDR 26 inlet line, as shown on the plans on a linear foot basis. Price shall include furnishing and installing all materials and all incidentals necessary to complete the work. Price excludes polyethylene warning tape. 1.11 10" STEEL CASING IN BORE LA Payment will be made for installing a 12" steel casing as shown in the plans on a linear foot basis. Price shall include furnishing and installing all materials and all incidentals necessary to complete the work. 1.12 16" STEEL CASING IN BORE Payment will be made for installing a 16" steel casing as shown in the plans on a linear foot basis. Price shall include furnishing and installing all materials and all incidentals necessary to complete the work. 1.13 TRAPEZOIDAL CHANNEL TO INTAKE STRUCTURE Payment will be made for excavation and embankment necessary to set proper grades for the trapezoidal channel both inlet structures, as indicated in the plans, on a per cubic yard basis U including fine grading and topsoil preparation. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. i 1.14 ELECTRICAL Contractor to provide power service to both lift station sites, and furnish and install all electrical/control equipment as shown on the plans to make a complete and working lift stations, to be paid on a lump sum basis. 01270507 MEASUREMENT AND PAYMENT 01025 - 2 05/08 i t 1.15 EROSION PROTECTION 3 Payment will be made for the sod actually laid or seed actually sewn and water on a per acre basis. All quantities installed will be verified by the Owner to ensure requirements are met. The unit price bid shall include furnishing and installing all materials, sub -grade preparation, fertilization, watering, maintenance and all incidentals necessary to complete the work in providing a "stand" of grass as specified. 1.16 27" RCP CULVERT Payment will be made for installing a 27" RCP culvert as shown on the plans on a linear foot basis. Price shall include furnishing and installing all materials and all incidentals necessary to complete the work. 1.17 RCP CULVERT — HEADWALLS WITH GRATING Payment will be made for installing two headwalls with grating as shown on the plans on a per each basis. Price shall include furnishing and installing all materials and all incidentals necessary r 3 to complete the work. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01270507 MEASUREMENT AND PAYMENT 01025 - 3 05/08 I SECTION 01027 APPLICATIONS FOR PAYMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Administrative and procedural requirements governing the following: 1. Contractor's Applications for Payment. 2. Schedule of Values 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Submittal procedures, photographs or video. B. Section 01700 - Project Closeout: Final payment. 1.4 SCHEDULE OF VALUES A. Coordinate preparation of the Schedule of Values with preparation of the Contractor's Construction Schedule. 1. Correlate line items in the Schedule of Values with other required administrative schedules and forms, including: a. Contractor's construction schedule. b. Application for Payment form. C. List of subcontractors. d. Schedule of allowances. e. Schedule of alternates. f. List of principal suppliers and fabricators. g. Schedule of submittals. 2. Submit the Schedule of Values to the Engineer at the earliest feasible date, but in no case later than 14 days after "Notice to Proceed". B. Format and Content: Use the Project Manual Bid Form as a guide to establish the format for the Schedule of Values. 1. Identification: Include the following Project identification on the Schedule of Values: a. Project name and location. b. Name of the Engineer. C. Project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange the Schedule of Values in a tabular form with separate columns to indicate the following for each item listed: a. Item name. b. Units of Measurement. 01270507 APPLICATIONS FOR PAYMENT 01027 - 1 05/08 ' C. Plan Quantity. d. Plan Amount. e. Percent Complete. f. Amount Complete to Date. g. Change Orders (numbers) that have affected value. 3. Round amounts off to the nearest whole dollar; the total shall equal the Contract Sum. 4. For each part of the Work where an Application for Payment may include materials or equipment, purchased or fabricated and stored, but not yet installed, provide separate line items on the Schedule of Values for initial cost of the materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 5. Schedule Updating: Update and resubmit the Schedule of Values when Change Orders or Construction Change Directives result in a change in the Contract Sum. Individually list approved change orders on schedule of values and application for payment. 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by the Engineer and paid for by the Owner. 1. The initial Application for Payment, the Application for Payment at time of Substantial Completion, and the final Application for Payment involve additional requirements. B. Payment Application Times: The date for receipt of each progress payment shall be received by the Engineer prior to last day of each month. The period of construction Work covered by each Application for Payment is one month. C. Payment Application Forms: Use AIA Document G 702 and Continuation Sheets G 703 as the form for Application for Payment. D. Application Preparation: Complete every entry on the form, including notarization and execution by person authorized to sign legal documents on behalf of the Owner. Incomplete applications will be returned without action. 1. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions have been made. 2. Include amounts of Change Orders and Construction Change Directives issued prior to the last day of the construction period covered by the application. E. Transmittal: Submit 5 executed copies of each Application for Payment to the Engineer by means ensuring receipt within 24 hours; one copy shall be complete, including waivers of lien and similar attachments, when required. 1. Transmit each copy with a transmittal form listing attachments, and recording appropriate information related to the application in a manner acceptable to the Engineer. F. Waivers of Mechanics Lien: With each Application for Payment submit waivers of mechanics liens from subcontractors or sub- subcontractors and suppliers for the construction period covered by the previous application. 1. Submit partial waivers on each item for the amount requested, prior to deduction for retainage, on each item. 2. When an application shows completion of an item, submit final or full waivers. 3. The Owner reserves the right to designate which entities involved in the Work must submit waivers. r_ 01270507 APPLICATIONS FOR PAYMENT 01027 - 2 05/08 4. Waiver Delays: Submit each Application for Payment with the Contractor's waiver of mechanics lien for the period of construction covered by the application. a. Submit final Application for Payment with or preceded by final waivers from every entity involved with performance of Work covered by the application who could lawfully be entitled to a lien. 5. Waiver Forms: Submit waivers of lien on forms, and executed in a manner, acceptable to Owner. G. Initial Application for Payment: Administrative actions and submittals that must precede with submittal of the first Application for Payment include the following. Items designated with an must be submitted within 14 days after "Notice to Proceed" is issued. 1. *List of subcontractors. 2. *List of principal suppliers and fabricators. 3. *Schedule of Values. 4. Contractor's Construction Schedule (preliminary if not final). 5. *List of Contractor's staff assignments. 6. *Copies of building permits H. Application for Payment at Substantial Completion: Following issuance of the Certificate of Substantial Completion, submit an Application for Payment. I. Administrative actions and submittals that shall proceed or coincide with this application include: 1. Occupancy permits and similar approvals. 2. Warranties (guarantees) and maintenance agreements. 3. Test/adjust(balance records. 4. Maintenance instructions. 5. Start-up performance reports. 6. Change -over information related to Owner's maintenance. 7. Final cleaning. 8. Application for reduction of retainage, and consent of surety. 9. List of incomplete Work, recognized as exceptions to Engineer's Certificate of Substantial Completion. J. Final Payment Application: Administrative actions and submittals which must precede or coincide with submittal of the final payment Application for Payment include the following: 1. Completion of Project closeout requirements. 2. Completion of items specified for completion after Substantial Completion. 3. Assurance that unsettled claims will be settled. 4. Assurance that Work not complete and accepted will be completed without undue delay. 5. Transmittal of required Project construction records to Owner. 6. Removal of temporary facilities and services. 7. Removal of surplus materials, rubbish and similar elements. 8. Change of door locks to Owner's access. 9. Final release of all liens and waivers for the contractor, subcontractor, material suppliers and any other individual or company associated with the project. K. Retainage: 5% retainage will be withheld from each progress payment. Retainage will be released as part of the final payment. PART 2-PRODUCTS Not Used 01270507 APPLICATIONS FOR PAYMENT 01027 - 3 05/08 PART 3 - EXECUTION Not Used END OF SECTION 01270507 APPLICATIONS FOR PAYMENT 01027 - 4 05/08 SECTION 01028 _!EWE"_..DECZI 13DI ZA ' _:..110 *1101,M, PART 1- GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.2 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01300 — Submittals: Work Schedule. C. Section 01700 — Contract Closeout. 1.3 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. On request, provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 01270507 CHANGE ORDER PROCEDURES 01028 -1 05/08 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 01270507 CHANGE ORDER PROCEDURES 01028 - 2 05/08 1.10 EXECUTION OF CHANGE ORDERS A. Execution of Change Order: Engineer will issue Change Orders (on standard City - approved Change Order Form) for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to records each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise prograss schedules to reflect any change in Contract Time, revise sub - schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01028 01270507 CHANGE ORDER PROCEDURES 01028 - 3 05/08 { SECTION 01039 COORDINATION AND MEETINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings. General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Progress meetings. E. Preinstallation meetings. F. Cutting and Patching. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate space requirements and installation of electrical work as indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable. C. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. D. Items which require electrical connections shall be coordinated with Division 16 for: 1. Voltage. 2. Phase. 3. Ampacity. 4. No. and size of wires. 5. Wiring diagrams. 6. Starter size, details and location. 7. Control devices and details. E. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owners activities. k- 01270507 COORDINATION AND MEETINGS 01039 -1 tv_ 05/08 1.4 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Control datum for survey is that shown on Drawings. C. Verify set -backs and easements, confirm drawing dimensions and elevations. D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.5 PRE CONSTRUCTION MEETING A. Engineer will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Designation of personnel representing the parties in Contract and the Engineer. 2. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 3. Scheduling a. Use of premises by Owner and Contractor. b. Owner's requirements. C. Construction facilities and controls provided by Owner. d. Survey and layout. e. Security and housekeeping procedures. f. Schedules. g. Procedures for testing. h. Procedures for maintaining record documents. i. Requirements for start-up of equipment. j. Inspection and acceptance of equipment put into service during construction period. D. Engineer will record minutes and distribute copies within five days after meeting to participants. 1.6 PROGRESS MEETINGS A. The Engineer will schedule and administer meetings throughout progress of the Work at minimum bi-weekly intervals. B. The Engineer will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. - D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. j 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 4 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. ! 9. Planned progress during succeeding work period. _J 01270507 COORDINATION AND MEETINGS 01039 - 2 05/08 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within five days to Engineer, participants, and those affected by decisions made. 1.7 PREINSTALLATION MEETING A. When required in individual specification Sections, the Contractor shall convene a preinstallation meeting at work site prior to commencing work of the Section. B. Require attendance of parties directly affecting, or affected by, work of the specific Section. C. Notify Engineer four days in advance of meeting date. D. Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. The Engineer will record minutes and distribute copies within five days after meeting to participants. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct location. D. Document the site by photo and note any pre-existing conditions of concern and damage to existing facilities. Submit a copy of photos to the Engineer. 3.2 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching, including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 01270507 COORDINATION AND MEETINGS 01039 - 3 ` 05/08 :s I� E. F. G. H. I. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. Cut rigid materials using masonry saw or core drill. Restore Work with new products in accordance with requirements of Contract Documents. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. Identify any hazardous condition exposed during the Work to the Architect or Engineer for Decision or remedy. END OF SECTION 01270507 COORDINATION AND MEETINGS 01039 - 4 05/08 i' SECTION 01300 ' u1_ _y_ .__._ _ PART 1- GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed products list. D. Shop drawings. E. Product data. F. Samples. G. Manufacturers' instructions. H. Manufacturers' certificates. I. Construction photographs. 1.2 RELATED SECTIONS A. Section 01410 — Testing Laboratory Services. B. Section 01700 - Contract Closeout. 1.3 SUBMITTAL PROCEDURES A. Submit a minimum of five (5) copies of each submittal. B. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for Contractor and Engineer review stamps. H. Revise and resubmit submittals as required, identify all changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. J. Submittals not requested will not be recognized or processed. 1.4 RESUBMITTAL REQUIREMENTS ..! A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal. wR 01270507 SUBMITTALS 01300 -1 05/08 1.5 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate for Engineer within 15 days after date established in Notice to Proceed. B. Submit revised schedules with each Application for Payment, identifying changes since previous version. C. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. D. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by Owner. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.7 SHOP DRAWINGS A. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. B. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus four copies which will be retained by Architect. C. Drawing size shall be minimum 83 x 11 inches and maximum of 30 x 42 inches. D. Draw details to a minimum size 3 inches equal to 1 foot. E. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposes described in Section 01700 — Contract Closeout. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. C. Include recommendations for application and use, compliance with specified standards oftrade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 01270507 05/08 SUBMITTALS El 01300 - 2 } i 1.9 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors, textures, and patterns, as specified, for Engineer's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number or samples specified in individual specification Sections; one ofwhich will be retained by Engineer. F. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.10 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 1.11 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART2-PRODUCTS Not Used PART 3-EXECUTION Not Used _ 01270507 ...a 05/08 END OF SECTION 1: _ 01300 - 3 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1- GENERAL 1.1 GENERAL A. The Contractor shall develop a Stormwater Pollution Prevention Plan (SWP3), implement and maintain storm water pollution prevention measures as Required by TCEQ, file the Notice of Intent (N.O.I.) (including an N.O.I. for the Owner as an Operator) and file the Notice of Termination (N.O.T.) The Contractor shall coordinate work that interferes with SWP3 measures with Engineer. 1.2 SUBMITTALS A. Submit two (2) copies of the SWP3 for the Owner's record. 1.3 EROSION AND SEDIMENT CONTROLS A. General I. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWPPP and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site will be installed by the Contractor _ as soon as practical and in accordance with the SWP3. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and , grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be - placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. 01270507 STORM WATER POLLUTION PREVENTION MEASURES 01356 -1 05/08 E. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures to be implemented by the Contractor may include any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer stips, e. paving. 3. Stabilization measures shall be implemented in accordance with the SWP3. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Stormwater Pollution Prevention Plan (SWP3) is to be developed by the Contractor. Provide one copy to the Engineer and one copy to the Owner. B. A completed Construction Site Notice form in accordance with the requirements of the State's general permit for storm water discharges from construction sites will be prepared by the Contractor. C. The SWPPP shall be continually updated as necessary to reflect current and changing conditions on site. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. D. The Contractor shall file the N.O.I. and N.O.T. including N.O.I and N.O.T for the Owner as an Operator. E. The Contractor shall submit all applicable fees for the Contractor's N.O.1 as well as the Owner's N.O.I. END OF SECTION 01356 01270507 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 2 05/08 SECTION 01410 TESTING LABORATORY SERVICES PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Selection and payment. B. Contractor submittals. C. Laboratory responsibilities. D. Laboratory reports. E. Limits on testing laboratory authority. F. Contractor responsibilities. 1.3 RELATED SECTIONS A. Section 01300 - Submittals. B. Section 01700 - Contract Closeout. C. Individual Specification Sections: Inspections, tests, and standards for testing are required. 1.4 REFERENCES A. ANSUASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSUASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.5 SELECTION AND PAYMENT A. An independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. l . Notify Engineer and independent firm 48 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. D. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. 01270507 TESTING LABORATORY SERVICES 01410 -1 05/08 ' I i__ E. The cost associated with compliance testing shall be paid by the Owner. Re -testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for re -testing will be paid by the Contractor. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSFASTM E329 and ANSI/ASTM D3740R. B. Laboratory Staff. Maintain a full time registered Engineer on staff to review services. C. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.7 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Engineer and Contractor in performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. F. Perform additional inspections and tests required by Engineer. 1.8 LABORATORY REPORTS A. After each inspection and test, promptly submit three copies of laboratory report to Architect, and to Contractor. B. Include: 1. Date issued, 2. Project title and number, 3. Name of inspector, 4. Date and time of sampling or inspection, 5. Identification of product and Specifications Section, 6. Location in the Project, 7. Type of inspection or test, 8. Date of test, 9. Results of tests and 10. Conformance with Contract Documents. C. When requested by Engineer, provide interpretation of test results. 1.9 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 01270507 TESTING LABORATORY SERVICES 01410 - 2 05/08 D. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. E. Maintain lighting and provide routine repairs. F. Permanent building lighting may be utilized during construction if applicable. 1.6 TEMPORARY HEAT A. Provide and pay for heat devices and heat as required to maintain specified conditions for construction operations. B. Owner will pay cost of energy used. Enclose building prior to activating temporary heat in accordance with Article 1.14 - Exterior Enclosures, in this Section and exercise measures to conserve energy. C. Provide separate metering and reimburse Owner for cost of energy used. D. Prior to operation of permanent equipment for temporary heating purposes, verify that installation is approved for operation, equipment is lubricated and filters are in place. Provide and pay for operation, maintenance, and regular replacement of filters and worn or consumed parts. E. Maintain minimum ambient temperature of 50 degrees F in areas where construction is in progress, unless indicated otherwise in specifications. F. Do not use permanent building heating equipment until all dust related operations are completed. 1.7 TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 1.8 TELEPHONE SERVICE A. Provide, maintain and pay for telephone service to field office and Engineer's field office at time of project mobilization. 1.9 TEMPORARY WATER SERVICE i A. Provide, maintain and pay for suitable quality water service required for construction operations. B. Exercise measures to conserve water. �1 C. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing. 1.10 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 01270507 TEMPORARY FACILITIES & CONTROLS 01500 - 2 05/08 1.11 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of the site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 1.12 FENCING A. Construction: At Contractor's option, commercial grade chain link fence or solid wood fence, painted. B. As necessary or where specified, provide 6 foot high fence around construction site; equip with vehicular and pedestrian gates with locks. 1.13 WATER CONTROL A. Grade site to drain. Maintain excavations free ofwater. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.14 EXTERIOR ENCLOSURES A. Provide temporary insulated weather tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification Sections, and to prevent entry of unauthorized persons. B. Provide access doors with self -closing hardware and locks. 1.15 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.16 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 01270507 TEMPORARY FACILITIES & CONTROLS 01500 - 3 05/08 1.17 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Existing on -site roads may be used for construction traffic. 1.18 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. -1 D. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.19 PROJECT IDENTIFICATION A. Provide 8 w x 6 h foot project sign of exterior grade plywood and wood frame construction, painted, with exhibit lettering by professional sign painter. B. List title of project, names of Owner, Architect, Engineer, professional sub -consultants, Contractor and major Subcontractors. C. Erect on site facing incoming traffic. D. No other signs are allowed without Owner permission except those required by law. 1.20 FIELD OFFICES AND SHEDS A. Office: Weather -tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack and drawing display table. 1.21 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2-PRODUCTS Not Used 01270507 TEMPORARY FACILITIES & CONTROLS 01500 - 4 05/08 PART 3 - EXECUTION Not Used END OF SECTION 01270507 TEMPORARY FACILITIES & CONTROLS 05/08 01500-5 SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1- GENERAL 1.1 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART2-PRODUCTS 2.1 CONSTRUCTION METHODS A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 3.1 GENERAL A. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to insure compliance with the Traffic Control Plan (TCP). 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION 01555 01270507 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 -1 05/08 I SECTION 01560 ENVIRONMENTAL PROTECTION PART 1-GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. CODE OF FEDERAL REGULATIONS (CFR) 29 CFR 1910-SUBPART G Occupational Health and Environmental Control CORPS OF ENGINEERS (COE) COE EP-1165-2-304 1976 Flood Plain Regulations for Flood Plain Management 1.2 DEFINITIONS A. Sediment Soil and other debris that have eroded and have been transported by runoff water or wind. B. Solid Waste Rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. C. Rubbish Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. D. Debris Combustible and noncombustible wastes such as ashes and waste materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. E. Chemical Wastes This includes salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Wastes 1. Sewage Wastes characterized as domestic sanitary sewage. 2. Garbage Refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. G. Oily Waste 1. Petroleum products and bituminous materials. 1.3 ENVIRONMENTAL PROTECTION REQUIREMENTS Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct 01270507 ENVIRONMENTAL PROTECTION 01560 -1 05/08 conditions that develop during the construction of permanent or temporary environmental features associated with the project. Comply with Federal, state, and local regulations pertaining to the environment, including but not limited to water, air, and noise pollution. A. Preconstruction Survey Perform a preconstruction survey ofthe project site with the Engineer, and pollution prevention measures necessary to assess existing environmental conditions in, and adjacent to the site. PART2-PRODUCTS Not Used PART 3 - EXECUTION Preserve the natural resources within the project boundaries and outside the limits ofpermanent work. Restore to an equivalent or improved condition upon completion of work. Confine construction activities to within the limits of the work indicated or specified. A. Land Resources Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without the Engineer's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Engineer. Where such use of attach ropes, cables, or guys is authorized, the Contractor shall be responsible for any resultant damage. 1. Protection Protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 percent or more of their root systems destroyed. 2. Replacement Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Engineer's approval before replacement. 3. Temporary Construction Remove traces of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. B. Water Resources 1. Oily Wastes Prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage or spillage. 01270507 ENVIRONMENTAL PROTECTION 01560 - 2 05/08 c 3.2 EROSION AND SEDIMENT CONTROL MEASURES A. Burnoff Burnoff of the ground cover is not permitted. B. Borrow Areas Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils Immediately finish the earthwork brought to a final grade, as indicated or specified. Immediately protect the side slopes and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils Mechanically retard and control the rate of runoff from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.3 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES Pick up solid wastes, and place in containers which are regularly emptied. Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose of waste. A. Disposal of Rubbish and Debris Dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. B. Garbage Disposal Place garbage in approved containers, and move to a pickup point or disposal area, where directed. g . 3.4 DUST CONTROL Contractor will be fully responsible for dust control along all haul roads and in the project area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. 3.5 STORM WATER POLLUTION PREVENTION PLAN Refer to Section 01356. END OF SECTION 01270507 ENVIRONMENTAL PROTECTION 01560 - 3 j 05/08 SECTION 01700 EXECUTION REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.3 RELATED SECTIONS A. Section 01500 - Temporary Facilities and Controls: Progress cleaning. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's' inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. 01270507 05/08 EXECUTION REQUIREMENTS 01700 -1 m i i Li D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.6 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, 8 'h x 11 inch text pages, bound in three D-ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Engineer comments. Revise content of documents as required prior to final submittal. C. Submit two final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. G. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: l . Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Operating instructions necessary for Owner to make full and efficient use of equipment including recommended maintenance and seasonal change -over procedures for HVAC systems. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. I. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Air and water balance reports. 3. Certificates. 4. Photocopies of warranties and bonds. 01270507 EXECUTION REQUIREMENTS 01700 - 2 3 05/08 1.7 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01270507 EXECUTION REQUIREMENTS 01700 - 3 05/08 SECTION 02050 REMOVAL, DEMOLITION AND SALVAGE PART 1- GENERAL 1.1 SECTION INCLUDES A. Demolition of designated structures and removal of materials from site. B. Demolition and removal of foundations and slabs -on -grade. C. Disconnecting and capping of identified utilities. 1.2 RELATED SECTIONS A. Section 01039 - Coordination and Meetings B. Section 01500 - Construction Facilities and Temporary Controls: Barriers, fences and landscape protection. Dust control. C. Section 01600 - Material and Equipment. D. Section 01700 - Contract Closeout: Project record documents. 1.3 JOINT INSPECTION A. Prior to demolition, a joint inspection by the Owner, Engineer and Contractor will be made to determine condition of existing structures adjacent to items being demolished. Adjacent structures damaged by demolition operations must be restored satisfactorily at no expense to the Owner. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of capped utilities and subsurface obstructions. 1.5 QUALIFICATIONS A. Experience in performing the Work of this Section. 1.6 DISPOSITION OF MATERIALS AND EQUIPMENT A. Ownership of Material and Equipment 1. Certain materials and equipment may be designated for reuse or salvage and will remain the Owner's property. If the designated items are damaged during demolition, handling or storage, the items must be restored satisfactorily at no expense to the Owner. 2. Materials and equipment not designated for reuse or salvage become the Contractor's property. B. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of by the Contractor at no expense to the Owner. C. Reuse. Other items may be designated for reuse as directed by the Owner's Representative. 01270507 REMOVAL, DEMOLITION AND SALVAGE 02050 -1 05/08 1.7 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control and disposal. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks or hydrants without permits. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.8 SCHEDULING A. Schedule work under the provisions of Section 01300. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. PART 2-PRODUCTS Not Used. PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. B. Protect existing landscaping materials, appurtenances and structures which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 3.2 PROTECTION OF PERSONS AND PROPERTY A. The Contractor is responsible for providing protection of persons and property, including safe working conditions throughout work progress. B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent damage from falling debris or other sources to Owner's property or adjacent property. C. Do not interfere with use of adjacent structures; maintain free and safe access at all times. Guard against movement or settlement of adjacent structures. The Contractor is responsible for safety and integrity of adjacent structures and, consequently, is liable for any movement or settlement and any resulting injuries or damage. Provide proper bracing and shoring necessary for support. If safety of adjacent buildings appears to be endangered, cease operations. Do not resume demolition until proper protective measures have been taken. 3.3 BLASTING A. Blasting is not permitted on this project. 01270507 REMOVAL, DEMOLITION AND SALVAGE 02050 - 2 05/08 1 I i 3.4 FIRES A. Fires are not permitted on this project. 3.5 UTILITY SERVICES A. Disconnecting Seal abandoned storm or sanitary sewers with concrete or by another approved method. B. Interruption When temporary interruption of utility service to an occupied building is required by the work, properly coordinate the outage to prevent untimely or damaging interruptions. 3.6 GENERAL WORK ITEMS A. Contractor may use equipment and materials necessary to properly complete the demolition. Operational procedures are at the Contractor's option but must not interfere with the execution of other work. Materials or equipment designated for reuse or salvage shall be carefully removed, transported and stored in approved storage areas. B. Structures. Remove structures entirely, including footings, contents, attachments and improvements. Carefully remove and lower structural steel. C. Removing and Replacing Concrete. Use these procedures where existing concrete must be removed to facilitate operations but will be replaced subsequently. 1. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement. 2. After removing concrete, cut cross bars at center of breakout and bend back. 3. Before replacing concrete, bend bars back to the original position and provide a splice bar for each cut bar. Splice bars must be the size of cut bars and of a length to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the job conditions. 4. Immediately before placing new concrete, thoroughly clean old concrete and apply a heavy coat of bonding agent. 5. Replace concrete as specified in Division 3 - Concrete. D. Backfill 1. Backfill holes or other hazardous openings resulting from demolition with an approved material to the density of adjacent soil as specified in the section describing Earthwork. 2. Backfilling with rubbish or burying on the site is not permitted. E. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are not for reuse of salvage must be removed from the site daily, unless otherwise approved. 3.7 MECHANICAL WORK ITEMS mA. Remove existing mechanical work items to the extent necessary to accommodate new work. 3.8 ELECTRICAL WORK ITEMS -3 A. Unless otherwise noted, remove all electrical materials and equipment from areas indicated for demolition and from site. B. Remove existing conduit to the extent necessary to accommodate new work or to a minimum of 5 feet beyond area indicated for demolition, whichever is greater. C. Remove all wiring from abandoned conduit. D. Seal abandoned conduits. E. Existing electrical services and controls to items being removed must be disconnected. 01270507 REMOVAL, DEMOLITION AND SALVAGE 02050 - 3 1 05/08 3.9 SCHEDULES A. No salvage material or equipment shall be reused on the project unless specifically provided for in the Specifications or so noted on the drawings. END OF SECTION 01270507 REMOVAL, DEMOLITION AND SALVAGE 02050 - 4 05/08 SECTION 02151 TRENCH SAFETY SYSTEMS PART 1- GENERAL 1.1 SECTION INCLUDES This section of the specifications covers trench safety systems for trench excavations greater than five feet in depth. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Section 02110, Site Preparation and Cleaning D. Appendix, Excerpts from OSHA Subpart P 1.3 SCOPE OF WORK The scope of work includes but is not limited to trench and excavation safety systems either by cut back method or braced excavation method for all trenches five feet and deeper whether indicated on the drawings or required by actual field conditions. Trenches not exceeding five feet in depth shall be protected as required by OSHA, State and Local standards. Alternative methods of trench safety may be submitted for approval to the Engineer, however alternative methods will not be reviewed or approved prior to bid opening. 1.4 SUBMITTALS Provide detail drawings for proposed trench safety systems. Clearly identify where each system is proposed for use and type of system to be used. Trench excavations cannot be started until trench safety systems have been submitted and approved by the Engineer. A. Trench Boxes - Submit manufacturer's standard data sheet and certificate of compliance signed by a registered engineer stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. B. Alternative Systems - If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, submit design calculations signed by a registered engineer showing all member properties, design strengths and any stress increases used with justification for their use. 01270507 TRENCH SAFETY SYSTEMS 02151 -1 05/08 1.5 QUALITY ASSURANCE Trench safety systems shall be designed based on actual field conditions. The Contractor shall review and determine the field conditions for the project. Work shall be performed by forces having at least two years experience with similar types of trench safety systems. All prefabricated items used in trench safety systems shall be manufactured by a company with at least two years experience in fabricating the items. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trenches and excavations. PART2-PRODUCTS Provide suitable materials capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes, knots and other defects. A. Steel - Steel shall be of type and thickness as required by design and shall have a minimum yield stress of Fy = 36000 psi. B. Aluminum - Type 6061-T6, thickness as required by design. C. Wood in Contact with Earth - Pressure treated soft woods or untreated hardwoods. D. Wood not in Contact with Earth - Soft or hardwood as required by design. PART 3 - EXECUTION 3.1 JOB CONDITIONS Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements or structures and submit a written report to the Engineer of all such changes. 3.2 EXISTING UTILITIES Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. Repair all sewer line damaged by the Contractor using CT adaptors (eccentric) and schedule 40 PVC sewer pipe. 01270507 TRENCH SAFETY SYSTEMS 02151 - 2 05/08 _1 3.3 TRENCHING PROCEDURES Provide shoring systems in accordance with the submitted design to adequately resist earth pressures indicated on the drawings. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. Excavations which must remain open during periods of rainfall shall be covered with suitable material to prevent accumulations of water in excavation. F. If cut back method is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. G. Do not operate heavy equipment except for trench digging equipment within twenty feet of edge of excavation. END OF SECTION 01270507 TRENCH SAFETY SYSTEMS 02151 - 3 05/08 SECTION 02222 EXCAVATING PART 1-GENERAL 1.1 SECTION INCLUDES A. Excavating for site structures. 1.2 RELATED SECTIONS A. Section 01019 - Contract Considerations. B. Section 01400 - Quality Control: Inspection of bearing surfaces. C. Section 01500 - Construction Facilities and Temporary Controls: Dewatering of excavations and water control. D. Section 02223 - Backfilling. 1.3 FIELD MEASUREMENTS A. Verify that survey bench mark and intended elevations for the Work are as indicated. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Locate, identify, and protect utilities that remain from damage. C. Notify utility company to locate utilities. D. Protect plant life, lawns, and other features remaining as a portion of final landscaping. E. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. 3.2 EXCAVATING A. Underpin adjacent structures which may be damaged by excavating work. B. Excavate subsoil to accommodate construction operations. C. Compact disturbed load bearing soil in direct contact with foundations to original bearing capacity; perform compaction in accordance with Section 02223. D. Slope banks with machine to angle of repose or less until shored. E. Grade top perimeter of excavating to prevent surface water from draining into excavation. F. Hand trim excavation. Remove loose matter. G. Remove lumped subsoil, boulders, and rock. 01270507 EXCAVATING 02222 -1 05/08 I H. Notify Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. I. Correct areas over excavated in accordance with Section 02223. J. Stockpile excavated material in area designated. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection and testing. B. Provide for visual inspection of bearing surfaces. 3.4 PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability. B. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. END OF SECTION 01270507 EXCAVATING 02222 - 2 05/08 SECTION 02223 BACKFILLING PARTl-GENERAL 1.1 SECTION INCLUDES A. Foundation perimeter and site structure backfilling to subgrade elevations. B. Site filling and backfilling. C. Fill under slabs -on -grade and paving. D. Consolidation and compaction. E. Fill for over -excavation. 1.2 RELATED SECTIONS A. Section 01400 - Quality Control: Testing fill compaction. B. Section 02222 - Excavating. C. Section 03300 - Cast -in -Place Concrete: Concrete materials. D. Geotechnical Soils Investigation report. 1.3 REFERENCES A. ANSUASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ANSUASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. C. ANSUASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone Method. D. ANSIASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb Rammer and 18 inch Drop. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. PART2-PRODUCTS 2.1 FILL MATERIALS A. Type A - Structural Fill - Types GW, GM, GC, GP, SW, SP, SM with a PI between 5 and 12 and free of organic materials and rocks, lumps or other items larger than 2 inches. B. Type B - Ordinary Fill - Types GW, GM, GC, SW, SP, SM, SS, CL or CH with a PI between 5 and 18 and free of organic materials and rocks, lumps or other items larger than 2 inches. C. Type C - Sand - Natural river or bank sand; free of silt, clay, loam, friable or soluble materials, or organic matter; graded in accordance with ANSUASTM C136. D. Concrete: Structural concrete conforming to Section 03300 except with a compressive strength of 3000 psi and a minimum cement ratio of 4 sacks/yard. 01270507 05/08 BACKFILLING 02223 -1 r i_ r i PART 3 - EXECUTION 3.1 EXAMINATION A. Verify fill materials to be reused are acceptable. 3.2 PREPARATION A. Generally, compact subgrade to density requirements for subsequent backfill materials. B. Cut out soft areas of subgrade not capable of insitu compaction. Backfill with Type B fill and compact to density equal to or greater than requirements for subsequent backfill material. C. Prior to placement of aggregate base course material at paved areas, compact subsoil to 95 percent of its maximum dry density in accordance with ANSUASTM D698. 3.3 BACKFILLING A. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. C. Type A and B Fill: Place and compact materials in continuous layers not exceeding 8 inches compacted depth. D. Employ a placement method that does not disturb or damage utilities in trenches. E. Maintain optimum moisture content of backfill materials to attain required compaction density. F. Backfill against supported foundation walls. Do not backfill against unsupported foundation walls except for cantilevered retaining walls. G. Backfill simultaneously on each side of unsupported foundation walls. H. Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. I. Make grade changes gradual. Blend slope into level areas. J. Spread surplus backfill materials in designated areas. K. Leave fill material stockpile areas completely free of excess fill materials. 3.4 TOLERANCES A. Top Surface of Backfilling: Plus or minus one inch from required elevations. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Tests and analysis of fill material will be performed in accordance with ANSUASTM D698 or D1557 and with Section 01400. C. Compaction testing will be performed in accordance with ANSUASTM D698 and with Section 01400. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. E. Frequency of Tests: I test for each 8" lift every 500' of trench as specified on the project plans. F. Proof roll compacted fill surfaces under slabs -on -grade and paving. 01270507 BACKFILLING 02223 - 2 05/08 3.6 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Recompact fills subjected to vehicular traffic. 3.7 SCHEDULE A. Interior Slab -On -Grade: 1. Type A fill, compacted to 95 percent. 2. Cover with Type C fill, 2 inches thick, compacted to 95 percent. B. Exterior Side of Foundation Walls: 1. Type B fill, to subgrade elevation, each lift, compacted to 95 percent. C. Fill Under Grass Areas: 1. Type B fill, to 6 inches below finish grade, compacted to 95 percent. D. Fill to Correct Over -excavation: l . Type D fill, flush to required elevation. E. Fill Over Excavation of Material: 1. Type A fill, to 8 inches below finish grade, compacted to 95 percent. F. Beneath Lift Station, wet well and manholes 1. Type C 6 inches from bottom of Lift Station and valve vault. G. Backfill around Lift Station, wet well and manholes l . Type B fill, to 8 inches below finish grade, compacted to 95 percent. 01270507 05/08 END OF SECTION BACKFILLING 02223 - 3 F- L I t F SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1- GENERAL 1.1 SECTION INCLUDES This section of the specifications covers trench safety systems and excavations equal to or greater than five feet in depth. All excavation work performed for the project shall also comply with US Department of Labor Rules 29 CFR, OSHA Part 1926, Subpart P and all State and Local codes. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section. 1.3 SUBMITTALS A. Conform to Section 01300 — Submittal Procedures. B. Prior to, or at the Pre -Construction Conference, the Contractor shall submit to Owner a "Trench Safety System Plan" sealed by a Professional Engineer registered in the State of Texas. Notice to Proceed with construction will not be issued by Engineer until Contractor has submitted a "Trench Safety System Plan" to Owner. The Trench Safety System Plan shall, at a minimum, conform to OSHA standards for sloping of sides, utilization of trench boxes, and/or utilization of shoring, sheeting and bracing methods. 1.4 QUALITY ASSURANCE A. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. B. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform work of this Section who has specialized in installing excavation support and protection systems similar to those required for this Project and with a record of successful in-service performance. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trench and excavations. C. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in providing engineering services for designing excavation support and protection systems that are similar to those indicated for this Project in material, design, and extent. 1. Engineering Responsibility: As needed by the Contractor to assure worker safety and compliance with OSHA regulations, the Contractor shall be responsible for engaging a qualified professional engineer to prepare or supervise the preparation of data for the excavation support and protection system including drawings and comprehensive engineering analysis that shows the system's compliance with specified requirements. 01270507 EXCAVATION SUPPORT AND PROTECTION 02260 -1 05/08 1.5 PROJECT CONDITIONS A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements, structures or adjacent ground and submit a written report to the Engineer of all such changes. B. Project Site Information: A geotechnical report has been prepared for this Project and is available for information only. The report is not part of the Contract Documents. The opinions expressed in this report are those of the geotechnical engineer and represent interpretations of the subsoil conditions, tests, and results of analyses conducted by the geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data by Contractor. 1. Contractor shall be responsible for additional test borings and conduct other exploratory operations as may be necessary for designing the excavation safety systems. C. Survey adjacent structures and improvements, employing a qualified surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. 1.6 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility, lines which cannot span trench width. `Do not interrupt existing services without written approval by the Engineer and the utility owner. . PART 2-PRODUCTS 2.1 MATERIALS A. Materials need not be new but must be in serviceable condition. B. Structural Steel: ASTM A 36. C. Steel Sheet Piling: ASTM A 328 or ASTM A 572 D. Wood: Soft or hard wood as required by design. E. Aluminum: Type 1061-T6, thickness as required by design. 01270507 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 05/08 PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Locate excavation support and protection systems clear of permanent construction and to permit forming and finishing of concrete surfaces. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. fc�►�I1���L�J.1' t;C .. �Z � Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at least three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. F. If cut back method is allowed by Owner and is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. 01270507 EXCAVATION SUPPORT AND PROTECTION 02260 - 3 05/08 3.3 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and damaging structures, pavements, facilities, and utilities. 1. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by Contractor's operations. END OF SECTION 02260 01270507 EXCAVATION SUPPORT AND PROTECTION 02260 - 4 05/08 SECTION 02300 EARTHWORK 1.1 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at storm sewer inlets, storm sewer outlets, channel grading, lift stations, topsoil placement, and other miscellaneous grading items. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specifications, apply to this section. B. Related Sections include the following: 1. Section 01400 — Quality Control. 2. Section 01500 - Construction Facilities and Temporary Controls. 3. Section 02260 - Excavation Support and Protection. 4. Section 02318 — Borrow. 5. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/fP). ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lbf/ft�) ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) l- 01270507 05/08 EARTHWORK 02300 - 1 L' c ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.4 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, drainage structures, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. I. Utilities: Include on -site underground pipes, conduits, ducts, and cables. J. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. K. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. L. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. M. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. 01270507 EARTHWORK 02300 - 2 05/08 N. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.5 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 1.6 QUALITY ASSURANCE A. Geotechnical Testing and Construction Material Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and construction materials testing. Where rock definition is in dispute, the independent testing agency shall also meet the requirements of ASTM E 329 for rock definition testing, participate in the American Association of Laboratory (A2LA) accreditation program, and be under the direction of a licensed Professional Engineer licensed in the State of Texas with a minimum of 5 years in the inspection and testing of geotechnical and construction materials. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Refer to Section 02318 — Borrow. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. F. Flexible Base: 1. The material for flexible base shall consist of crushed caliche (limestone, calcareous clay particles, conglomerate, gravel, or other approved granular materials) produced from oversized quarried aggregate, sized by crushing and produced from a naturally occurring single source. No blending of sources and/or additive materials will be allowed. The material source shall be subject to approval by the Engineer. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. 01270507 EARTHWORK 02300 - 3 * 05/08 2. Flexible base material shall conform to the requirements of Section 02741; Hot Mix Asphalt Paving. G. Subgrade: Subgrade material shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum Linear Shrinkage 2 min —10 max Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 EXPLOSIVES A. Explosives: Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. 1. Do not damage adjacent structures, property, or site improvements or weaken the bearing capacity of rock subgrade when using explosives. 2. Explosives shall not be used on the project except as a last resort when other construction methods have failed to perform satisfactorily. 01270507 EARTHWORK 02300 - 4 r 05/08 3.3 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. hi general, this shall be considered as the top 6 inches of excavated material. Surface soil that is a heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. 3.4 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements and to indicated cross sections, elevations, and grades. A. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95% of Standard Proctor Density at a moisture content within 2% of optimum. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall be 12 inches minimum for thoroughfares and streets greater than 36 feet in width and 6 inches minimum for all other streets, or as indicated on plan sheets. 01270507 05/08 The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. After each section of subgrade is complete, tests will be made by Contractor with respect to moisture and density using nuclear testing equipment. At any time the Engineer may require proof rolling to test the uniformity of compaction. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall meet these requirements for materials and construction. Subgrade not EARTHWORK 02300 - 5 i. covered with base material within 7 days of completion may be subject to retesting and reprocessing as determined by the Engineer. 3.7 STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 2. See plans for limits and height restrictions. 3.8 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3.9 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or, ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.10 COMPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698. Scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 95 percent. 3.11 OVER EXCAVATION A. The Contractor will over excavate subgrade material unsuitable as directed by the Engineer. Contractor shall backfill the over excavation with select fill and compact to 95% of maximum dry unit weight in accordance to ASTM D 698. Measurement for this work will be determined by the Engineer. 01270507 EARTHWORK 02300 - 6 05/08 I' L 3.12 TESTING A. Testing Agency: Contractor shall perform field quality control testing in conformance with Section 01400 — Quality Control. Owner may conduct independent testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. - C. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 3.13 GRADING A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 3/8 inch. 3.14 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.15 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property according to Section 01576 — Waste Material Disposal. END OF SECTION 02300 01270507 EARTHWORK 02300 - 7 05/08 t. SECTION 02318 BORROW PARTI-GENERAL 1.1 SECTION INCLUDES A. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Engineer. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Related Sections include the following: 1. Section 01400 — Quality Control. 2. Section 02300 - Earthwork. 3. Section 02260 - Excavation Support and Protection. 4. Section 02920 - Lawns and Grasses. 1.3 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/$3) ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand - L! Cone Method ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System)Li ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear r-I Methods (Shallow Depth) ' 1j ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils Lh r; 01270507 BORROW 02318 -1 05/08 r i. 1.4 DEFINITIONS A. Refer to Section 02300 — Earthwork. 1.5 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for borrow soil material. PART 2-PRODUCTS 0010tir,'% A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 nor more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. This material shall not be used beneath pavements or structures. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. PART 3 - EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade work shall conform to the established alignment, grades, and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow from one of the following sources: 1. Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has all required permits. 4. Borrow from an existing playa lake. If this playa lake is located within the Lubbock ETJ a cut and fill plan will be required and must be approved prior to any excavation. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. 01270507 BORROW 02318 - 2 05/08 F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. END OF SECTION 02318 01270507 BORROW 02318 - 3 05/08 SECTION 02631 CULVERTS PART 1- GENERAL 1.1 SECTION INCLUDES A. Precast reinforced concrete box. B. Excavation, bedding, and installation. C. Headwalls and inlets. D. Precast Reinforced Concrete Pipe. 1.2 RELATED SECTIONS A. Section 01025 - Measurement and Payment. B. Section 02220 - Excavation, Grading and Subgrade Preparation. C. Section 02632 — Cast -in -Place Headwalls and Wingwalls. D. Section 03300 - Cast -in -Place Concrete: Concrete headwalls. 1.3 REFERENCES A. ASTM C990 — Joints for Concrete Pipe, Manholes, and Precast Box Sections using Preformed Flexible Joint Sealants. B. ASTM C 1433 Precast Concrete Box Sections for Culverts, Storm Drains, and Sewers. C. ASTM D698 — Standard Test Methods for Laboratory Compaction Characteristics of Soil using Standard Effort (12,400 ft — lb f/ft3 (600 kn-nihn)). D. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). E. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures. 1.4 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide data on pipe, fittings and accessories. 1.5 SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Manufacturer's Installation Instructions: Indicate special procedures required to install Products specified. 1.6 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout. 01270507 CULVERTS 02631 -1 05/08 PART 2 - PRODUCTS 2.1 PRECAST CONCRETE BOX CULVERT A. Culvert: 1. The design live load will be HS 20. 2. The 28-day compressive strength shall be a minimum 5,000 psi. 3. The precast concrete box culvert shall conform to Item 462 of the 2004 TxDOT Standard Specifications. 4. The precast box culvert shall be designed for direct traffic loading. B. Joint 1. Pre -formed flexible joint sealant shall be used for sealing joints of tongue and groove concrete culvert. 2. Flexible joint sealants shall meet the requirements of ASTM C990. 3. Provide a size of the preformed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. 4. Flexible joint sealants must be protected by a suitable wrapper and the jointing material must maintain integrity when the wrapper is removed. 5. The flexible joint sealant shall conform to item 464.2.I.4 of the 2004 TxDOT Standard Specifications. 2.2 PRECAST REINFORCED CONCRETE PIPE A. Meet requirements of ASTM C76 and ASTM C655. 2.3 BEDDING AND COVER MATERIALS A. Bedding: Native material meeting the requirements of ASTM A798, Bnon-erodibleAbackfill. 2.4 ACCESSORIES A. End of Concrete Culvert Headwalls as shown in the plans. Concrete and reinforcement as specified in Sections 02632 and 03300. PART 3 - EXECUTION 3.1 EXCAVATION A. The Contractor shall excavate and install the culvert to the depth shown on the plans. B. All topsoil will be salvaged and placed on one side of the trench. All other excavation will be placed on the other side of the trench to keep topsoil and backfill material separate. C. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 3 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter of the pipe. The pipe bedding material shall be native material that does not contain and rock retained on a 3-inch ring, frozen lumps, chunks of highly plastic clay, organic matter, corrosive material or other deleterious material or approved equal. The cost of furnishing and placing the bedding material shall be included in the bid price per linear foot of 01270507 CULVERTS 02631 - 2 f 05/08 I pipe in place. The bottom of the trench shall be excavated to a horizontal section as far as practicable. D. Excavated material not required for backfill shall be disposed of by the Contractor at an offsite location. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Owner and compacted to the density of the surrounding earth material. E. When directed, unstable soil shall be removed for the full width ofthe trench and replaced with sand or with approved granular material. The Owner shall determine the depth of removal of unstable soil and the amount of backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. F. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Owner. G. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless otherwise approved by the Owner. The maximum allowable width of the trench shall not exceed 12 inches on each side of the pipe when placed, unless otherwise approved by the Owner. H. Place at least 2 inches of fine granular material on the base of the excavation before placing the box sections. Where cement — stabilized backfill is indicated on the plans, undercut the excavation at least 4 inches and backfill with stabilized material to support the pipe or box at the required grade. I. 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 shoring shall not be removed in one operation, but shall be done in successive stages as determined by the Owner to prevent overloading the culvert during backfilling operations. The cost of the bracing, sheathing or shoring, and the removal of same shall be included in the unit price bid for the culvert. 3.2 LAYING AND INSTALLING PIPE A. The Contractor shall provide the necessary mason's lines and supports to insure installation of the culvert to line and grade as shown on the drawings. The Contractor's facilities for lowering the culvert into the trench shall be such that neither the culvert nor the trench will be damaged or disturbed. B. The Owner shall inspect all culverts before it is laid, and reject any section that is damaged by handling or is defective to a degree which will materially effect the function and service of the pipe. C. The laying of the culvert in the fmished trench shall be started at the lowest point and laid upgrade. When tongue and groove pipe is used, the grooved end shall be laid upgrade. D. The culvert shall be firmly and accurately set to line and grade so that invert will be smooth and uniform. The pipe shall be protected from water during placing and until the mortar in the joints has thoroughly set. E. Culvert shall not be laid on frozen ground. F. Culvert which is not true in alignment, or which shows any settlement after laying shall be taken up and relaid without extra compensation. G. Construct sloping reinforced concrete headwall as shown in the plans. 01270507 CULVERTS 02631 - 3 05/08 3.3 BACKFILL A. As soon as practicable after laying and jointing of the pipe, the completion of bedding, and the completion of structures, the trench shall be backfilled in accordance with ASTM A 798 and/or with the trench backfill detail in the plans. B. Install native backfill at sides and over top of pipe. Provide top cover to minimum compacted thickness of 24-inches. C. The material shall be thoroughly consolidated and shovel sliced to eliminate voids near the pipe. D. When area to be backfilled can not be adequately compacted by mechanical means, flowable fill shall be used for backfill. 3.4 CLEANING AND RESTORATION OF SITE A. 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 shoulders or as ordered by the Owner. B. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. C. Performance of the cleaning and restoration work described herein is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the pipe 3.5 ERECTION TOLERANCES A. Lay pipe to alignment and slope gradients noted on drawings; with maximum variation from true slope of 1/2-inch. B. Maximum Offset of Pipe From True Alignment: 6 inches. C. Maximum Variation in Profile of Structure From Intended Position: 0.2 percent. 3.6 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection and testing. B. Request inspection prior to and immediately after placing cover over pipe. C. Compaction testing will be performed in accordance with ASTM D698. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. E. Frequency of Tests: Two densities per single barrel culvert, four densities per double barrel culvert. 3.7 PROTECTION A. Protect culvert and bedding from damage or displacement until backfilling operation is in progress. END OF SECTION 01270507 CULVERTS 02631 - 4 05/08 SECTION 02632 CAST -IN -PLACE HEADWALLS, WINGWALLS, AND INLETS PART1-GENERAL 1.1 SECTION INCLUDES A. Cast -in -place headwalls and wingwalls for storm sewers. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Section 03300 — Cast -in -Place Concrete 1.3 REFERENCES A. ASTM C 270 - Specification for Mortar for Unit Masonry. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01300 - Submittal Procedures. B. Submit shop drawings for approval of design and construction details for cast -in -place units which differ from units shown on Drawings. PART2-PRODUCTS 2.1 MATERIALS A. Concrete: Conform to Section 03300 — Cast -in -Place Concrete, unless otherwise indicated on drawings. Provide color conditioned concrete where indicated on drawings. B. Reinforcing Steel: Conform to requirements of Section 03300 — Cast -in -Place Concrete. C. Mortar: Conform to requirements of ASTM C 270, Type S using Portland cement. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines and grades are correct. B. Verify compacted subgrade will support loads imposed by inlets. 3.2 INSTALLATION A. Construct inlets, headwalls, and wingwalls complete in place to the dimensions, lines and grades as shown on drawings. B. Excavate in accordance with requirements of Section 02300 — Earthwork. 01270507 CAST -IN -PLACE HEADWALLS, WINGWALLS AND INLETS 02632 - 1 05/08 C. Forms will be required for both the outside and inside faces of concrete inlet walls; however, if the nature of the material excavated for the inlet is such that it can be hand trimmed to a smooth vertical face, and the vertical face will not deform or displace under concrete placing operations, the outside forms may be omitted with approval of Engineer. D. Place reinforcing steel to conform to details shown on the drawings. Provide a positive means for holding steel cages in place during concrete placement. Welding of reinforcing steel is not permitted unless noted on the drawings. The maximum variation in reinforcement position is plus or minus 10 percent of wall thickness or plus or minus 1/2 inch, whichever is less. Regardless of variation, the minimum cover of concrete over reinforcement as shown on the drawings shall be maintained. E. Chamfer exposed edges unless otherwise indicated on Drawings. F. Provide form liners for indicated form liner patterns. 3.3 FINISHES A. Cut off pipe leads neatly at the inside face of headwall. Point up with mortar. B. Finish concrete surfaces in accordance with requirements of Section 03300 — Cast -in -Place Concrete. C. Special finishes are shown on the drawings. 3.4 BACKFILL A. Backfill the area of excavation surrounding each completed inlet according to the requirements of Section 02300 - Earthwork. END OF SECTION 02632 01270507 CAST -IN -PLACE HEADWALLS, WINGWALLS AND INLETS 02632 - 2 [ 05/08 r SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1- GENERAL 1.1 WORK INCLUDED This section of the specifications covers all water piping, force main piping, lift station piping,valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Section 01040, Coordination and Meetings D. Section 01300, Submittals 1.3 MATERIAL SCHEDULE All force main lines shall be SDR 26 PVC PR160 pipe except as noted below. Miscellaneous piping shall be furnished and installed as indicated on the drawings. Sanitary sewer piping shall be as specified in Section 02730 (Sewer Line Construction). 1.4 SUBMITTALS Submit all manufactures data for all pipe, valves and fitting including all pipe thickness class calculations. PART 2 - PRODUCTS 2.1 PVC PIPE PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), AWWA SDR 26 PVC PR160. 2.2 DUCTILE IRON PIPE (DIP) Ductile iron pipe shall be manufactured in accordance with AWWA C151. In general, ductile iron pipe shall have flanged fittings when installed above and below ground. Pipe thickness shall be as required for the scheduled internal working pressure with minimum Thickness Class 50. Thickness for buried pipe shall be computed in accordance with AWWA C150 for appropriate depths of cover. All ductile iron pipe shall have an exterior bituminous coating and shall be cement lined in conformance with AWWA C 104 when installed below grade. All above ground or exposed DIP shall have an epoxy coating as specified in Section 2.3. 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 -1 05/08 Flanged j oints shall meet the requirements of AWWA C 115. Bolts and nuts shall be of the best quality mild steel and shall have hexagonal heads. Suitable rubber ring gaskets shall be provided in all flanged joints. Flanges shall be of ductile iron. Mechanical joints and push -on joints shall conform to the requirements of AWWA CI I I unless otherwise specified. ` The pipe shall be new and of best quality in materials and workmanship. All pipe shall be subjected to thorough inspection at the job site before being placed. Any piece found to be defective shall be rejected and removed from the project. 2.3 EXTERIOR DUCTILE IRON PIPE COATING A. Surface Preparation — Solvent wipe all surfaces to remove oil, grease, or other contaminants. Measure existing surface profile of substrate. If existing profile is 1.5 mils or greater, hand or power tool clean all rusted areas per SSPC — SP2 or SSPC-SP3. If profile is less than 1.5 mils, brush-off blast entire surface per SSPC-SP7. B. Prime Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils. C. Second Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils. 2.4 PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. B. Ductile Iron Fittings - Ductile iron fittings shall conform to AWWA C 110. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the AWWA specifications C104 and C106 respectively. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 2 3 05/08 i� i :_i Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.5 PIPE JOINTS A. Push -on Joints - Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints - Mechanical joints shall be as specified in AWWA Standard C111. C. Flanged Joints - Flanged joints shall meet the requirements of ANSI B 16.1(Class 125) rated for a working pressure of not less than 250 psi. Bolts shall be of the length and diameter required by the ANSI Specification for Class 125 flanges. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads, except where other types of bolts are specified. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to insure proper setting of gaskets. Suitable full face gaskets shall be used in all flanged joints. D. Miscellaneous Joints - Miscellaneous types of joints shall be made as specified in other paragraphs or as recommended by the manufacturer. All joints shall be made using materials and methods as required to produce joints that will function satisfactorily under the various conditions encountered. 2.6 VALVES A. General - Valves shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves - All gate valves shall be resilient seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing and shall be Mueller 2360 Series or approved equal. C. Check Valves 1. Check Valves — shall be surgemaster swing check valves series #7200 as manufactured by Val-Matic Valve and Manufacturing Corporation, Elmhurst, IL USA, unless otherwise shown on the plans. 2. The Check Valve shall be of the full body type, with a domed access cover and only two moving parts, the flexible disc and the disc accelerator. 3. The valves shall be designed, manufactured and tested in accordance with American Water Works Association Standards ANSI/AWWA C508. 4. Valves shall be provided with flanges in accordance with ANSI B 16.1, Class 125. 5. The valve body shall be full flow equal to nominal pipe diameter at all points through the valve. The valve shall be capable of passing a 3 in. (75mm) sphere. The seating surface shall be on a 45 degree angle to minimize disc travel. A threaded port with pipe plug shall be provided on the bottom of the valve to allow for field installation of a backflow actuator, air cushion or hydraulic cushion without special tools or removing the valve from the line. 6. The top access port shall be full size, allowing removal of the disc without removing the valve from the line. The access cover shall be domed in shape to provide flushing action over the disc for operating in lines containing high solids content. A threaded port with pipe plug shall be provided in the access cover to allow for field installation of a mechanical, disc position indicator. 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 3 05/08 7. The disc shall be of one-piece construction, precision molded with an integral o-ring type sealing surface, and contain alloy steel and nylon reinforcement in the flexible hing area. The flex portion of the disc shall be warranted for twenty-five years. Non -slam closing characteristics shall be provided through a short 35 degree disc stroke and a disc accelerator. 8. The disc accelerator shall be of one piece construction and provide rapid closure of the valve in high head applications. The disc accelerator shall be enclosed within the valve and shall be field adjustable and replaceable without removal ofthe valve from the line. The disc accelerator shall be securely held in place by being captured between the cover and disc. It shall be formed with a large radius to allow smooth movement over the disc surface. 9. The valve disc shall be cycle tested 1,000,000 times in accordance with ANSI/AWWA and show no signs of wear, cracking, or distortion to the valve disc or seat and shall remain drop tight at both high and low pressures. The test results shall be independently certified. 10. The valve body and cover shall be constructed of ASTM A536 Grade 65-45-12 ductile iron. It. The disc shall be precision molded Buna-N (NBR), ASTM D2000-BG. 12. The disc accelerator shall be type 302 stainless steel. 13. The manufacturer shall demonstrate a minimum of five (5) years experience in the manufacture of resilient, flexible disc check valves with air and hydraulic cushions. 14. All valves shall be hydrostatically tested and seat tested to demonstrate zero leakage. ; When requested the manufacturer shall provide test certificates, dimensional drawings, parts list drawings, and operation and maintenance manuals. 15. The exterior and interior of the valve shall be coated with an ANSI/NSF 61 approved fusion bonded epoxy coating. 16. Surgebuster Swing Check Valves shall be Series #7200 as manufactured by Val-Matic® Valve & Manufacturing Corporation, Elmhurst, IL. USA. D. Butterfly Valves All butterfly valves shall be elastomeric seat with a cast-iron body. All valves shall conform to AW WA C504. The valves shall be of the type of joint used in the piping. The valves shaft shall be corrosion resistant and constructed oftype 304,18-8 stainless steel. The shaft is one piece, through -shaft construction sized to meet or exceed requirements of AW WA C504 for Class 150B service. The valve shall have self-lubricating nylon bearings. The disc shall be secured to the valve shaft by stainless steel pins sized to transmit torques required and stresses imposed under severe operating conditions. The disc shall be cast iron ASTM A-126 Class B with 316 stainless steel disc edge. All butterfly valves shall be Mueller Lineseal III Butterfly Valves 4"-20" Design. E. Combination AirVac valves shall be 2" and shall be by APCO or approved equal. F. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover. The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 4 05/08 2.7 POLYETHYLENE WRAP All buried valves and iron fittings shall be thoroughly wrapped prior to installation with a polyethelene material meeting the requirements of ASTM D 1248. The wrapping shall extend beyond the valve or fitting a minimum of 6 inches. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2" duct type. 2.8 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated steel construction shall be used for all couplings. PART 3 - EXECUTION 3.1 GENERAL All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 5 05/08 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING Before being placed, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is placed, and it shall be kept clean by approved means during and after laying. At time when pipe placing is not in progress, the open ends of pipe shall be closed by approved means, and no water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING DUCTILE IRON PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. The jointing shall be completed for all pipe laid each day, in order not to leave joints open overnight. At times when pipe laying is not in progress, the open ends ofpipe shall be closed by approved means, and no water shall be permitted to enter the pipe. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 6 05/08 Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping - The last 8 in. outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints - Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. D. Push -On -Joints - The inside of the bell and the outside of the spigot end shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer. The spigot end ofthe pipe shall be entered into the socket with care used to keep the joint from contacting the ground. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shall be filed or ground to resemble the spigot end of such pipe as manufactured. The jointing shall be completed for all pipe laid each day, in order not to leave open joints overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be properly plugged. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 7 05/08 Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and the spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 SETTING VALVES, VALVE BOXES AND FITTINGS Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed. 3.10 EXCAVATION AND TRENCHING The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be forty-eight (48) inches unless otherwise specifically shown on the drawings. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches or as shown on the plans. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151 TRENCH SAFETY for guidelines on trench shoring methods for pipelines. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the drawings and specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 8 E 05/08 Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground ound lines of which he has been advised, whether or not the are shown on the Y drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, and at contractor's expense. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. Blasting for excavation of solid rock will not be permitted. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. 3.11 BACKFILLING A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. From 1 foot above the top of the pipe to the existing ground, however, material containing stones up to 4-inches in their greatest dimension may be used. Selected materials from trench excavations shall be used for backfilling except where special bedding material is required. B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to the centerline of the pipe with selected backfill material free from rocks or boulders greater than 2 inches in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if necessary, and thoroughly compacted under and on each side of the pipe. Backfill material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances simultaneously. C. Backfilling Over Pipe - From the centerline of the pipe to a depth of 1 foot above the top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders greater than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 8-inches in thickness and compacted by tamping to a density of not less than 95% of maximum density at optimum moisture as determined by AASHTO Method T-180. The Contractor shall use special care in placing this portion of the backfill to insure placement under and around the pipe and to avoid injuring or moving the pipe. D. Backfilling to Grade - From 1 foot above the top of the pipe to finish grade shall be backfilled by tamping. Where tamping is required, the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D 698. 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 9 y 05/08 E. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust backing shall be applied to all pipe lines at all tees, plugs, caps, and bends. Concrete shall be used for backing the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast - In -Place Concrete, except a minimum compressive strength of 2500 psi will be acceptable. The backing shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as required by the Engineer. The backing shall be so placed that the pipe and fitting joints will be accessible for repair. 3.12 MARKING TAPE A. All pipes installed in an open trench will be identified with the appropriate color and description of 3 inch wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of 12 to 18 inches. Install the tape detectable from the top of finished grade with a metal detector above non-metallic (PVC) pipe material. 3.13 LINE TESTING After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): Ductile Iron: PVC: L SD,IP L > NDIP 133,200 7,400 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested S = Length of pipe D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 -10 05/08 3.14 CLEANUP The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION 01270507 WATER WORKS PIPING, VALVES AND FITTINGS 02665 -11 05/08 SECTION 02666 C� � 5-piiroKyl l►fet WN.11i1:� PARTl-GENERAL This section of the specifications covers all steel casing required for the project. The term casing as used herein shall include all steel casing bores as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions 1.3 MATERIAL SCHEDULE All steel casing pipe shall be ASTM A 139 Grade B or A 252 Grade 2. The pipe shall have a minimum yield strength of 35,000 psi, a minimum wall thickness of 0.250", and a bitimous coating in conformance with C203. 1.4 SUBMITTALS Submit all manufactures data for the steel casing including all pipe thickness class calculations. PART2-PRODUCT 2.1 STEEL PIPE A. Steel pipe shall be of the welded joint type. B. ASTM A 139 Grade B or A 252 Grade 2. 2.2 STEEL CASING IN BORE Steel casing pipe shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A 252 Grade 2. The exterior of the casing pipe shall have bitimous coating in conformance with AWWA C 203. Minimum casing wall thickness for installation shall be in accordance with the following: Location Diameter Minimum Wall Thickness Runway Crossings 10" 0.250" Runway Crossings 16" 0.250" Additional wall thickness needed for withstanding jacking forces may be used at the Contractor's option. 01270507 STEEL CASING IN BORE 02666 -1 05/08 i All bores shall follow all rules and regulations of the Texas Department of Transportation (TxDOT). The Contractor will be provided with boring permit for the highway. The boring permit must be kept onsite at all times. All traffic must be controlled by required methods. PART 3 - EXECUTION 3.1 PIPE INSTALLATION General: All pipe and accessories shall be unloaded, handled, laid, jointed, and tested for defects and disinfected in the manner herein specified. 3.2 INSPECTION The pipe shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. 3.6 BORING The bore shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be thirty (30) inches below the F.L. of the bar ditch unless otherwise specifically shown on the drawings. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess bore excavation, not used for backfilling, shall be disposed of by Contractor, and at Contractor's expense. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in the boring operation. Bores which have an anulous void between the casing and the ground surface of greater than'/2" shall be grouted. 01270507 STEEL CASING IN BORE 02666 - 2 05/08 W� /! WMMOJ'i Excess backfill shall be rounded up over the boring pits sufficiently to allow for future settlement and any excess dirt shall be removed from the site. Ditches shall be regraded as required to allow preconstruction drainage. The Contractor shall maintain the boring site in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION 01270507 STEEL CASING IN BORE 02666 - 3 05/08 SECTION 02730 STORM SEWER LINE CONSTRUCTION PART 1- GENERAL 1.1 SECTION INCLUDES This section of the specifications covers all piping, manholes and accessories required for the storm sewer line portion of the project. All materials used in construction of sewer lines shall be of the type and class as shown on the plans and as specified herein for the various items of construction. 1.2 RELATED SECTIONS A. General Conditions v B. Supplementary Conditions C. Section 01040, Coordination and Meetings D. Section 01300, Submittals E. Section 02151, Trench Safety System F. Section 02665, Piping, Valves and Fittings 1.3 APPROVED MATERIAL Unless otherwise shown on the plans or specified herein, sewer piping shall be "approved type pipe". Approved type pipe shall be one of the following: A. Flexible Pipe Materials: 1. Polyvinyl Chloride (PVC, ASTM F 679) B. Non -Metallic pipe location wire. In the event that non-metallic pipe material is installed along or across an access road, a durable metal wire shall be installed in the trench with the pipe to facilitate locating the pipe in the future. 1.4 SUBMITTALS Submit all manufacturers' data on all pipe, fittings and materials to be used on the project, including pipe thickness class calculations. 1.5 SEPARATION CRITERIA New sanitary sewer pipe shall be installed no closer to any water line than 9 feet in all directions. Parallel water and sewer lines must be installed in separate trenches. Where a new sanitary sewer pipe crosses a water line, the sewer pipe within 9 feet ofe crossing shall be constructed either of PVC or other material as specified and placed no closer than 6 inches from the water line, measured between the nearest outside pipe diameters. The water line shall be located above the sewer line wherever possible and one length of sewer pipe must be centered on the water line. 01270507 STORM SEWER LINE CONSTRUCTION 02730 -1 05/08 I PART 2-PRODUCTS 2.1 POLYVINYL CHLORIDE (PVC) PIPE PVC pipe shall conform to the requirements of ASTM D3034, SDR 21, SDR 26 or SDR 35 cell classification 12454B as described in ASTM D1784, SDR 26 (PVC) PR or SDR 21 (PVC) PR as shown on the plans. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. r u . � _. � __ .: a l__ .__►1 � • Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made from superior quality gray cast iron conforming to the requirements of ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted to the Engineer for approval before items are shipped. Bolted and gasketed covers shall be furnished at the locations identified on the drawings. 2.3 PRECAST REINFORCED CONCRETE MANHOLES Manholes shall be tongue and groove precast reinforced concrete manholes or (Fiberglass — Section 02732), constructed in accordance with ASTM C 478 of the diameter indicated on the drawings. Concrete manholes shall be provided with a flat top cone unless otherwise shown on the drawings. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. Ram Nek flexible plastic gaskets or approved equal shall be used in all joints. Manholes shall be epoxy coated as specified in Section 09703. 2.4 ROCK EMBEDMENT MATERIAL Where rock embedment is required it shall conform to the following gradation: (ASTM D2321): by Weight Passing V sieve 100 Passing No. 4 sieve 0 - 10 Passing No. 200 sieve 0 - 5 Crushing shall result in a product in which the coarse aggregate shall have at least 85% by weight of particles with one or more fractured faces and 65% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM D2321. The coarse aggregate shall not show evidence of disintegration nor show a total loss greater than 20% when subjected to five cycles of the sodium sulphate accelerated soundness test as specified in AASHTO T 104. 2.5 SOIL EMBEDMENT MATERIAL Material shall be obtained from trench excavation provided it meets the requirements of Class III bedding as defined in ASTM D2321. The material shall be a soil group SC or SM and meet the following requirements. 01270507 STORM SEWER LINE CONSTRUCTION 02730 - 2 05/08 ` A. Gradation Sieve Size 12" No. 4 No. 200 B. Atterberg Limits: l . SC Soil, PI > 7 2. SM Soil, PI > 4 PART 3 - EXECUTION 3.1 GENERAL Percent Passing 100% 50% 12% to 50% All sewer pipe and fittings shall be unloaded, handled, laid, jointed and tested for defects in the manner herein specified. 3.2 INSPECTION The pipe and fittings shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected and the Contractor shall remove such defective material from the site of the work. The Contractor shall be responsible for all materials furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has been damaged in handling after delivery. 3.3 PIPE TRENCH EXCAVATION Pipe trenches shall be excavated to the lines and grades shown on the drawings or as established by the Engineer. Before excavation begins in paved areas, except in locations shown on the drawings to be bored, the existing pavement shall be cut or sawed to a neat line by methods that meet the approval of the Engineer. Trench widths shall be as shown on the drawings. Trench safety systems as specified and detailed shall be installed where required. The trench walls shall be made vertical to a point one foot above the top of the pipe. Vertical trench walls above this point will not be required; however, in areas of limited right-of-way or when necessary to protect existing facilities or private property, the slope of the trench wall shall be limited. Where necessary to stay within the maximum width limits at the top of the pipe or to maintain a relatively straight trench wall to remain within available right-of-way, the trench walls shall be adequately supported. The Contractor shall be fully responsible for any damage to private property or existing facilities due to inadequate support. The minimum and maximum width of the trench shall be as shown on the plans. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151, TRENCH SAFETY SYSTEMS for approved trench shoring methods for pipelines. 01270507 STORM SEWER LINE CONSTRUCTION 02730 - 3 05/08 Unless otherwise approved by the Engineer, the Contractor will be allowed to have a maximum of 300 feet, of open trench at any time. As soon as practicable after the completion of laying and jointing of the pipe, the trench shall be backfilled. The Contractor shall be responsible for properly and adequately barricading and signing open trenches and excavations to protect the public during the construction of the project. In order to obtain a true even grade, the trench shall be fine graded and shaped in accordance with the details as shown on the plans. Any part of the trench excavated below grade shall be corrected by filling with approved material and thoroughly compacting. If clay, rock or other unyielding material is encountered in bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material and thoroughly compacted to grade. Bell holes of ample dimensions shall be dug at each joint to permit the jointing and bedding of the pipe to be properly accomplished. All excavated material shall be piled in a manner that will not endanger the work or existing structures, or will cause obstruction to roadways. Before the next phase of construction can take place above the trench bottom which has been excavated to the proposed subgrade of the specified class of bedding, the Contractor shall shape and grade earth subgrade. The earth subgrade for the bedding shall be free of surface water, firm, solid and stable before the bedding material is placed. Trench digging machinery may be used to make trench excavations except in places where operations of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. The Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extreme care shall be used to prevent damage and the Contractor shall be fully responsible for damage to any such lines. Wherever necessary to prevent caving, the trench shall be adequately supported as required by SECTION 02151, TRENCH SAFETY SYSTEMS. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. There will be no classification of or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures and property shall be protected from damage by construction equipment. Blasting for excavation of solid rock not will be permitted. The Contractor will be required to locate all known utility lines, including consumer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. The Contractor shall not be allowed to disrupt the service on any utility lines except consumers service lines, which may be taken out of service for short periods of time, if the Contractor obtains permission from the Engineer and the City. 01270507 STORM SEWER LINE CONSTRUCTION 02730 - 4 05/08 The Contractor shall immediately notify the proper utility company of any damage to utility lines, in order that service may be established with the least possible delay. Any damage to existing lines and the repair of consumer lines which are authorized to be cut or temporarily taken out of service shall be repaired or replaced by the Contractor at his own expense, and as directed by an official representative of the owner of the damaged line. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. Any permanent relocation of existing utility lines shall be done by proper utility company without expense to the Contractor. Where pipes, conduits or concrete curbs, gutters, or other obstructions are encountered in the construction, the cost of tunneling shall be included as a part of the cost of the pipe line, or other pay items, complete in place. Cutting of curb and gutter will not be permitted. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor, and at the Contractor's expense. 3.4 EMBEDMENT MATERIAL Embedment is defined as the portion of backfill from the bottom of the trench to a point either six inches or one foot above the top of pipe depending on the type of pipe and the depth. A. Materials for embedment. 1. Rock embedment shall be as that specified in this section, Article 2.7. 2. Class III embedment material shall be that defined in ASTM D2321 and as specified in this section, Article 2.8. B. Trench Depths 10 feet or less shall consist of Class III material and compacted to the density specified in this specification, Article 3.7.A.1 and 3.7.A.2. C. Trench depths greater than 10 feet shall consist of all rock for flexible pipe or for rigid pipe, a combination of rock and Class III material that is placed and compacted to the density specified in this specification, Article 3.7.A.3 and 3.7.A.4. D. Paved and Unpaved Road Crossings shall consist of rock embedment and placed as specified in this specification, Article 3.7.A.5. 3.5 BACKFILL MATERIAL Backfill is defined as portion of backfill above the embedment to the existing ground. 3.6 PIPE LAYING IN TRENCH A. After the trench has been properly fine graded, the pipe shall be laid in accordance with the following specifications. Each length of pipe shall be inspected for defects and shall be thoroughly cleaned inside and outside of the spigot before being lowered into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction ofthe flow. All pipe shall be laid true to the lines and grades as established by the drawings using a laser beam to control the grade of each joint of pipe. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the trench floor and to allow ample space for properly jointing the pipe. 01270507 STORM SEWER LINE CONSTRUCTION 02730 - 5 05/08 B. Installation and jointing of the pipe shall be in accordance with the manufacturer's recommendations except where the requirements of these specifications are more strict. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be plugged by approved means. No pipe shall be laid in water, or when trench conditions or weather is unsuitable for such work. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. 3.7 EMBEDMENT AND BACKFILLING CONSTRUCTION A. Pipe Embedment 1. Flexible Pipe Trench Depths 10 Feet or Less - Place Class III material in the trench following fine grading. The bedding material shall be laid in the pipe trench, shaped, smoothed to grade and thoroughly compacted to density of not less than 95% of maximum density at optimum moisture as determined by ASTM D698. The bedding material shall be checked for grade and bell holes dug before the pipe is laid. After pipe has been laid, place additional material in the trench around the haunches up to the springline of the pipe (6" lift maximum). Compact to 95% of maximum density (ASTM D698). The initial backfill shall then be placed (maximum 6" lifts) and compacted to 90% maximum density (ASTM D698) to a point above the top of pipe as shown on the plans. Do not permit compaction equipment to contact and damage pipe. 2. Flexible Pipe Trench Depths Greater than 10 Feet - Place rock material in the trench following fine grading. The bedding material shall be laid in the pipe trench, shaped, smoothed to grade. Vibratory compaction shall be used to consolidate the material. The bedding material shall be checked for grade and bell holes dug before the pipe is laid. After pipe has been laid, place additional rock material in the trench around the haunches up to the springline of the pipe (6" lift maximum). Make certain the rock material is placed under the haunches. Vibratory compaction shall be used to consolidate the material. The initial backfill (rock material) shall then be placed (6" lift maximum) to a point above the top of pipe as shown on the plans. Vibratory compaction shall be used to consolidate the material. Paved and Unpaved Road Crossings - Place rock embedment in the trench following fine grading. The bedding layer shall be laid in the pipe trench, shaped and smoothed to grade and then thoroughly consolidated by vibratory compaction. The bedding material shall be checked for grade and bell holes dug before the pipe is laid. The second lift of rock shall be laid around the haunch of the pipe to a point above the top of pipe as shown on the plans. Thoroughly consolidate the material by using vibratory compactors. 4. Trench Backfill - From the top of the pipe embedment to finish grade shall be backfilled by tamping. 01270507 STORM SEWER LINE CONSTRUCTION 02730 - 6 05/08 1_ 5. Pavement Sections - Where tamping is required, such as road crossings, the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95 - 98% of maximum density at minus 0 to plus 2 percent of optimum moisture as determined by ASTM D698. B. Testing - Pipe embedment will be periodically tested for compaction. Final backfill above pipe embedment shall not be placed until the embedment is approved by the Engineer. 3.8 MANHOLE CONSTRUCTION A. General - Manholes shall be constructed at the locations shown on the plans or as directed by the Engineer. The manholes shall be constructed in accordance with the details shown on the plans and as specified herein for precast reinforced concrete or fiberglass manholes. Concrete for manhole bases shall meet the requirements of the Section 03410, Precast Concrete. B. Precast Reinforced Concrete Manholes - After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans. On straight runs the pipe shall be laid through the manholes, and upon completion ofthe invert the top half of the pipe shall be broken out. On manholes where there is a change in direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly formed with concrete. The inverts shall have a true curve of as large a radius as the size of the manhole will permit and shall be given a smooth trowel finish. Where the concrete bottom has properly cured for not less than 24 hours the precast manhole shall be installed, Ram Nek flexible plastic gaskets shall be used in the tongue and groove joints. The bottom ring shall be grouted in as shown on the plans. Either concrete grade rings or brick shall be used to adjust the manhole frame to the proper grades; the maximum extension of the top section shall not exceed 12 inches. 3.9 LEAKAGE TEST Leakage tests shall be made by the Contractor on all sewer lines after installation. The tests on the sewer lines shall be made on sections of pipe between manholes. Each section of sewer line shall be tested in accordance with ASTM D 3212 (latest revision). If a test fails to meet the minimum allowable requirements of the test, the Contractor shall immediately determine the cause, make the necessary repairs and retest. All testing and repair work shall be done at the Contractor's expense. Leakage testing will not be performed until all backfill material required has been placed and densified for a period of 30 days. 3.10 DEFLECTION TEST A deflection test shall be made by the Contractor on all flexible sewer pipe. The test shall not be made on a section of sewer until all the backfill on that section has been in place for 30 days. The deflection test shall be run using a rigid Go -No Go full circle mandrel with a diameter equal to 95% of the inside diameter of the pipe. The Contractor shall submit shop drawings of the mandrel to the Engineer for approval prior to using the mandrel for testing. 01270507 STORM SEWER LINE CONSTRUCTION 02730 - 7 05/08 The test shall be performed without mechanical pulling devices. Wherever possible and practical, the testing shall be initiated at a downstream manhole and proceed upstream. No pipe shall exceed a deflection of 5% of the inside diameter of the pipe. All excess deflections shall be corrected. The Contractor shall excavate to the point of the excess deflection, correct the deficiency and retest the pipe. If the pipe retest fails the 5% allowable deflection, the pipe shall be replaced. 3.11 CLEAN UP After the construction work is completed and before final acceptance by the Owner, the Contractor shall remove all rubbish, excess materials from excavations and other debris from the site ofthe work, and all trench surfaces shall be bladed and all depressions caused by settlement shall be filled. The cost of cleanup shall be included in the bid prices for the various units of work. END OF SECTION 01270507 STORM SEWER LINE CONSTRUCTION 02730 - 8 05/08 SECTION 02920 LAWNS AND GRASSES PART 1- GENERAL 1.1 SUMMARY A. This section refers to establishment of grasses for developed and undeveloped areas damaged or removed by construction activities. All areas are to be seeded using approved methods and materials. Where seeding is required the Contractor has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Specification Sections, apply to this Section. B. Related Sections include the following: 1. Section 02300 Earthwork. 1.3 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Developed Areas: Area to be disturbed by construction activities across property with established lawns along the roadway or channel. F. Undeveloped Areas: Area to be disturbed by construction activities where the land is not developed or is being used for active farming. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1. Certification of each seed mixture for turfgrass, identifying source, including name and telephone number of supplier. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. E. Planting Schedule: Indicating anticipated planting dates for each type of planting. 01270507 LAWNS AND GRASSES 02920 -1 05/08 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has. resulted in successful park and range grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.6 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of Substantial Completion. 1. May 15a` to August 31s` for Turffalo Plugging. 2. Overseeding — Annual Rye Grass. a. If Turrfalo plugs cannot be established by September 30, lawn areas to be over -seeded with annual rye grass at a rate of 44bs/1,000 sf. If this is required, the Contractor shall maintain the annual grass lawn, as needed, including, but not limited to, irrigation, mowing to maintain a maximum height of 3", and edging, as required. b. This annual rye grass maintenance shall be considered as a separate item from the 90-day maintenance period specified for the plugging of Turffalo grass. C. The Contractor shall apply a minimum of two applications of Roundup herbicide to the annual rye grass in early spring in preparation for Turffalo grass installation. The two applications should be separated by a period of 10-14 days and Contractor should notify the Landscape Architect of the schedule of Roundup application. d. After sufficient annual grass kill has been verified by the Engineer, lawn areas should be tilled to a depth of 2"-3" prior to plugging Turffalo grass as specified. 1.8 RANGE MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established, but for not less than 40 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch. C. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep range uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water range at a minimum rate of/z inch per week for 4 weeks after planting. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay 01270507 05/08 LAWNS AND GRASSES 02920 - 2 mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 4 inches to 6 inches high. E. Range Seeding/Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. 1.9 CHANNEL MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established, but for not less than 30 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep area uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water grass at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1/2 inch to 2 inches high. 1.10 ROW CROP MAINTENANCE A. Restore row crop soils to original condition and grades upon completion of storm sewer pipe construction. B. Any deviation from these specifications shall be documented in writing in a letter from the landowners. PART 2-PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Buffalograss (Buchloe dactyloides) 2.2 TOPSOIL A. Contractor shall use approved topsoil obtained from stripping ahead of construction activities. 01270507 LAWNS AND GRASSES 02920 - 3 05/08 2.3 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.4 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. B. Coordinate with golf course personnel for fertilizer requirements. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 RANGE, CHANNEL AND ROW CROP PREPARATION A. Limit subgrade preparation to areas to be planted. B. Subgrade Over Excavated Trench: Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. C. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: l . Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. 01270507 05/08 LAWNS AND GRASSES 02920 - 4 r i i D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.4 SEEDING OF RANGE GRASSES A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 20 lb. of pure live seed (pls) per acre. C. Roll lightly, and water with fine spray. 3.5 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic or asphalt -emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. 3.6 RENOVATION OF RANGE, CHANNEL AND ROW CROP GRASSES A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor's expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 3.7 SATISFACTORY RANGE, CHANNEL AND ROW CROP GRASSES A. Satisfactory Seeded Range: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. 01270507 LAWNS AND GRASSES 02920 - 5 05/08 B. Reestablish grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 3.8 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance with the Storm Water Pollution Prevention Plan. END OF SECTION 02920 01270507 LAWNS AND GRASSES 02920 - 6 05/08 SECTION 03100 CONCRETE FORMWORK PART 1- GENERAL 1.1 SECTION INCLUDES A. Formwork for cast -in place concrete, with shoring, bracing and anchorage. B. Openings for other work. C. Form accessories. D. Form stripping. 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this Section. 1.3 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. B. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES A. ACI 347 - Recommended Practice For Concrete Formwork. B. PS-1 -Construction and Industrial Plywood. 1.5 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to code requirements; resultant concrete to conform to required shape, line and dimension. 1.6 SUBMITTALS A. Submit under provisions of Section 0 13 00. B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints and ties. 1.7 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 01270507 CONCRETE FORMWORK 03100 -1 05/08 1.9 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate this Section with other Sections of work which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART2-PRODUCTS 2.1 WOOD FORM MATERIALS A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, true edges. B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 MANUFACTURERS - PREFABRICATED FORMS A. Substitutions: Under provisions of Section 01600. 2.3 FORMWORK ACCESSORIES A. Form Ties: Snap -off type, metal, fixed length, cone type, free of defects that could leave holes larger than one inch in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. D. Waterstops: Polyvinyl chloride, minimum 1,750 psi tensile strength, minimum 50 degrees F to plus 175 degrees F working temperature range, maximum possible lengths, ribbed profile, preformed corner sections, heat welded jointing. E. Cold Joint Waterstops: Flexible strip, bentonite waterproofing compound equal to Volcaly Waterstop-RX by American Colloid Company. PART 3 - EXECUTION tj 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 3.2 EARTH FORMS 3 A. Verify with Engineer prior to the use of earth forms in lieu of specified form material. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 01270507 05/08 03100 - 2 f, i 3.3 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to overstressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. D. Align joints and make watertight. Keep form joints to a minimum. E. Obtain approval before framing openings in structural members which are not indicated on Drawings. F. Provide chamfer strips on external corners of beams, joists, columns and walls. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Install waterstops continuous without displacing reinforcement. Heat seal joints watertight. F. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. G. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or water to clean out forms, unless formwork and concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. 01270507 CONCRETE FORMWORK 03100 - 3 05/08 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION 01270507 CONCRETE FORMWORK 03100 - 4 05/08 SECTION 03200 PART 1- GENERAL 1.1 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast -in -place concrete. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. ACI 301- Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. F. ANSUAWS DI A - Structural Welding Code for Reinforcing Steel. G. ANSUAWS D12.1 - Reinforcing Steel Welding Code. H. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. K. CRSI 63 - Recommended Practice For Placing Reinforcing Bars. L. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel, bending and cutting schedules, and supporting and spacing devices. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. B. Submit certified copies of mill test report of reinforcement materials analysis. 1.6 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate with placement of formwork, formed openings and other Work. 01270507 CONCRETE REINFORCEMENT 03200 -1 05/08 PART2-PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain. B. Welded Steel Wire Fabric: ASTM A185 Plain Type; in flat sheets; plain. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Weld reinforcement when approved by the Engineer in accordance with ANSI/AWS D1.4. C. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of splices with Engineer. PART 3 - EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Do not displace or damage vapor barrier. C. Accommodate placement of formed openings. D. Conform to ACI 318 for concrete cover over reinforcement. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. END OF SECTION 01270507 CONCRETE REINFORCEMENT 03200 - 2 05/08 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 SECTION INCLUDES A. Cast -in -place concrete foundations, building frame members, and foundation walls. B. Floors and slabs on grade. C. Control, and expansion and contraction joint devices associated with concrete work. D. Equipment pads. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork: Formwork and accessories. B. Section 03200 - Concrete Reinforcement. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Guide for Concrete Floor and Slab Construction. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305R - Hot Weather Concreting. E. ACI 306R - Cold Weather Concreting. F. ACI 308 - Standard Practice for Curing Concrete. G. ACI 318 Building Code Requirements for Reinforced Concrete. H. ASTM C33 - Concrete Aggregates. I. ASTM C94 - Ready -Mixed Concrete. J. ASTM C 150 - Portland Cement. K. ASTM C260 - Air Entraining Admixtures for Concrete. L. ASTM C494 - Chemicals Admixtures for Concrete. M. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on joint devices, attachment accessories, admixtures and cement types to be used. C. Samples: Submit two, inch long samples of expansion/contraction joint and control joint. D. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent Work. 01270507 CAST -IN -PLACE CONCRETE 03300 - 1 05/08 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Acquire cement and aggregate from same source for all work. C. Conform to ACI 305R when concreting during hot weather. D. Conform to ACI 306R when concreting during cold weather. 1.6 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART2-PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C 150, Type I - Normal, Type II - Moderate, Portland type. All cement shall be from the same manufacturer unless approved by the Engineer. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494, Type A - Water Reducing; Type B - Retarding; Type C - Accelerating; Type D - Water Reducing and Retarding; Type E - Water Reducing and Accelerating admixture. C. Fly Ash: ASTM C618. 2.3 ACCESSORIES A. Vapor Barrier: 6 mil thick clear polyethylene film, type recommended for below grade application. B. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. C. Epoxy Mortar Liner: 100% solids, three component system, equal to FOSROC Epoxy Liner. 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler: ASTM D1751; Asphalt impregnated fiberboard or felt, 1/2 inch thick. B. Construction Joint Devices: Integral galvanized steel; formed to tongue and groove profile, knockout holes spaced at 6 inches, ribbed steel spikes with tongue to fit top screed edge. 01270507 CAST -IN -PLACE CONCRETE 03300 - 2 05/08 t' f t 2.5 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2 and 3. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1, Method 2 and Method 3. C. Provide concrete to the following criteria: 1. Compressive Strength (7 days): 2,800 psi. 2. Compressive Strength (28 days): 4,000 psi. 3. Slump: 1 to 4 inches. 4. Minimum Water/Cement Ratio: 5 sacks/yard. D. Use fly ash only when approved by Engineer. E. Use set retarding admixtures during hot weather only when approved by Engineer. F. Add air entraining agent to normal weight concrete mix for work exposed to exterior. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01040. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non -shrink grout. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed joint fillers are not disturbed during concrete placement. D. Install vapor barrier under interior slabs on grade. Lap joints minimum 6 inches and seal watertight by taping edges and ends. E. Repair vapor barrier damaged during placement of concrete reinforcing. Repair with vapor barrier material; lap over damaged areas minimum 6 inches and seal watertight. F. Install joint fillers in accordance with manufacturer's instructions. G. Separate slabs on grade from vertical surfaces with inch 1/2 thick joint filler. H. Extend joint filler from bottom of slab to within 1/4 inch of finished slab surface. I. Install joint devices in accordance with manufacturer's instructions. J. Install construction joint device in coordination with slab pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. K. Place concrete continuously between predetermined expansion, control, and construction joints. L. Do not interrupt successive placement; do not permit cold joints to occur. 01270507 CAST -IN -PLACE CONCRETE 03300 - 3 05/08 Ll r-, 3.4 M. Place floor slabs in pattern indicated. N. Screed floors and slabs on grade level, maintaining surface flatness of maximum 1/4 inch in 10 ft. CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth rubbed finish as Scheduled in this Section. B. Finish concrete floor surfaces in accordance with ACI 301. C. Steel trowel surfaces which are scheduled to be exposed. D. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains at 1/8 inch per foot nominal. E. Where shown on the drawings, trowel epoxy liner on all surfaces indicated to 1/8" minimum and 3/4" maximum thickness, and in accordance with manufacturer's instructions. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Cure floor surfaces in accordance with ACI 308. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to Engineer for review prior to commencement of Work. D. Tests of cement and aggregates may be performed to ensure conformance with specified requirements. Vi E. Three concrete test cylinders will be taken for every 100 or less cu yds of each class of concrete placed. F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken for each set of test cylinders taken. 3.7 PATCHING 1 i A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer upon 1- discovery. C. Patch imperfections as directed. �- 01270507 05/08 CAST -IN -PLACE CONCRETE 03300 - 4 is is 3.8 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Architect/Engineer for each individual area. 3.9 SCHEDULE - CONCRETE TYPES AND FINISHES A. All Structures: 4,000 psi 28 day concrete, Type H cement, rubbed finish. Interior of wet well and manholes to receive epoxy-polyamide coating per Section 09900. B. Electrical Pads: 3,000 psi 28 day air entrained concrete, Type I cement, light broom finish. END OF SECTION 01270507 CAST -IN -PLACE CONCRETE 03300 - 5 05/08 SECTION 03410 PRECAST CONCRETE 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section. B. Section 02665 - Piping, Valves and Fittings. C. Section 03100 - Concrete Formwork. D. Section 03200 - Concrete Reinforcement. E. Section 03300 - Cast -in -Place 1.2 SUMMARY A. This Section includes precast concrete units, used for construction of the following: 1. Manholes. 2. Lift Station — Lined with Raven Lining Systems. B. Related Sections: The following sections contain requirements that relate to this Section. 1. Cast -in -place concrete is specified in Division 3 Section 03300 "Cast -In -Place Concrete." 1.3 SUBMITTALS A. General: Submit the following according to Conditions of Contract and Division 1 Specification Sections. B. Product data and instructions for manufactured materials and products. Include manufacturer's certifications and laboratory test reports as required. C. Mix design reports of proposed concrete mix as specified in Part 2 of this Section. D. Shop drawings prepared by or under the supervision of a qualified professional engineer, showing complete information for fabrication and installation of precast concrete units. Indicate member dimensions and cross-section; location, size, and type of reinforcement, including special reinforcement; and lifting devices necessary for handling and erection. 1. Indicate layout and dimensions, and identify each precast unit corresponding to sequence and procedure of installation. Indicate welded connections by AWS standard symbols. Detail inserts, connections, and joints, including accessories and construction at openings in precast units. 2. Provide location and details of anchorage devices that are to be embedded in other construction. Furnish templates, if required, for accurate placement. E. Test reports as required by provisions of this Section. 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of following codes, specifications and standards, except as otherwise indicated: 1. ACI 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, 'Building Code Requirements for Reinforced Concrete." 01270507 05/08 PRECAST CONCRETE 03410 -1 i 3. AWS 131.1, "Structural Welding Code: Steel." 4. Concrete Reinforcing Steel Institute, "Manual of Standard Practice." ,t 5. Prestressed Concrete Institute (PCI) MNL 116, "Manual for Quality Control for Plants and Production of Precast Concrete Products." 6. PCI MNL 120 'Design Handbook - Precast and Prestressed Concrete (3rd Edition). B. Design by Fabricator: Design precast units to support superimposed dead loads and live loads as required for compliance with local governing code requirements. C. Fabrication Qualifications: Produce precast concrete units at fabricating plant engaged primarily in manufacturing of similar units, unless plant fabrication or deliveryto Project site is impractical. 1. If units are not produced at precast concrete fabricating plant, maintain procedures and conditions for quality control that are equivalent to plant production. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver the amount of precast concrete units needed in a timely manner to the Project site to ensure installation continuity. B. Store and handle the units at the Project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART2-PRODUCTS 2.1 FORMWORK A. Provide forms and, where required, form facing materials of metal, plastic, wood, or another acceptable material that is nonreactive with concrete and will produce required finish surfaces. B. Accurately construct forms, mortar tight, of sufficient strength to withstand pressures due to concrete placing operations, temperature changes, and for prestressed, pre -tensioning, and detensioning operations. Maintain formwork to provide completed precast concrete units of shapes, lines, and dimensions indicated, within fabrication tolerances specified in PCI MNL 116. C. Access doors and frame as specified in Section 11311 shall be cast in top of lift station and valve vault as shown in drawings. D. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made from superior quality gray cast iron conforming to the requirements of ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted for approval before items are shipped. E. Resilient materials for connectors and filler rings shall be manufactured of natural or synthetic rubber and shall conform to the requirements prescribed in Table 1 of ASTM C923. F. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. ConSeal CS-102 flexible plastic gaskets or approved equal shall be used in all joints. All joints shall be primed prior to the application of the joint sealing material. 01270507 PRECAST CONCRETE 03410 - 2 05/08 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Steel Wire: ASTM A 82, plain, cold -drawn steel. C. Welded Wire Fabric: ASTM A 185. D. Welded Deformed Steel Wire Fabric: ASTM A 497. E. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing, complying with CRSI recommendations. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I or Type Ill. B. Use only one brand and type of cement throughout Project, unless otherwise acceptable to Owner's representative. C. Aggregates: ASTM C 33, and as specified here. Provide aggregates from a single source for exposed concrete. 1. Local aggregates not complying with ASTM C 33, but that have shown by special test or actual service to produce concrete of adequate strength and durability, may be used when acceptable to the Owner's representative. D. Lightweight Aggregate: ASTM C 330. E. Water: Potable. F. Admixtures, General: Provide admixtures for concrete that contain not more than 0.1 percent chloride ions. G. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. H. Water -Reducing Admixture: ASTM C 494, Type A, or other Type approved for fabricator's units. 2.4 GROUT MATERIALS A. Cement Grout: Portland cement, ASTM C 150 (Type I), and clean, natural sand, ASTM C 404. Mix at ratio of 1.0 part cement to 3.0 parts sand, by volume, with minimum water required for placement and hydration. B. Products: Subject to compliance with requirements, provide one of the following: 2.5 A41X PROPORTION AND DESIGN A. Prepare design mixes for each type of concrete required. B. Design mixes may be prepared by independent testing facility or by qualified precast manufacturing plant personnel at precast manufacturer's option. C. Proportion mixes by either laboratory trial batch or field experience methods using materials to be employed on the Project for each type of concrete required complying with ACI 318. 1. Produce standard -weight concrete consisting of specified portland cement, aggregates, admixtures, and water to produce the following properties: a. Compressive strength-5000 psi minimum at 28 days. b. Release strength for prestressed units-3500 psi. 2. Cure compression test cylinders using same methods as for precast concrete work. 01270507 PRECAST CONCRETE 03410 - 3 . 05/08 D. Submit written reports to Owner of proposed mix for each type of concrete at least 15 days prior to start of precast unit production. Do not begin concrete production until mixes and evaluations have been reviewed by Owner. E. Adjusting Concrete Mixes: Mix design adjustments may be requested when characteristics of materials, job conditions, weather, test results, or other circumstances warrant. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by Owner's representative before using in the Work. F. Admixtures: Use air -entraining admixture in concrete, unless otherwise indicated. 1. Use water -reducing admixtures in strict compliance with manufacturer's directions. Admixtures to increase cement dispersion, or provide increased workability for low -slump concrete, may be used subject to Owner's acceptance. 2. Use amounts as recommended by admixture manufacturer for climatic conditions prevailing at time of placing. Adjust quantities of admixtures as required to maintain quality control. 2.6 FABRICATION A. General: Fabricate precast concrete units complying with manufacturing and testing procedures, quality control recommendations, and dimensional tolerances of PCI MNL-116 and as specified for types of units required. B. A shorter mixing time than that specified in ASTM C 94 may be required during hot weather or under conditions contributing to rapidly setting concrete. 1. When the air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes. When air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. C. Cast -in openings larger than 12 inches in diameter or 12 inches square in accordance with final shop drawings. Other smaller holes may be field cut by trades requiring them, as acceptable to Owner's representative. D. Coat surfaces of forms with bond -breaking compound before reinforcement is placed. Provide commercial formula form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and that will not impair subsequent treatments of concrete surfaces requiring bond or adhesion. Apply in compliance with manufacturer's instructions. E. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy the bond with concrete. F. Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcement by metal chairs, runners, bolsters, spacers and hangers, as required. G. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position while placing concrete. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. H. Place concrete in a continuous operation to prevent seams or planes of weakness from forming in precast units, complying with requirements of ACI 304. Thoroughly consolidate placed concrete by internal and external vibration without dislocating or damaging reinforcement and built-in items. 1. Identify pick-up points and orientation in structure with permanent markings, complying with markings indicated on final shop drawings. Imprint casting date on each precast unit on a surface that will not show in the finished structure. 01270507 PRECAST CONCRETE 03410 - 4 05/08 L J. Cure by low-pressure steam, steam vapor, radiant heat and moisture, or another similar process to accelerate concrete hardening and to reduce curing time. K. Finish formed surfaces of precast concrete as indicated for each type of unit, and as follows: 1. Standard Finish: Normal plant -run finish produced in forms that impart a smooth finish to concrete. Small surface holes caused by air bubbles, normal color variations and form joint marks, and minor chips and spalls will be tolerated. Major or unsightly imperfections, honeycomb, or structural defects are not permitted. 2.7 SOURCE QUALITY CONTROL A. The Owner may employ an independent testing laboratory to evaluate precast manufacturer's quality control and testing methods. B. The precast manufacturer shall allow Owner's testing facility access to materials storage areas, concrete production equipment, and concrete placement and curing facilities. Cooperate with Owner's testing laboratory and provide samples of materials and concrete mixes as may be requested for additional testing and evaluation. ' C. Dimensional Tolerances: Units having dimensions smaller or greater than required and outside_ a specified tolerance limits may be subject to additional testing as specified here. D. Precast units having dimensions greater than required will be rejected if the appearance or function of the structure is adversely affected or if larger dimensions interfere with other J construction. Repair or remove and replace rejected units, as required, to meet construction conditions. , E. Strength of precast concrete units will be considered potentially deficient if the manufacturing processes fail to comply with any of the requirements that may affect the strength of the precast units, including the following conditions: 1. Failure to meet compressive strength tests requirements. 2. Concrete curing, and protection of precast units against extremes in temperature not as specified. 3. Precast units damaged during handling and erection. F. Defective Work: Remove precast concrete units that do not conform to specified requirements, including strength, tolerances, and finishes. Replace with precast concrete units that meet requirements of this section. PART 3 - EXECUTION t 3.1 INSTALLATION, GENERAL A. Erection Tolerances: Install precast units without exceeding tolerance limits specified in PCI MN1,427, "Recommended Practice for Erection of Precast Concrete." 1. Grouting Connections and Joints: After precast concrete units have been placed and secured, grout open spaces at connection and joints as follows: 2. Cement grout consisting of 1 part portland cement, 2-1/2 parts sand, and only enough water to properly mix and hydrate. 3. Provide forms or other acceptable method to retain grout in place until sufficiently hard to support itself. Pack spaces with stiffgrout material, tamping until voids are completely filled. Place grout to finish smooth, plumb, and level with adjacent concrete surfaces. Keep grouted joints damp for not less than 24 hours after initial set. Promptly remove grout material from exposed surfaces before it hardens. 01270507 PRECAST CONCRETE 03410 - 5 E 05108 B. Precast Reinforced Concrete Manholes 1. After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans. 2. The pipe shall be laid through the manholes and, upon completion of the invert, the top half of the pipe shall be removed. Where there is a change in direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly formed with concrete. The inverts shall have a true curve of as large a radius as the size of the manhole will permit and shall be given a smooth trowel finish. 3. When the concrete bottom has properly cured for not less than 24-hours, the precast manhole shall be installed. ConSeal CS-102 flexible plastic gaskets or equal shall be used in the tongue and groove joints and the joint between the manhole bottom section and the manhole base. The bottom ring shall be grouted in as shown on the plans. Concrete grade rings shall be used to adjust the manhole frame to the proper grades; the maximum extension of the top section shall not exceed 12-inches. C. Manhole Testing A leakage test shall be performed on each manhole installed in this project. The manhole leakage test shall not be performed until a backfill around the manhole has been in place in for at least 48 hours. Manhole leakage tests may be performed by one of two methods: 1. A hydrostatic exfiltration test or 2. A vacuum test. a. Manhole Hydrostatic Exfiltration Test All wastewater lines entering the manhole shall be temporarily plugged with an internal pipe plug. The manhole shall be filled with water to the manhole ring and allowed to stand for 24 hours in order to allow saturation of the concrete. Following the 24-hour saturation period, the manhole shall be refilled with water ' to the manhole ring and the test period begun. The contractor shall provide test equipment in which the volume of water lost can be accurately metered or measured. The minimum test period shall be one hour. The maximum allowable loss rate shall not be greater than 0.025 gallons per foot of manhole diameter per foot of manhole depth per hour. The exfiltration test shall only be performed in the presence of the Owner's representative. Any manhole which fails the hydrostatic exfiltration test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. b. Manhole Vacuum Test The manhole vacuum test shall be equal to that offered and described by Cherne Industries Inc., 5700 Lincoln Drive, Minneapolis, MN 55436, telephone (612) 933-5501, or equivalent. Manufacturer's literature, procedures and recommendations shall be submitted to the Engineer. Any manhole which fails the vacuum test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. Manhole vacuum tests shall only be performed in the presence of the Engineer. Contact the Engineer at least 48 hours in advance of testing activities. END OF SECTION 01270507 PRECAST CONCRETE 03410 - 6 [3 05/08 f SECTION 11311 SUBMERSIBLE WASTEWATER PUMPS PART 1- GENERAL 1.1 SECTION INCLUDES A. Lift Station Pumps. 1.2 RELATED SECTIONS A. Section 02665 — Miscellaneous Pipes, Valves, Fittings. B. Division 16 - Electrical. 1.3 REFERENCES A. American Society for Testing and Materials (ASTM) B. National Electrical Manufacturers Association (NEMA) 1.4 DEFINITIONS A. Not Used. 1.5 SYSTEM DESCRIPTION A. Design Requirements l . Provide submersible non -clog wastewater pumps. 2. Provide pumps that are automatically and firmly connected to the discharge connection, guided by no less than two guide bars extending from the top of the station to the discharge connection. 3. No portion of the pump shall bear directly on the sump floor. 4. Sealing design shall incorporate machined metal -to -metal watertight contact. Sealing of the discharge interface with a diaphragm, O-ring or profile gasket will not be acceptable. 5. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber O-rings. Fittings will be the result of controlled compression of rubber 0-rings in two planes and O-ring contact of four sides without the requirement of a specific torque limit. 6. Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall not be considered as adequate or equal. No secondary sealing compounds, elliptical O-rings, grease or other devices shall be used. 7. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. 8. Provide an adequately designed cooling system for each unit. 9. Provide 35 feet of 304 stainless steel chain or stainless steel cable for each pump to lift the pump. The working load of the lifting system shall be 50% greater than the pump unit weight. 01270507 SUBMERSIBLE WASTEWATER PUMPS 11311 - 1 05l08 10. Provide motors that are able to operate dry without damage while pumping under load. 11. The motors and pumps shall be designed and assembled by the same manufacturer. 12. Design motors to operate at a maximum of 104°F ambient and with a temperature rise not to exceed 176' F. B. Performance Requirements 1. Lift Station Pumps for Lift Station #1 a. Provide 2 submersible non -clog pumps for lift station with the following characteristics: 1) Discharge Size 4 inches 2) Rated Capacity 600 gpm @ 60' TDH 3) Shut off head 98 feet (minimum) 4) Motor Size 15 HP 5) Voltage/Phase/Frequency 460v/3/60 2. Lift Station Pumps for Lift Station #2 b. Provide 2 submersible non -clog pumps for lift station with the following characteristics: 1) Discharge Size 6 inches 2) Rated Capacity 850 gpm @ 75' TDH 3) Shut off head 120 feet (minimum) 4) Motor Size 25 HP Voltage/Phase/Frequency 460v/3/60 1.6 SUBMITTALS C. In addition to the requirements of Section 01300 - Submittals, submit the following: 1. Manufacturer's certified rating curves showing pump characteristics of head, brake horsepower, discharge, efficiency, required net positive suction head, and allowable suction lift. Catalog sheets showing a family of curves will not be acceptable. 2. Literature and drawings describing the equipment in sufficient detail, including parts list and materials and details of construction, to indicate full compliance with these specifications. 3. Certified dimensional drawings of each item of equipment and auxiliary apparatus to be furnished. 4. Schematic electrical wiring diagrams and other data as required for completion of each pump installation. 5. Certified copies of a report covering each test and capacity, power and efficiency curves based on shop test results, shall be prepared by the pump manufacturer and delivered to the Engineer not less than 10 days prior to shipment of the equipment from the factory. If performance tests are not conducted on the motor, certified test reports of an identical motor shall be included. 6. Manufacturer's recommended list of spare parts. 7. Submit evidence that he can deliver a replacement for any part furnished within three working days, except major castings which shall be delivered within 10 working days. A. Crate, deliver and uncrate all parts and equipment so as to protect against any damage. Clean and lubricate in preparation for testing and field painting. 01270507 SUBMERSIBLE WASTEWATER PUMPS 11311 - 2 05/08 1, L`� B. Properly protect all finished iron or steel surfaces that are not painted to prevent rust and corrosion. C. Do not dismantle factory assembled parts and components for shipment unless permission is received in writing from the Engineer. PART2-PRODUCTS PA u_. Ql J . i 0 S1 :__ A. Provide submersible non -clog raw wastewater pumps as manufactured by ITT Flygt Corporation of Carrolton, Texas, as follows: Quantity Location Pump Model 2 Lift Station # 1 NP3153.181 2 Lift Station #2 NP3171.180 B. Or approved equal. A. Major Pump Components - Cast Iron, ASTM A-48 Class 35B B. Nuts and Bolts - Stainless Steel AISI type 304 C. Pump Shaft - Stainless Steel ASTM A479 S43100-T D. Pump Impeller - Cast Iron ASTM A-48 Class 35B 2.3 MANUFACTURED UNITS A. Furnish complete operational submersible non -clog pumps consisting of the following major components: 1. Pump 2. Motor 3. Lift chain and hardware 4. 50 Feet of Submersible Cable 2.4 COMPONENTS A. Pumps 1. General: Provide submersible non -clog wastewater pumps. 2. Pump Shaft a. Pump shaft and motor shaft shall be the same unit. Couplings shall not be accepted. b. Completely isolated from the pumped fluid. C. If a shaft material of lower quality than stainless steel—ASTM A479 S43100-T is used, a shaft sleeve of stainless steel — ASTM A479 S43100-T shall be used to protect the shaft material. However, shaft sleeves only protect the shaft around the lower mechanical seal. No protection is provided for in the oil housing and above. Therefore, the use of stainless steel sleeves will not be considered equal to stainless steel shafts. 01270507 SUBMERSIBLE WASTEWATER PUMPS 11311 - 3 05/08 �_3 3. Impeller a. Impeller shall be of gray cast iron, Class 35B, semi -open, multi -vane, back swept, non clog design. b. The impeller(s) vanes shall have screw -shaped leading edges that are hardened to Rc 45 and shall be capable of handling solids, fibrous materials, heavy sludge and other materials associated with wastewater. C. Impeller vane leading edges shall be mechanically self -cleaned upon each rotation as they pass across a spiral groove located on the volute suction and shall keep them clear of debris, maintaining an unobstructed leading edge. d. The screw shape of the impeller inlet shall provide an inducing effect for the handling of sludge and rag -laden wastewater. e. Impellers shall be locked to the shaft, held by an impeller bolt and treated with a corrosion inhibitor. 4. Volute Bottom/Insert Ring a. The pump volute shall be of A-48 Class 35B gray cast iron and shall have an integral spiral shaped cast groove(s) at the suction of the pump volute. b. The internal volute bottom or insert ring shall provide effective sealing between the pump volute and the multi -vane, semi open impeller. C. The sharp spiral groove(s) shall provide the shearing edge(s) across which each impeller vane leading edge shall cross during its rotation in order to remain unobstructed. d. Clearance between the internal volute bottom and the impeller leading edges shall be adjustable. 5. Mechanical Seal a. Each pump shall be provided with a positively driven dual, tandem mechanical shaft seal system consisting of two seal sets, each having an independent spring. The lower primary seal, located between the pump and seal chamber, shall contain one stationary and one positively driven rotating corrosion resistant tungsten -carbide ring. The upper secondary seal, located between the seal chamber and the seal inspection chamber, shall contain one stationary and one positively driven rotating corrosion resistant tungsten -carbide seal ring. All seal rings shall be individual solid sintered rings. Each seal interface shall be held in place by its own spring system. The seals shall not depend upon direction of rotation for sealing. Mounting of the lower seal on the impeller hub is not acceptable. Shaft seals without positively driven rotating members or conventional double mechanical seals containing either a common single or double spring acting between the upper and lower seal faces are not acceptable. The seal springs shall be isolated from the pumped media to prevent materials from packing around them, limiting their performance. b. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and shall provide capacity for lubricant expansion. The seal lubricant chamber shall have one drain and one inspection plug that are accessible from the exterior of the motor unit. The seal system shall not rely upon the pumped media for lubrication. C. The area about the exterior of the lower mechanical seal in the cast iron housing shall have cast in an integral concentric spiral groove. This groove shall protect the seals by causing abrasive particulate entering the seal cavity to be forced out away from the seal due to centrifugal action. 01270507 SUBMERSIBLE WASTEWATER PUMPS 11311 - 4 05/08 d. A separate seal leakage chamber shall be provided so that any leakage that may occur past the upper, secondary mechanical seal will be captured prior to entry into the motor stator housing. Such seal leakage shall not contaminate the motor lower bearing. The leakage chamber shall be equipped with a float type switch that will signal if the chamber should reach 50% capacity. 6. Bearings a. Provide two permanently lubricated bearings for the shaft to rotate on. b. Provide a single deep groove ball bearing for the upper bearing. C. The lower bearing shall be a two row angular contact bearing to compensate for axial thrust and radial forces. d. Single row lower bearings are not acceptable. 7. Cooling System Each unit shall be provided with an integral motor cooling system. A 304 stainless steel motor cooling jacket shall encircle the stator housing, providing for dissipation of motor heat regardless of the type of pump installation. An impeller, integral to the cooling system and driven by the pump shaft, shall provide the necessary circulation of the cooling liquid trough the jacket. The cooling liquid shall pass about the stator housing in the closed loop system in turbulent flow providing for superior heat transfer. The cooling system shall have one fill port and one drain port integral to the cooling jacket. The cooling system shall provide for continuous pump operation in liquid or ambient temperatures of up to 104°F. (40°C.). Operational restrictions at temperatures below 104°F are not acceptable. Fans, blowers or auxiliary cooling systems that are mounted external to the pump motor are not acceptable. 8. Cable Entry System a. The cable entry system shall preclude specific torque requirements to insure a watertight and submersible seal. b. Provide a single cylindrical elastomer grommet, flanked by washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter and compressed by the body containinga strain relief function, separate from the function of sealing the cable. C. The assembly shall provide ease of changing the cable when necessary using the same entry seal. d. The cable entry junction chamber and motor shall be separated by a terminal board which isolates the stator housing from foreign material gaining access through the pump top. Epoxy, silicone, or other secondary sealing system will not be considered acceptable. B. Motor 1. Provide an induction type with a squirrel cage rotor, shell type design motor, housed in an air filled, watertight NEMA B type chamber. 2. Provide Class H moisture resistant insulation rated for 356' F on the stator windings. 3. The stator shall be insulated be the trickle impregnation method using Class H monomer - free polyester resin resulting in a winding fill factor of at least 95%. The use of multiple step dip and bake type stator insulation process is not acceptable. 4. The stator shall be heat -shrink fitted into the cast iron stator housing. 5. The use of any fasteners requiring the penetration of the stator housing is not acceptable. 6. The motor shall be inverter duty rated in accordance with NEMA MGl, Part 31. 7. Design motor for continuous duty handling pumped media of 104' F and capable of up to 15 evenly spaced starts per hour. 01270507 SUBMERSIBLE WASTEWATER PUMPS 11311- 5 05/08 8. Construct the rotor bars and short circuit rings of cast aluminum. 9. Three thermal switches set to open at 260°F shall be embedded in the stator end coils, one per phase winding, to monitor the stator temperature. These thermal switches will be used in conjunction with and supplemental to external motor overload protection and shall be connected to the motor control panel. 10. Combined Service Factor: 1.15. j 11. Voltage Tolerance; +/-10%. 12. A motor performance chart shall be provided upon request exhibiting curves for motor torque, current, power factor, input/output kW and efficiency. The chart shall also include data on motor starting and no-load characteristics. 13. Size the power cable according to the NEC and ICEA standards and also meet with P-MSHA Approval and make the length sufficient to reach the junction box without the need for splices. 14. The outer jacket of the cable shall be oil resistant chlorinated polyethylene rubber. 15. The motor horsepower shall be adequate so that the pump is non -overloading throughout the entire pump performance curve from shut-off through run out. 16. The motor and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet or greater. C. Protection 1. Should the stator thermal switches open, the motor shall stop and activate an alarm. 2. A leakage sensor shall be installed to detect water in the stator chamber. The Float Leakage Sensor (FLS) is a small float switch used to detect the presence of water in the stator chamber. When activated, the FLS will stop the motor and send an alarm both local and/or remote. 3. Use of voltage sensitive solid state sensors and trip temperature above 260°F shall not be allowed. D. Control Panel 1. General a. As part of the pumping system, a control panel, consisting of enclosure, motor/control breakers and level control system shall be provided. 2. Enclosure: The control panel enclosure shall be rated Nema 4X and shall be constructed of 304 stainless steel. A single, three point lockable exterior latch shall be included to allow entry to the panel. Multiple, screw type fasteners are not allowable. A polished inner door shall be mounted on a continuous aluminum aircraft type hinge and shall contain cutouts for the protrusion of the circuit breakers and provide protection of the personnel from internal live voltages. All control switches, pilot indicators, elapsed time meters and other devices shall be mounted on the external surface of the dead front. The dead front door shall open a minimum of 150 degrees to allow for access to the equipment for maintenance. A 3/4" break shall be formed around the perimeter of the dead front to provide rigidity. A back plate shall be manufactured from 12 gauge sheet steel and be finished with a primer coat and two coats of baked on white enamel. All hardware shall be mounted using stainless steel machine thread screws. Sheet metal screws shall not be acceptable. All installed devices will be permanently identified with engraved legends. 3. Power Distribution: The panel power distribution shall include all necessary components and be wired with stranded copper conductors rated at 90 degrees "C". Conductor terminals shall be as recommended by the device manufacturer. 01270507 SUBMERSIBLE WASTEWATER PUMPS 11311 - 6 OS/08 The power system shall contain incoming power terminals, motor circuit breakers and control circuit breaker. All circuit breakers shall be heavy duty thermal magnetic, similar or equal to Square D type FAL. Each breaker shall be sized to adequately meet the operating conditions of the load and have a minimum interrupting capacity of 10,000 amps at 230 V and 18,000 at 460 V. Breakers shall be indicating type, providing an "on -off -tripped" positions of the handle. They shall be quick make -quick break on manual and automatic operation and have inverse time characteristics. Breakers shall be designed so that tripping of one pole automatically trips all poles. A main disconnect shall be included and mounted on the inner door of the control panel. Motor starters shall be open frame, across the line, NEMA rated with individual overload protection in each phase. Motor starter contacts and coil shall be replaceable from the front of the starter without removal of the starter from its mounted position. Overload protection shall be via solid state units. Typical units are Square D Motor Logic. Definite purpose contactors, fractional size starters and horsepower rated contactors or relays shall not be used. A lightning -transient protector shall be provided. The device shall be a solid state device with a response time of less than 5 nano -seconds with a withstanding surge capacity of 6500 amperes. Units shall be instant recovery, long life and have no holdover currents. 4. The following components shall also be supplied as standard equipment: a. 50 watt condensation heater with thermostat b. Control wiring to be 18AWG copper tinned rated at 105 degrees C. C. Each wire shall be numbered corresponding to the wiring diagram d. Alarm Silence Switch to mute alarm horn e. A duplex GFCI receptacle mounted in the inner door, 15 amp rating f. An interior work light with on/off switch on inner door 5. Level Control System: Level control shall be via a Multitrode MultiSmart level controller and submersible level transducer. MultiSmart will include MODBUS rtu option. No exceptions will be allowed. 6. High Level Alarm: The panel shall be equipped with a light and horn to give indication of a high level condition in the wet well. The horn shall provide a signal of not less than 90 db at 10 feet and shall be mounted to the side of the enclosure. A backup float shall also be furnished, terminated dry contacts, indicating a high level condition. 7. Miscellaneous: a. A final as built drawing, encapsulated in mylar, shall be attached to the inside of the front door. A list of all legends shall be included. b. All control panels shall be listed by a nationally recognized testing laboratory and apply the certification necessary to indicate the NRTL approval. To insure single source responsibility, the pump, pump motor and control system shall be manufactured by a single source. C. All equipment shall be guaranteed for a period of three (3) years from the date of shipment. The guarantee is effective against all defects in workmanship and / or defective components. The warranty is limited to the replacement or repair of the defective equipment. 01270507 SUBMERSIBLE WASTEWATER PUMPS 11311 - 7 05/08 2.5 ACCESSORIES A. Guide Rails 1. Provide twin guide rails for each pump of sufficient length to remove the pumps from the wet well. 2. Construct guide rails from schedule 40, type 304 stainless steel. 3. Provide intermediate guide supports as required but at a minimum spacing of 20 feet. 2.6 SOURCE QUALITY CONTROL A. Test the pumps at the factory for capacity, and power requirements at the specified rated condition, shutoff head, operating head extremes, and at as many other points as necessary for accurate performance curve plotting. All tests and test reports shall be made in conformity with the requirements and recommendations of the Hydraulic Institute Standards. PART 3 - EXECUTION 3.1 INSTALLATION A. Install pumps in strict accordance with the manufacturer's instructions and recommendations. Installation shall include furnishing the required grease for initial operation. The grades of grease shall be in accordance with the manufacturer's recommendations. B. Set anchor bolts in accordance with the manufacturer's recommendations. C. Furnish all drain and flushing water piping required. 3.2 FIELD QUALITY CONTROL A. Tests. After all pumps have been completely installed, conduct, in the presence of the Engineer, such tests as are necessary to indicate that the pumps conform to the specifications. Perform tests for a period of 24 consecutive hours. B. Manufacturer's Field Service. 1. Qualifications. Provide a factory trained, qualified, and experienced representative from the pump manufacturer. 2. Inspections. Manufacturer's representative is to inspect the completed pump installation and make all final adjustments necessary to initialize pump operation. 3. Training. Manufacturer's representative will instruct the Owner's Operations Personnel in the proper care and operation of the equipment, for a minimum of 8 hours. C. Provide a performance chart showing curves for torque, current, power factor, input/output KW and efficiency for the motors. 3.3 PROTECTIVE COATINGS A. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. 01270507 SUBMERSIBLE WASTEWATER PUMPS 11311 - 8 05/08 3.4 TOOLS AND SPARE PARTS A. Provide all special tools, if required for operation and maintenance of the equipment. B. All spare parts listed in the manufacturer's recommended spare parts list, including at least the following: C. A supply of all required lubricants, sufficient for one year's normal operation. D. Furnish all tools and spare parts in containers clearly identified with indelible markings as to their contents. Pack each container with its contents suitably protected for long periods of storage. Furnish all tools in steel tool boxes. END OF SECTION 01270507 SUBMERSIBLE WASTEWATER PUMPS 11311 - 9 05/08 ! i_ _ SECTION 16000 ELECTRICAL GENERAL PROVISIONS PART 1- GENERAL 1.1 SCOPE A. The requirements of the General Conditions, Special Conditions and General Requirements of these specifications are applicable and part of every section in Division 16 - Electrical. The Contractor shall furnish all labor, material, service, equipment, appliances and shall perform all operations in connection with the installation and testing of Electrical Work in accordance with contract drawings and specifications. Any material found to be defective will be rejected by the Engineer and the Contractor shall remove such defective material from the site of the work. B. The Contractor shall be responsible for all such material furnished by him and he shall replace at his own expense all such materials found to be defective in manufacture or damaged after delivery. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the applicable provisions of the following: 1. National Electrical Code (NEC) 2. National Electrical Safety Code (NESC) 3. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. B. All modifications required by these applicable codes, rules, regulations and authorities shall be made by the Contractor without additional charge to the Owner. 1. Underwriter's Laboratories (UL): All materials, appliances, equipment or devices shall conform to the applicable standards of Underwriter's Laboratories, Inc. The label of, or listing by, UL is required. 2. Standards: Where referenced in these specifications or on the drawings, the publications and standards of the following organization shall apply: a. American Society of Testing and Materials (ASTM) b. Institute of Electrical and Electronic Engineers (IEEE) C. Insulated Power Cable Engineers Association (IPCEA) d. National Electrical Manufacturers Association (NEMA) e. National Fire Protection Association (NFPA) f American National Standards Institute (ANSI) C. Should this Contractor observe any conflict or variation in the plans and specifications, he shall notify the Engineer in writing not later than ten (10) days prior to date of bid opening. Failure to clarify such variations will result in the Electrical Contractor bearing all costs arising from electrical work done contrary to either the specifications or drawings. Electrical contractor shall coordinate all control wiring and electrical connections to equipment items furnished by Mechanical Contractor, General Contractor, Instrumentation Contractor, the Owner, and other contractors under other sections of these specifications. 01270507 ELECTRICAL GENERAL PROVISIONS 16000 - 1 05/08 1.3 SUBMITTALS A. Materials List: Within 15 days after award of contract, the Contractor shall submit to the Engineer in seven (7) copies, specifications on conduit, cable, and pump panel. Where substitutions are proposed, data sheets provided must clearly indicate that a substitution is proposed and if the substitution meets all specified criteria. Complete data must be furnished showing performance, quality and dimensions for all equipment proposed. Written approval of Engineer must be obtained before purchasing equipment. 1. Substitutions: Proposed substitutions of electrical equipment and other equipment shall be submitted with other submittal data. This request shall be accompanied by complete descriptions of the substitutes offered, including catalog cuts. The entire burden of proof of equality shall be placed on the Contractor and the decision of the Engineer shall be final. PART 2-PRODUCTS 2.1 ELECTRICAL REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the electrical drawings, the Contractor shall make any required changes to wire and conduit size, controls, over current protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. Where no specific material, apparatus or appliance is mentioned, any first-class product made by a reputable manufacturer may be used, providing it conforms to the contract requirements and meets the approval of the Engineer. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. PART 3 - EXECUTION 3.1 ELECTRICAL SYSTEM A. Fabrication, erection and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such work and shall proceed in an orderly manner so as not to impede the progress of the project. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. 01270507 ELECTRICAL GENERAL PROVISIONS 16000 - 2 05/08 3.2 TEMPORARY POWER AND LIGHTING A. Furnish and install temporary electrical facilities, if required, for construction and safety operations. No part of the permanent electrical systems or the existing electrical system may be used for temporary service unless approved by the Engineer. Provide separate electrical metering for temporary power. 3.3 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. Furnish all instruments and labor for testing. 3.4 AS -BUILT DRAWINGS A. During progress ofthe work, maintain an accurate record ofthe installation ofthe system. Upon completion of the installation, transfer all record data to a reproducible copy of the original drawings and furnish to Engineer. 3.5 OPERATING INSTRUCTIONS AND MANUALS A. Without additional charge to the Owner, furnish complete instruction to the Owner in the care, adjustment and operation of all parts ofthe electrical equipment and systems. Upon completion of the work, prepare and deliver to the Owner three (3) sets of complete operating and maintenance manuals for the systems and major equipment installed. Include catalog data, shop drawings, wiring diagrams, performance curves and rating data, spare parts lists and manufacturer's operating maintenance data. The above requirements are in addition to specific instructions and manuals specified for individual systems or equipment. 3.6 DRAWINGS A. General: The electrical drawings show the general arrangement of all conduit, equipment, etc. and shall be followed as closely as actual building construction and the work of other trades will permit. The structural drawings shall be considered as a part of the work insofar as these drawings furnish the contractor with information relating to the design and construction ofthe building. The contractor shall investigate the structural and finish conditions affecting the work and shall arrange his work accordingly, providing such fittings, elbows, pull boxes, and accessories as may be required to meet such conditions. B. Field Measurements: The Contractor shall verify the dimensions governing the electrical work at the building. No extra compensation shall be claimed or allowed on account of differences between actual dimensions and those indicated on the drawings. 01270507 ELECTRICAL GENERAL PROVISIONS 16000 - 3 05/08 3.7 UTILITY SERVICE A. As a part of this project, the Contractor shall coordinate with the utility company to determine all requirements relative to the delivery of permanent power to the site. This shall include all ditchwork, service poles, risers, metering, etc for a complete and operable system. END OF SECTION 01270507 ELECTRICAL GENERAL PROVISIONS 16000 - 4 05/08 SECTION 16111 CONDUIT PART 1-GENERAL 1.1 SECTION INCLUDES A. Metal conduit. B. Liquidtight flexible metal conduit. C. Fittings and conduit bodies. D. PVC coated metal conduit. E. Rigid PVC conduit. 1.2 RELATED SECTIONS A. Section 16130 -Boxes. B. Section 16170 - Grounding and Bonding. C. Section 16190 - Supporting Devices. D. Section 16195 - Electrical Identification. 1.3 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSVNFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.4 DESIGN REQUIREMENTS A. Conduit Size: ANSVNFPA 70. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide for metallic conduit, flexible metal conduit, liquid -tight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 01270507 CONDUIT 16111 - 1 05/08 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle Products to site under provisions of Section 01600. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.9 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4 inch unless otherwise specified. B. Wet and Damp Locations above grade: Use rigid galvanized steel or liquid tight flexible conduit. C. Below Slab: Nonmetallic PVC conduit is acceptable within limitations specified. D. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or nonmetallic PVC conduit within limitations specified. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied 2. Wheatland 3. Substitutions: Under provisions of Section 01600. B. Rigid Steel Conduit: ANSI C80.1. C. Intermediate Metal Conduit (IMC): Rigid steel. D. Fittings and Conduit Bodies: ANSI/NEMA FB l; all steel fittings. 01270507 CONDUIT 16111 - 2 05/08 2.3 LIQUID -TIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Ultatite 2. Electri-flex 3. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSI/NEMA FB 1. D. Applications: Use for final connections to motorized equipment in exterior locations. 2.4 PVC COATED METAL CONDUIT A. Manufacturers: 1. Levy 2. Robroy Industries 3. Substitutions: Under provisions of Section 01600. B. Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20 mil thick. C. General: Protective layer may be factory applied or galvanized rigid steel conduit may be applied with two layers of corrosion resistant tape. D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to match conduit. PART 3 - EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. H. Arrange conduit to maintain headroom and present neat appearance. I. Route exposed conduit parallel and perpendicular to walls. J. Maintain adequate clearance between conduit and piping. K. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. L. Cut conduit square using saw or pipecutter; de -burr cut ends. M. Bring conduit to shoulder of fittings; fasten securely. N. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. O. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2 inch size. P. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. 01270507 05/08 �, I 16111 - 3 �v Q. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. R. Provide suitable pull string in each empty conduit except sleeves and nipples. S. Use suitable caps to protect installed conduit against entrance of dirt and moisture. T. Ground and bond conduit under provisions of Section 16170. U. Identify conduit under provisions of Section 16195. V. Ducts shall be cleaned with an flexible mandrel assembly. W. All conduits passing vertically through slabs on grade shall be rigid steel or IMC. Rigid steel and IMC conduits shall be applied with protective coatings as indicated herein. X. Minimum cover for underground conduits shall be 30 inches. END OF SECTION 16111 01270507 CONDUIT 16111 - 4 05/08 SECTION 16123 WIRE AND CABLE PART 1- GENERAL 1.1 SECTION INCLUDES A. Wire and cable. B. Wiring connectors and connections. 1.2 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.3 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR REVIEW A. Product Data: Provide for each cable assembly type. 1.5 SUBMITTALS FOR INFORMATION A. Test Reports: Indicate procedures and values obtained. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.6 SUBMITTALS AT PROJECT CLOSEOUT A. Project Record Documents: Record actual locations of components and circuits. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 1.8 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 01270507 WIRE AND CABLE 16123 - 1 05/08 1.9 PROJECT CONDITIONS A. Verify that field measurements are as indicated. B. Conductor sizes are based on copper. C. Wire and cable routing indicated is approximate unless dimensioned. 1.10 COORDINATION A. Coordinate Work under provisions of Section 01039. B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2-PRODUCTS 2.1 WIRE A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. B. Description: Single conductor insulated wire. C. Conductor: Copper. D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, Type THW, THHN/THWN and XHHW. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. B. Solderless Pressure Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. C. Spring Wire Connectors: 1. Ideal. D. Compression Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that raceway installation is complete and supported. 01270507 WIRE AND CABLE 16123 - 2 05/08 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. All Locations: Use only wire, Type THW or THHN/THWN insulation, in raceway. 3.4 INSTALLATION A. Route wire and cable as required to meet Project Conditions. B. Install cable in accordance with the NECA "Standard of Installation." C. Use solid conductor for feeders and branch circuits 10 AWG and smaller. D. Use stranded conductors for control circuits. E. Use conductor not smaller than 12 AWG for power and lighting circuits with the exception of pre -manufactured fixture whips, listed for such use and not exceeding 6' in length. F. Use conductor not smaller than 14 AWG for control circuits. G. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet. H. Install all conductors in conduit. I. Pull all conductors into raceway at same time. J. Use suitable wire pulling lubricant for building wire 4 AWG and larger. K. Protect exposed cable from damage. L. All cables shall be neatly supported. M. Use suitable cable fittings and connectors. N. Neatly train and lace wiring inside boxes, equipment, and panelboards. O. Clean conductor surfaces before installing lugs and connectors. P. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. Q. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. R. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. S. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. T. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. U. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and stated in Article 310-15 of the National Electrical Code. 3.5 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 16123 01270507 WIRE AND CABLE 16123 - 3 05/08 SECTION 16170 GROUNDING AND BONDING PART1-GENERAL 1.1 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.2 REFERENCES A. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). B. NFPA 70 - National Electrical Code. 1.3 GROUNDING SYSTEM DESCRIPTION A. Metal underground water pipe. B. Rod electrode system. 1.4 PERFORMANCE REQUIREMENTS A. Grounding System Resistance: Maximum 10 ohms. 1.5 SUBMITTALS FOR REVIEW A. Product Data: Provide for grounding electrodes and connections. 1.6 SUBMITTALS FOR CLOSEOUT A. Project Record Documents: Record actual locations of components and grounding electrodes. B. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience, and with service facilities within 100 miles of Project. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 01270507 GROUNDING AND BONDING 16170 - 1 05/08 PART2-PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 3/4 inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Material: Bronze. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Size to meet NFPA 70 requirements. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that fmal backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Install rod electrodes. Install additional rod electrodes as required to achieve a minimum resistance to ground of 10 ohms. B. Provide bonding to meet Regulatory Requirements. C. Bond together metal siding not attached to grounded structure; bond to ground. D. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. 3.3 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 16170 01270507 GROUNDING AND BONDING 16170 - 2 05/08 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 1.3 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2 - PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Communication cabinets, and computer cabinets. 3. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4 inch letters for identifying individual equipment and loads. 2. Use 1/4 inch letters for identifying grouped equipment and loads. 3. Use 3/8 inch letters for identifying Main Disconnect equipment. 2.2 WIRE MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 01270507 ELECTRICAL IDENTIFICATION 16195 -1 05/08 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 3 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color coding for phase identification: 120/208 volts Phase 277/480 volts Black A Brown Red B Orange Blue C Yellow White Neutral Gray Green Ground Green Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. 01270507 05/08 END OF SECTION 16195 ELECTRICAL IDENTIFICATION 16195 - 2 SECTION 16421 UTILITY SERVICE ENTRANCE PART 1-GENERAL 1.1 SECTION INCLUDES A. Utility company coordination. B. Meter bases. 1.2 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NFPA 70 - National Electrical Code. 1.3 SYSTEM DESCRIPTION A. System and service type shall be as indicated on drawings. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with Utility Company requirements. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 1.6 PRE -INSTALLATION MEETING A. Meet with the electric utility supplying the service pole to verify service entrance requirements, service pole location and details with Utility Company representative. 1.7 FIELD MEASUREMENTS A. Verify field measurements. PART 2-PRODUCTS 2.1 METERING TRANSFORMER CABINETS (IF REQUIRED) AND METER BASE: A. As required by electric utility. 01270507 UTILITY SERVICE ENTRANCE 16421 -1 05/08 PART 3 - EXECUTION 3.1 PREPARATION _r A. Arrange with Utility Company to obtain permanent electric service to the Project. 3.2 INSTALLATION A. Install meter cabinet and conduit as required by Utility Company. B. Contractor shall coordinate with the Utility Company to determine the extent of work to be performed by the Utility Company. All work not included in the Utility Company's scope shall be performed by the Contractor as required for a complete and operable system. END OF SECTION 01270507 UTILITY SERVICE ENTRANCE 16421 - 2 05/08 SECTION 16481 ENCLOSED MOTOR CONTROLLERS AND ENCLOSED SWITCHES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements to Work of this Section. 1.2 SECTION INCLUDES A. Enclosed switches. B. Combination magnetic motor starters. 1.3 REFERENCES A. NFPA 70- National Electrical Code. B. UL 1 98C - High -Interrupting Capacity Fuses; Current Limiting Type. C. UL 1 98E - Class R Fuses. D. NECA "Standard of Installation," published by National Electrical Contractors Association. E. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. F. NEMA ICS 6 - Enclosures for Industrial Controls and Systems. G. NEMA KS 1 - Enclosed Switches. 1.4 SUBMITTALS A. Submit under provisions of other Section. B. Product Data: Provide catalog sheets showing voltage, controller size, ratings and size of switching and overcurrent protective devices, short circuit ratings, dimensions, and enclosure details. C. Test Reports: Indicate field test and inspection procedures and test results. D. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. B. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 01270507 ENCLOSED MOTOR CONTROLLERS AND ENCLOSED SWITCHES 16481 -1 05/08 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and indicated. PART 2-PRODUCTS 2.1 COMBINATION MAGNETIC CONTROLLER A. Magnetic Motor Controllers: NEMA ICS 2, AC general-purpose Class A magnetic controller for induction motors rated in horsepower. Provide integral fused disconnect. B. Coil operating voltage: 120 volts, 60 Hertz. Provide integral control transformer. C. Overload Relay: NEMA ICS; electronic type; with phase loss and unbalance protection. D. Enclosure: NEMA 3. 2.2 PRODUCT OPTIONS AND FEATURES A. Auxiliary Contacts: NEMA ICS 2, 2 each field convertible contacts in addition to seal -in contact. B. Cover Mounted Pilot Devices: NEMA ICS 2, heavy duty type. C. Pushbuttons: Recessed type. D. Indicating Lights: LED type. E. Selector Switches: H-O A Rotary type switch. F. Relays: NEMA ICS 2. G. Control Power Transformers: 120 volt secondary. Provide fused primary and secondary, and bond unfused leg of secondary to enclosure. H. Provide a cover mounted hour meter. 2.3 DISCONNECTS A. Combination Controllers: Combine motor controllers with fusible switch disconnect in common enclosure. B. Fusible Switch Assemblies: NEMA KS 1, enclosed knife switch with externally operable handle. Fuse clips: Designed to accommodate Class R fuses. C. All disconnects shall be heavy duty type. 2.4 FUSES A. Description: Dual element, current limiting, time delay, one-time fuse, 600V volt, Class RK 5. B. Interrupting Rating: 200,000 rms amperes. 01270507 ENCLOSED MOTOR CONTROLLERS AND ENCLOSED SWITCHES 16481 - 2 05/08 PART 3 - EXECUTION 3.1 INSTALLATION A. Install enclosed controllers where indicated, in accordance with manufacturer's instructions. Provide a motor controller for all equipment not furnished as integral with equipment. Coordinate actual motor loads with overload protection. B. Install enclosed controllers plumb. Provide supports in accordance with Section 16190. C. Height: 5 ft to operating handle. D. Install fuses in fusible switches. E. Select and install overload elements in motor controllers to match installed motor characteristics. F. Provide engraved plastic nameplates under the provisions of Section 16195. G. Provide neatly typed label inside each motor controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. 3.2 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of other Sections. B. Inspect and test each enclosed controller to NEMA ICS 2. END OF SECTION 16481 01270507 ENCLOSED MOTOR CONTROLLERS AND ENCLOSED SWITCHES 16481 - 3 05/08 F122 010 -�� FAA ADVISORY CIRCULAR U.S. Department of Transportation Federal Aviation Administration Subject: OPERATIONAL SAFETY ON AIRPORTS DUN NG CONSTRUCTION 1. THE PURPOSE OF THISADVISORY Cl RCULAR (AC). Aviation safety isthe primary consideration at airports, especially during construction. ThisAC setsforth gui del i nes for operational safety on ai rports duri ng constructi on. I t contai ns m4 or changes to the fol I owi ng areas: " Runway Safety Area,, paragraph 3-2; "Taxiway Safety Areas/Object-FreeAreas," paragraph 3-3; " Overvi ew," paragraph 3-4; " M arki ng Gui del i nes for Temporary Threshold," paragraph 3-5; and " Hazard Marking and Lighting," paragraph 3-9. 2. WHAT THI SAC CANCELS. This AC cancels AC 150/5370-2D, Operational Safety on Airports During Construction, dated May 31, 2002. 3. READING MATERIAL RELATED TO THIS AC. A ppendi x 1 contai ns a I i st of readi ng mated al s on airport construction, design, and potential safety hazardsduringconstruction, as well as i nstructi ons for orderi ng these documents. M any of there, i nd udi ng thisAC, areavalableon the Federal Aviation Administration (FAA) Web site. a/t't E-,�e DAVID L. BENNEfT Director, Officeof Airport Safety and Standards Advisory Circular Date: 1/17/03 AC No: 150/5370-2E Initiated by: AAS-300 Change: 4. WHO THISAC AFFECTS. Thi s AC assists airport operators in complying with 14 Code of Federal Regulations(CFR), part 139, Certification and Operation: Land Airports Serving Certai n A i r Cam ers, and wi th the requi rements of ai rport constructi on proj ects recei vi ng f unds under the Airport Improvement Program or from the Passenger Facility Charge Program. While the FAA does not require noncertificated airportswithout grant agreements to adhere to these gui del i nes, we recommend that they do so as it will help these airports mai ntai n a des rabl e I evel of operati onal safety duri ng construction. 5. ADDITIONAL BACKGROUND INFORMATION. Appendix 2 contains defi ni ti ons of terms used i n thi s AC. Appendix 3provides airport operators with boilerplateformat and language for developing a safety plan for an airport construction project. Appendix 4 i s a sample Noticeto Airmen form. 6. HAZARD LIGHTING IMPLEMENTATION TIME LINE. Suppl emental hazard I i ghti ng must be red i n col or by October 1, 2004. See paragraph 3-9 for more information. 1/17/03 AC 150/5370-2E I CONTENTS Paragraph Paqe CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES.................................................1 1-1. Overview..................................................................................................................................................................1 1-2. Who IsResponsblefor Safety During Construction...............................................................................................1 CHAPTER2. SAFETY PLANS................................................................................................................................ 3 Section 1. Basic Safety Plan Considerations.......................................................................................................3 2-1. Overview.................................................................................................................................................................. 3 2-2. Safety R an Chedcl i st................................................................................................................................................ 3 Section 2. Safety and Security Measures.............................................................................................................4 2-3. Overview.................................................................................................................................................................. 4 2-4. Vehicle Operation and Marking and Pedestrian Control..........................................................................................4 2-5. Construction Employee Parking Areas....................................................................................................................5 2-6. Construction Vehicle Equipment Parking................................................................................................................ 5 2-7. Radi o Communi ccti on Trai ni ng............................................................................................................................... 5 2-8. Fend ng and Gates.................................................................................................................................................... 5 Section 3. Notification of Construction Activities................................................................................................5 2-9. General.....................................................................................................................................................................5 2-10. Assuring Prompt Notifications . ................................................................................................................................ 6 2-11. NoticestoAirmen(NOTAMs).................................................................................................................................6 2-12. Aircraft Resaaeand 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, Obstacle -Free Zones, and Object -Free Areas ......................7 3-1. Overview.................................................................................................................................................................. 7 3-2. Runway Safety Area (RSA)/Obstad e-Free Zone(OFZ)..........................................................................................7 3-3. Taxiway Safety Areas/Object-Free Areas . ............................................................................................................... 7 Section 2. Temporary Runway Thresholds..........................................................................................................8 3-4. Overview.................................................................................................................................................................. 8 3-5. Marking Guidelinesfor Temporary Threshold.........................................................................................................8 3-6. Lighting Guidelines for Temporary Threshold.........................................................................................................9 Section 3. Other Construction Marking and Lighting Activities......................................................................10 3-7. Overview................................................................................................................................................................10 3-8. Gosed Runway and Taxiway Marking and Lighting.............................................................................................10 3-9. Hazard Marking and Lighting................................................................................................................................10 3-10. Construction Near Navigational Aids(NAVAIDs)................................................................................................11 3-11. Construction SiiteAccessand Haul Roads..............................................................................................................11 3-12. Construction Material Stockpiling................................................................................................................•.........11 3-13. Other Limitationson Construction......................................................................................................................... 11 3-14. Foreign Object Debris(FOD) Management........................................................................................................... 12 Section 4. Safety Hazards and Impacts..............................................................................................................12 3-15. Overview................................................................................................................................................................12 AC150537U-2E 1/1703 Appendices iv 1/17/03 AC 150/5370-2E CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES 1-1. OVERVI EW. Hazardous practices and marginal conditions created by construction activities can decrease or j eopardize operational safety on airports. To mi ni mi ze di srupti on of normal aircraft operations and to avoid situations that compromise the airport's operational safety, the ai rport operator must carefully plan, schedule, and coordinate construction activities. While the guidance inthisACis pri marl I y used for constructi on operati ons, some of the methods and procedures descri bed may al so enhance day- to-day mai ntenanceoperati ons 1-2. WHO IS RESPONSIBLE FOR SAFETY DURING CONSTRUCTION. A n ai rport operator has overal 1 responsi bi I i ty for construction activities on an airport. Thi s i nd udes the predesign, design, preoonstructi on, construction, and inspection phases. Additional information on these responsibi I i ti es can be found throughout thi s A C. a. Airport operator's responsibilities - (1) Develop i nternal I y or approve a constructi on safety pi an developed by an outside consul tant/contractor that complies with the safety guidel inesin Chapter 2, "Safety Plans," and Appendix 3, "Airport Construction Safety Planning Guide," of this AC. (2) Requirecontractorsto submit plans indicating how they intend to comply with thesafety requi rements of the proj ect. (3) Convene a meeti ng with the construction contractor, consultant, airport employees, and, if appropriate, tenant sponsor to review and discuss project safety before beginning construction activity. (4) Ensure contact information is accurate for each representative/point of contact identified in the safety plan. (5) Hold weekly or, if necessary, daily safety meeti ngs to coo -di nate acti vi ti es. (6) Notify users, especially aircraft rescue and firefighting (ARFF) personnel, of construction activity and conditions that may adversely affect theoperational safety of theairport via Notioesto Airmen (NOTAMs) or other methods, as appropriate Convene a meeting for review and discussion if necessary. (7) Ensure that construction personnel know of any applicable ai rport procedures and of changes to those procedures that may affect thei r work. (8) Ensure that oonstructi on contractors aid subcontractors undergo training required by the safety plan. (9) Develop and/or 000rdi nate a constructi on vehide pl an with ai rport tenants, the ai rport traffic control tower (ATCT), and construction contractors. I nd ude the vehi d e pl an i n the safety plan. See Chapter 2, secti on 2, of thisAC for additional information. (10) Ensure tenants and contractors comply with standards and procedures for vehide I ighti ng, marking, access, operation, and communication. (11) At certificated airports, ensure that each tenant's construction safety plan is consistent with 14 CFR part 139, Certification and Operations. Land Airports Serving Certain Air Carriers. (12) Conduct frequent inspectionsto ensure construction contractors and tenants comply with the safely plan and that altered construction activitiesdo not create potential safety hazards. (13) Resolve safety deficiencies immediately. (14) Ensure oonstructi on access compl i es with the security requirementsof 49 CFR part 1542, Airport Security. (15) Notify appropriate parties when conditions exist that invoke provisions of the safety plan (ag., implementation of low -visibility operations). b. Construction contractor's responsibilities— (1) Submit plans to the airport operator on how to comply with the safety requi rements of the project. (2) Have aysi I abl e a copy of the proj ect safety plan. (3) Comply with the safety plan associated with the oonstructi on project and ensure that construction personnel are fami I i ar wi th safety procedures and regul ati ons on the ai rport. (4) Provide a poi nt of contact who wi I I coordi nate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. (5) Provi de a safety off i cer/constructi on inspector familiar with airport safety to monitor construction activities. (6) Restrict movement of construction vehiclesto construction areas by flagging and barricading, erecting temporary fencing, or providing esoorts; as appropriate. AC 150/5370-2E 1/17/03 (7) Ensure that no construction employees, employees of subcontractors or suppliers, or other persons enter any part of the air operati ons areas (A OAs) from the construction site unless authorized. c. Tenant's responsibilities if planning construction activitieson leased property— (1) Develop a safety plan, and submit it to the ai rport operator for approval prior to i ssuance of a Noti ce to Proceed. (2) Provi de a poi nt of contact who wi I I coordinate an i mmedi ate response to correct any 2 construction -related activity that may adversely affect the operational safety of the ai rport. (3) Ensure that no tenant or construction employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (4) Restrict movement of construction vehicles to construction areas by flagging and barricading or erecting temporary fencing. 1/17/03 AC 150/5370-2E CHAPTER 2. SAFETY PLANS Section 1. Basic Safety Plan Considerations 2-1. OVERVI EW. Airport operators should coordinate safety i ssues wi th the air carriers, FAA Ai rway Faci I i ti es, and other airport tenants before the design phase of the project. The ai rport operator should identify project safety concerns, requi remen% and i mpacts before maki ng arrangements with contractors and other personnel to perform work on an ad rport. These safety concerns wi I I serve as the foundation for the constructi on safety plan and help mad ntai n a hi gh I evel of avi ati on safety duri ng the proj ect. The ai rport operator shoul d determi ne the I evel of compl exi ty of the safety pl an that i s necessary for each construction project and its phases. The safety plan may be detail I ed in the specifications included in the invitation for bids, or the invitation for bid may spedfy that the contractor deve l op the safety pl an and the ad rport operator approve it. In the latter case, the invitation forbid should contain sufficient information to allow the contractor to develop and determi ne the costs associ ated wi th the safety plan. In either case, safety plan costs should be i ncorporate d i nto the total cost of the proj ect. The ai rport operator has fi nal approval authority and responsi bi I i ty for al safety plans. Coordination will vary from formal predesign conferences to informal contacts throughout the duration of the construction project. DetaiIsof asped fied safety plan, or requi rements for a contractor -developed safety plan, should be di scussed at the predesign and preconstruction conferences and should i nd ude the fol I owi ng, as appropriate: a. Actions necessary before starting construction, including defining and assigning responsibilities. b. Basic respond bi I i ti es and procedures for disseminating instructions about airport procedures to the contractor's personnel. c. Meansof separating construction areasfrom aeronauti cal -use areas. d. Navigational aid (NAVAID) requirements and weather. e. Making and lighting plan illustrations f. Methods of coordinating significant changes in ad rport operati ons wi th al I the appropri ate parti es 2-2. SAFETY PLAN CHECKLIST. To the extent applicable, the safety plan should address the fol lowing: a. Scope of work to be performed, including proposed duration of work. b. Runway and taxiway marking and lighting. c. Proceduresfor protecting all runway and taxiway safety areas, obstad e-free zones (OFZs), obj ect-free areas (OFAs), and threshold citing criteria outlined in AC 150/5300-13, Airport Design, and asdescribed in thisAC. Thi s i nd udes I d mi tali ons on equi pment he i ght and stockpiled material. d. Areas and operations affected by the oonstructi on acti vi ty, i nil udi ng poss bl a safety probl ems. e. NAVAIDsthat could be affected, especially critical area boundaries. f. Methods of separati ng vehicle and pedestrian construction traffic from the airport movement areas Thi s may i nd ude fenci ng off constructi on areas to keep equipment operators in restricted areas in which they are authorized to operate. Fencing, or some other form of restri cti ve barri er, isan operational necessity in some cases. g. Procedures and equipment, such as barricades (identify type), to del I neate d osed construction areas from the ad rport operati onal areas, as necessary. h. Limitations on construction. d. Required compliance of contractor personnel with all airport safety and security measures j . Locati on of stodcpi I ed constructi on mated al s, construction site parking, and access and haul roads k. Radio communications I. Vehicle identification. m. Trenches and excavations and cover requi rements 3 AC 150/5370-2E 1 /17/03 n. Procedures for notifying ARFF personnel if water I i nes or fire hydrants must be deactivated or if emergency access routes must be rerouted or blocked. o. Emergency notification proceduresfor medical and pol ice response. p. Useof temporary visual aids, q. Wildlife management. r. Foreign object debris(FOD) control provisions s Hazardous materials(HAZMAT) management. t. NOTAM issuance. w. Procedures for contacting responsible representati ves/poi nts of contact for all involved parties This should i nd ude off -duty contact information so an i mmedi ate response may be coordi nated to correct any construction -related activity that could adversely affect the operati onal safety of the ai rport. Parti cul ar care should be taken to ensure that appropriate Airways Faci I i ti es personnel are identified in the event that an unanti ci pated uti I i ty outage or cabs a cut occurs that impacts FAA NAVAIDa x. Vehicle operator training. y. Penalty provisions for noncompliancewith airport rules and regul ati ons and the safety plan (e.g., if a vehi d e i s i nvol ved in arunway incursion). u. Inspection requirements z. Any special conditions that affect the operation of the ei rport and wi I I requi re a porti on of the safety pl an v. Proceduresfor locating and protecting existing to beactivated (e:g., low -visibility operations, saw underground uti I i ti es; cab] es, wi res, pi pal i nes, and other removal). underground facilities in excavation areas Section 2. Safety and Security Measures 2-3. OVERVI EW. A i rport operators are responsi bl a for d osel y moni tor] ng tenant and construction contractor activity during the construction prcj ect to ensure continual compli ance with all safety and security requirements Airports subject to 49 CFR part 1542, Airport Security, must meet standards for access control, movement of ground vehi des, and identification of construction contractor and tenant personnel. In addition, airport operators should use safety program standards, as descri bed in Chapter 3 of thi s 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, Standardsfor Specifying Construction of Airports, paragraphs 40-05, " M ai ntenanoe of Traffic'; 70-08, "Barricades, Warning Signs, and Hazard Markings,'; axi 80-04, "Limitation of Operations" At any ti me duri ng constructi on, ei rcraft operati ons, weather, security, or local airport rules may dictatemore stringe t safety measures. The airport operator should ensure that both general and specific safety requirements are 000rdi nated with ai rport tenants and ATCT personnel. The ai rport operator shoal d ai so i nd ude these pati es i n the coordi nati on of al I bi d documents, constructi on pl ans, and speci f i cati ons for on-ai rport constructi on prof ects _e 4 2-4. VEHICLE OPERATION AND MARKING AND PEDESTRIAN CONTROL. V ehi d e and pedestri an access routes for ai rport constructi on prc j ects must be control I ed to prevent inadvertent or unauthorized entry of persons, vehi des, or ani mall s onto the AOA. Thi s i nd udes ai rcraft movement and nonmovenent areas The airport operator should develop and coordi nate a construction vehi de plan with ai rport tenants, contractors, and the ATCT. The safety plan or invitation for bid should indude specific vehi de and pedestrian requirements The vehi cle plan should contain the fol I owi ng items: a. Airport operator's rules and regulations for vehi d e marki ng, I i ghti ng, and operati on. b. Requirementsfor marking and identifying vehi d es i n a000rdaroe wi th AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. c. Description of proper vehicle operations on movement and nonmovement areas under normal, I ost communications, and emergency conditions d. Penalties for noncompliaicewith driving rules and regulations e. Trai ni ng requirements for vehi de drivers to ensure compl i once wi th the airport operator's vehi d e rules and regulations f. Provisionsfor radio communication training for construction contractor personnel engaged in construction activitiesaround aircraft movement areas Somedrivers, 1 /17/03 AC 150/5370-2E such as construction drivers under escort, may not require this training. g. Escort procedures for construction vehicles requi ri ng access to ai rcraft movement areas A vehi d e i n the movement area must have aworkirig aviation -band, two-way radio unless it is under escort. Vehidescan be in dosed areaswithout a radio if the dosed area is properly marked and lighted to prevent incursions and a N OTA M regarding the closure is issued. h. Monitoririg procedures toensure that vehicle dri vers are i n compl i once wi th the constructi on vehi d e pl an. i. Proceduresfor, if appropriate; personnel to control access through gates and fend ng or across aircraft movement areas 2-5. CONSTRUCTION EMPLOYEE PARKING AREAS. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehides onto the airport movement area These areas should provide reasonable contractor employee access to the job site. 2-6. CONSTRUCTION VEHICLE EQUIPMENT PARKING. Construction employees must park and serviceall construction vehicles in an area designated by the airport operator outside the runway safety areas and OFZs and never on a dosed taxiway or runway. Employees should ai so park constructi on vehi d es outsi de the OFA when not in use by construction personnel (e.g., overnight, on weekends, or during other periodswhen construction is not active). Parking areas must not obstruct the dear I i ne of si ght by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigational ads. The FAA must also study those areas to determi ne effects on 14 CFR part 77, Objects Affecting Navigable Airspace, surfaces(see paragraph 2-13 fa- further information). 2-7. RADIO COMMUNICATION TRAINING. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unesoorted operation on aircraft movement 2-9. GENERAL. areas observe the proper procedures for communi cati ons, I nd udi ng us ng appropri ate radi o frequend es at ai rports with and without ATCT& Training of contractors on proper communication procedures is essential for mai ntai ni ng ai rport operati onal safety. When operati ng vehicles on or near open runways or taxiways, construction personnel must understand the critical i mportance of mai ntai ni ng radi o contact wi th ai rport operations, ATCT, or the Common Traffic Advisory Frequency, which may i nd ude U N I COM, MULTICOM, or one of the FAA FI i ght Servi ce Stati ons (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 d earance to cross a runway. In addition, it is the responsi bi I ity of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. Even though radi o communi caii on i s mai ntai ned, escort vehi d e drivers must also fami I i ari ze themselves with ATCT light gun signals in the event of radio fai I ure (see the FAA safety placard "Ground Vehi d e Gui de to A i rport Signsand Markinge). Thissafety placard may be ordered through the Runway Safety Program Web site at http://www.faarsp.org or obtained from the Regional Airports Division Office. 2-8. FENCI NG AND GATES. Airport operators and contractors must take care to maintain a high level of safety and security during constructi on when access poi nts are created i n the securi ty fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely dosed and locked to prevent access by ani mal s and peopi a (esped al I y mi nos). Procedures should be in place to ensure that only authorized persons and vehi d es have access to the AOA and to prohi bi t "piggybackirig" behind another person or vehicle. The Department of Transportation (DOT) document DOT/FAA/AR 00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of thisdocument can be obtained from the Airport Consultants Counci I , Ai rports CounciI International, or American Association of Airport Executives Section 3. Notification of Construction Activities I n order to mai ntai n the desi red I evel s of operati onal safety on airpotsduring construction activities, the safety plan should contain the notification acti ons descr i bed below. 5 AC 150/5370-2E 1/17/03 2-10. ENSURING PROMPT NOTIFICATIONS. The airport operator should establish and fol I ow procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of an airport. 2-11. NOTI CESTO AIRMEN (NOTAM S). The airport operator must provide information on dosed or hazardous conditions on ai rport movement areas to the FSS so i t can i ssue a NOTAM . The airport operator must coordinate the issuance, maintenance; and cancel I ati on of NOTAMs about airport conditions resulting from construction acti vi ti es wi th tenants and the local air traffic facility (control tower, approach control, or air trafffic control center. Refer to A C 150/5200-28, Noti oes to Airmen (NOTAMs) for Airport Operators, and Appendix 4 in thisAC for a sample NOTAM form. Only the FAA may issue or cancel NOTAMson shutdown or irregular operation of FAA -owned facilities. Only theairport operator or an authorized representative may issue or cancel NOTAMsonairport conditions (Theairport owner/operator i s the onl y entity that can d ose or open a runway.) The ai rport operator must fi I e and mai ntai n thi s list of authorized representatives with the FSS. Any person having reason to believethat a NOTAM is mi ssi ng, i ncompl ete, or i naocurate must noti fy the ai rport operator. 2-12. AIRCRAFT RESCUE AND FIRE FI GHTI NG (ARFF) NOTI A CATI ON. The safety plan must provide proceduresfor notifying ARFF personnel, mutual aid providers, and other emergency services if construction requires shutting off or otherwi se di srupti ng any water I i ne or fi re hydrant on the ai rport or adj a ni ng areas and if contractors work with hazardousmaterial ontheeirfidd. Notification procedures must also be developed for notifying ARFF and al I other emergency personnel when the work performed will dose or affect any emergency routes. L i kewi se, the procedures must address appropri ate noti fi cati ons when servi oes are restored. 2-13. NOTIFICATION TO THE FAA. For certai n ai rport prof ects,14 CFR part 77 requi res notification to the FAA. 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 airport operator notify the FAA in writing whenever a non -Federally funded project involvesthe constructionof anenr airport; the oonstructi on, real i gni ng, al teri ng, acti vati ng, or abandoni ng of a runway, I andi ng stri p, or assod ated taxiway; or thedeactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Regional Airports Division OfficeorAirports District Office. Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR part 77 must notify the FAA. This i nd udes constructi on equi pment and proposed parki ng areasfor this equipment (Le., cranes, graders, etc.). FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the FAA Regional Airports Division Office or Airports District Office (SeeAC 70/7460-2, Proposed Construction or Alteration of Objectsthat May Affect the Navi gabl a Ai rspace. ) If constructi on operati ons requi re a shutdown of an ai rport owned NAVAID from servicefor more than 24 hours or i n excess of 4 hours dai I y on consecutive days, we recommend a45-day minimum notice prior to facility shutdown. Coordi nate work for a FAA owned NAVA I D shutdown with the local FAA Airways Faci I i ti es Office. I n addition, procedures that address unantidpated uti I ity outages and cabl a cuts that coul d i mpact FAA NAVA I Ds must be addressed. 2-14. WORK SCHEDULING AND ACCOM PL I SH M ENT. Ai rport operators —or tenants havi ng construction on thei r leased properties —shad d use predes gn, prebi d, and preconstructi on conferences to i ntroduce the subj ect of airport operational safety during construction (see AC 150/5300-9, Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects). Theeirport operator, tenants, and c onstructi on contractors should i ntegrate operdi anal sal'ety requi repents i nto thei r pi anni ng and work schedul es as earl y as practi cal. Operational safety should be a standi ng agenda item for di scussi on duri ng progress meeti ngs throughout the project. The contractor and airport operator should carry out onsi to i nspecti ons throughout the proj ect and immediately remedy any deficiencies, whether caused by negl i genre, oversi ght, or proj ect scope change. 1/17/03 AC 150/5370-2E CHAPTER 3. SAFETY STANDARDS AND GUIDELINES Section 1. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas 3-1. OVERVI EW. Airport operators must use these safety gui del i nes when prepari ng pl ans and sped f i saki ons for constructi on acti vi ti es i n areas that may i nterfere wi th ai rcraft operations. The safety plan should recognize and address these standards for each airport construction project. However, the safety plan must reflect the sped fic needs of a parti cul or prc j ect, and for thi s reason, these safety gui del i nes shoul d not be i noorporated verbati m i nto project specifications. For additional gui dance on meeting safety and security requirements, refer to the planning gui de tempt ate induded in Appendix 3 of this AC. 3-2. RUNWAY SAFETY AREA (RSA)/ OBSTACLE -FREE ZONE (OFZ). A runway safety area i s the deli ned surface surrounding the runway prepared or suitablefor reducing the risk of damage to al rplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 150/5300-13, Airport Design). Construction activities within the standard RSA are subject to the fol lowi ng conditions: a. Runway edges. (1) No construction may occur doser than 200feet (60m) from the runway centerlineunlessthe runway i s d osed or restri cted to al rcraft operati ons, requi ri ng an RSA that i s equal to the RSA wi dth avai I abl e during construction, or 400 feet, whichever is less (see AC 150/5300-13, Tables 3-1 through 3-3). (2) Personnel, material, and/or equipment must not penetrate the OFZ, as defi ned i n AC 150/5300- 13. (3) The airport operator must coordinate the construction activity in the RSA as permitted above with the ATCT and the FAA Regi onal A i rports Divi si on Offi ce or appropri ate A i rports Di stri ct Offi ce and i ssue a local NOTAM. b. Runway ends. (1) An RSA must be maintained of such di mans ons that it extends beyond the end of the runway a di stanceequal to that which existed before construction activity, unlessthe runway isdosed or restricted to aircraft operations for which the reduced RSA is adequate (seeAC 150/5300-13). Thetemporay useof declared di stances and/or parti al runway d osures may hel p provi de the necessary RSA. In addition, all personnel, materials, and/or equipment must remain dear of the applicable threshold siting surfaces, asdefined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13.' Consult with the appropriate FAA Regional Airports DivisionOfficeor Airports District Office to determine the appropriate approach surface required. (2) Personnel, material, and/or equipment must not penetrate the OFZ, as defined i n AC 150/5300- 13. (3) The safety pl an must provi de procedures for ensuring adequate di stance for blast protection, if required by operational considerations. (4) The airport operator must 000rdi nate construction activity in this potion of the RSA with the ATCT and the FAA Regional Airports Division Officeor appropriate Airports District Officeand i ssue a I ocal NOTAM. c. Excavations. (1) Construction contractors must prominently mark open trenches and excavations at the construction stewith red or orangeflags, asapproved by the ai rport operator, and I i ght them wi th red I i ghts duri ng hours of restri cted vi s bi I i ty or darkness. (2) Open trenches or excavations are not permi tted wi thin 200 feet (60m) of the runway center) i ne and at I east the exi sti ng RSA di stance from the runway threshold while the runway is open. 1 f the runway must be opened before excavati ons are backfi I I ed, cover the excavations appropriately. Coverings for open trenches or excavations must be of suffici Ent strength to support the weight of the heaviest aircraft operating on the runway. 3-3. TAXIWAY SAFETY AREAS/OBJECT- FREE AREAS. a. Unrestricted construction activity is permi ssi bl e adj acent to taxiways when the taxiway i s restri cted to al rcraft such that the avai I abl a taxi way safety area i s equal 'If afulI safety area cannot beobtained through declared distances and partial dosures, or other methods such as alternate runway use; construction activity may operate in the RSA as long as conditions cited in paragraph 3-1 b(2) thru (4) are met. In addition, varioussurfaces o tlined in AC 150/5300-13 and Termi nal Instrument Procedures (TERPS) must be protected through an aeronartical study. AC 150/5370-2E 1 /17/03 to at I east 'h of the wi dest wi ngspan of the ai rcraft expected to use the taxiway and the avai Iabletaxi way obj ect-free area i s equal to at I east .7 ti mes the wi dest wi ngspan pl us 10 feet. (See AC 150/5300-13 for guidance on taxiway safety and object -free are&) Construction activity may beaccormplished doser to a taxiway, subject to the following restrictions (1) The activity isfirst coordinated with the ai rport operator. (2) A ppropri ate N OTA M s are i ssued. (3) Marki ng and I ighti ng meeti ng the provisions of paragraph 3-9 are i mpl enented. (4) Adequate d earance i s mai ntai ned between equipment and materials and any part of an aircraft. If such d earancecan only be maintained if an aircraft does not have full use of the entire taxiway width (with its 3-4. OVERVI EW. mai n I andi ng gear at the edge of the pavement), then i t will be necessary to move personnel and equipment for each passi ng aircraft. In these situations, flag persons wi I I be used to di rest construction equi pment, and wi ng walkers maybe necessary to guide ai rcraft. W i ng wai keys shout d be ai rl i ne/avi ati on personnel rather than construction workers b. Construction contractors must prominently mark open trenches and excavations at the construction site, as approved by the airport operator, and I i ght there with red lights during hours of restricted visibility or darkness c. Excavations and open trenches maybe permitted up to the edge of a structural taxiway and apron pavement provided the dropoff is marked and lighted per paragraph 3-9, "Hazard Marking and Lighting." Section 2. Temporary Runway Thresholds Construction activity in a runway approach area may resul t i n the need to parti al I y d ose a runway or di spl ace the exi sti ng runway threshold. In either case, locate the threshold in acc:ordancewith Appendix 2 of AC 150/5300-13, Airport Design. Objects that do not penetrate these surfaces may sti I I be obstructions to air navigation and may affect standard instrument approach procedures Coordinate these obj ects with the FAA's Regional Airports Office or appropriate Airports District Office, as necessary. Refer to the current edition of AC 150/5300-13for guidance on threshold siting requirements The partial runway dosure; the di spl acement of the runway threshol d, as well I as d osures of the complete runway and other portions of the movement area al so requi res 000rdi nation with appropriate ATCT personnel and airport users Caution regarding partial runway closures When filing a NOTAM for a partial runway closure; dearly state to FSS personnel that the portion of pavement I ocated prior to the threshold isriot avai Iablefor landing and departi ng traffi c. 1 n thi s case, the threshol d has been moved for both I andi ng and takeoff purposes (thi s i s different than a displaced threshold). Example NOTAM: ° North 1,000 feet of Runway 18/36 is dosed; 7,000 feet remain avai I abl a on Runway 18 and Runway 36 for arrivals and departures." There maybe situations where the portion of dosed runway i s avai I abl e for taxiing only. If so, the NOTAM must reflect this condition. Caution regarding displaced thresholds: Implementation of a displaced threshold affects runway I ength avai Iabl a for ai rcraft Iandi ng over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a di spl acenent may al so requi re an adj ustment i n the I andi ng di stance avai I abl a and accel erate•stop di stance avai I abl e i n the opposi to di recti on. I f proj ect scope includes personnel, equipment, excavation, etc. within the RSA of any usable runway end, we do not recommend a di spl aced threshol d unl ess arri val s and departures toward the construction activity are prohibited. Instead, i mpl ement a parti al d osure. 3-5. MARKINGGUIDELINESFOR TEMPORARY THRESHOLD. Ensure that markingsfor temporary displaced thresholds are d earl y A si bl a to pi I ots approachi ng the ai rport to land. When construction personnel and equipment are located dose to any threshold, a temporary vi sual NAVAID, such as runway end identifier I i ghts (REI L), may be requi red (even on unl i ghted runways) to defi ne the new begi nni ng of the runway d early. A A sual verti cal gui dance devi ce, such as a A sual approach sl ope i ndi cator (VA SI ), pul se I i ght approach sl ope i ndi cator (PLASI), or precision approach path indicator (PAPI), may be necessary to assure I andi ng d earance over personnel, vehicles, equipment, and/or above -grade stodcpi I ed mated ai s I f such devi ces are i nstal I ed, ensure an appropri ate descri pti ve NOTA M i s i ssued to i of orm pilots of these conditions The current edition of AC 150/5340-1, Standards for Airport Markings, describes standard marking colors and layouts I n addi ti on, we recommend that a temporary runway threshold be marked using the followirig guidelines a. Airport markings must be dearly visible to pi I ots; not mi sl eadi ng, confusi ng, or decepti ve; secured i n pi ace to prevent movement by prop wash, j et bl ast, wi ng vortices, or other wind currents, and constructed of 1/17/03 AC 150/5370-2E materials that would minimize damage to an aircraft in the event of i nadvertent contact. (1) Pavement markings for temporary dosed portions of the runway should consist of yellow chevrons to identify pavement areasthat are unsuitable for takeoff/landing (seeAC 150/5340-1). If unableto paint, the markings on the pavement, construct there from any of the f of I owi ng materials: double -layered painted snow fence, colored plastic, painted sheetsof plywood, or si mi I ar materi al s. They must be properl y confi gured and secured to prevent movement by prop wash, jet blast, or other wind currents. (2) It may be necessary to remove or cover runway markings, such as runway designation markings and ai mi ng poi nt marki ngs, dependi ng on the length of construction and type of activity at the airport. (3) When threshold markings are needed to identify the temporary beginning of the runway that is avai I abl a for I andi ng, use a whi to threshol d bar of the di mensi ons sped fi Ed in AC 150/5340-1. (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 should beat least 10 feet (3m) in width and extend outboard from each side of the runway so they are dearly vi si bl a to I andi ng and departi ng ai rcraft. These threshol d bars are white. If the white threshol d bars are not discernableon grass or snow, apply a black background with appropriate material over the ground to ensure the marki ngs are dearly vi si ble: (5) A temporary threshold may also be marked with the use of retroref I ecti ve; elevated markers. One si de of such markers i s green to denote the approach end of the runway; the si de that i s seen by pi I ots on rollout isred. SeeAC 150/5345-39, FAA Specification L- 853, Runway and Taxiway Retroreflective Markers. (6) At 14 CFR part 139 certificated airports, temporary elevated threshold markers must be mounted with a frangiblefitti ng (see 14 CFR part 139.309). However, at noncerti f i cated airports, the temporary elevated threshold markings may either be mounted with afrangiblefitting or beflexible. SeeAC 150/5345-39. b. The application rate of the paint to mark a short- term temporary runway threshold may deviate from the standard (see Item P-620, " Runway and Taxiway Pai nti ng," i n AC 150/5370-10, Standards for Specifyi ng Constructs on of Ai rports), but the di mensi ons must meet the existing standards, unlesscoordinated with the appropriate offices. c. When a runway is partially dosed, the distance remai ni ng si gns for ai rcraft I andi ng i n the opposi to direction should be covered or removed during the construction. 3-6. LI GHTI NG GUI DELI NESFOR TEMPORARY THRESHOLD. A temporary runway threshold must be lighted if the runway i s I i ghted and i t i s the i ntended threshol d for ni ght landingsor instrument meteorological conditions. We recommend that temporary threshold lights and related A sual NA VA I Ds be i nstai l Ed outboard of the edges of the full-strength pavement with bases at grade level or as low as posy bl e, but not to exceed 3 i nches (7.6cm) above ground. When any portion of a base is above grade; place properly compacted fi I I around the base to mi ni mize the rate of gradi Ent change so ai rcraft can, i n an emergency, cross at normal landing or takeoff speedswithout incurring significant damage (see AC 150/5370-10). We recommend that thefollowing 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 SWem. Battery -powered, sol ar, or portabl e I i ghts that meet the criteria in AC 150/5345-50, Specificationfor Portable Runway Lights, may be used. These systems are intended primarily for visual flight rules (V FR) aircraft raft operation but may be used for i nstrument fl i ght rul es (I FR) ai rcraft operati ons, upon i ndi vi dual approval from the R i ght Standards Division of the applicable FAA Regional Office. b. When the runway has been partially dosed, di sconnect edge and threshol d I i ghts wi th assod ated i sol ation transformers on that part of the runway at and behind the threshold (i.e., the portion of the runway that is dosed). Alternately, cover the I i ght fixture in such away as to prevent light leakage Avoid removing the lamp from energized fixtures because an Excessive number of isolation transformers wi th open secondaries may damage the regul ators and/or i ncrease the current above its normal Val ue. c. Secure; identify, and place any temporary exposed wiring in conduit to prevent electrocution and fire i gnition sources. d. Reconfigureyell ow lenses (caution zone), as necessary. If the runway has centerl i ne I i ghts, reconfigure the red I enses, as necessary, or pi ace the center) i ne I i ghts out of service. a Relocatethevisual glide slope indicator(VGSI), such as VA SI and PAR; other airport lights, such as REI L; and approach I i ghts to identify the temporary threshold. Another option i s to disable the V GSI or any equipment that would give misleading i ndications to pi I ots as to the new threshol d I ocati on. I nstal I ati on of temporary vi sual aids may be necessary to provide adequate gui dare to pi I ots on approach to the affected runway. If the FAA owns and operates the V GSI , f IAC 150/5370-2E 1/17/03 coordinate its i nstal I ati on or disabling with the local Airway Faci I i ti es Systems Management Office. 3-7. OVERVI EW. f. Issue a NOTA M to inform pilots of temporary lighting conditions. Section 3. Other Construction Marking and Lighting Activities Ensure that constructi on areas, i nd udi ng d osed runways, are d early and A si bl y separated from movement areas and that hazards, fad I i ti es, cabl es, and power I i nes are identified prominently for construction contractors Throughout the duration of the construction project, verify that these areas remain dearly marked and visible at al I ti mes and that marki ng and I i ghti ng ai ds remai n i n pl ace and operational . Routine inspections must be made of temporary construction lighting, especially battery - powered I i ghti ng si nce weather condi ti ons can I i mi t battery life. 3-8. CLOSED RUNWAY AND TAXIWAY MARKING AND LIGHTING. Closed runway marki ngs consist of a yel I ow ° X" in compl i ance with the standards of AC 150/5340-1, Standardsfor Airport Markings A very effectiveand preferablevisual aid to depict temporary closureisthe I i ghted ° V si gnal pl aced on or near the runway designation numbers This device is much more di scerni bl a to approachi ng ai rcraft than the other materials described. If thelighted "X" isnot available, construct the marking of any of the folIawing materials double -layered painted snow fence; colored plastic, pai nted sheets of pl ywood, or si mi I ar mated al s They must be properly configured and secured to prevent movement by prop wash, jet blast, or other wind currents In addition, the airport operator may install barricades, traffic cones, activatestop bars, or other acceptabl e v i sual devi ces at maj or entrances to the runways to prevent aircraft from entering a dosed portion of runway. The placement of even a single reflective barricade with a" do not enter" si gn on a taxi way central i ne can prevent an ai rcraft from Conti nui ng onto a d osed runway. I f the taxiway must remain open for aircraft crossings, barricades or marki ngs, as descri bed above or i n paragraph 3-9, should be placed on the runway. a. Permanently dosed runways For runways and taxiways that have been permanent! y dosed, disconnect the lighting d rcui is For runways, obl iterate the threshol d marking, runway designation marki rig, and touchdown zone markings, and place "X' d' at each exl and at 1,000-foot (300-m) intervals For taxiways, place an "X" at the entrance of the dosed taxiway. lul b. Temporarily dosed runway and taxiways. For runways that have been temporari ly d osed, pi ace an "V at the each end of the runway. With taxiways, place an " X " at the entrance of the dosed taxiway. c. Temporarily dosed airport. When the airport is dosed temporarily, mark the runways as d osed and turn off the ai rport beacon. d. Permanently dosed airports When the ai rport i s d osed permanentl y, mark the runways as permanently dosed, disconnect the airport beacon, and pl ace an " X" i n the segmented d rd a or at a central location if no segmented circle exists 3-9. HAZARD MARKING AND LIGHTING. Provide prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles Using appropriate hazard marking and lighting may prevent damage; injury, traffic delays, and/or facility closures. Hazard marking and lighting must restrict access and make specific hazards obvious to pilots, vehicle drivers, and other personnel. Barricades, traffic cones (weighted or sturdily attached to the surface), or flashers are acceptable methods used to identify and define the limits of constructi on and hazardous areas on ai rports Provide temporary hazard marking and I i ghti ng to prevent aircraft from taxiing onto a dosed runway for takeoff and to identify open manholes, small areas under repair, stockpiled material, and waste areas Also consider less obvious construction -related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power I i nes; instrument I andi ng system (I L S) cri ti cal areas airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areasto make it easier for contractor personnel to avoid these areas. The constructi on specifications must i nd ude a provision requi ri ng the contractor to have a person on cal 124 hours a day for emergency mai ntenance of ai rport hazard I ighti ng and barricades. The contractor must file the contact person' s i nformati on with the airport. a. Nonmovement areas Indicate construction I ocati ons on nonmovenent areas i n whi ch no pat of an ai rcraft may enter by usi ng barri cades that are marked with diagonal, alternating orange and white stripes Barricades maybe supplemented with alternating 1117/03 AC 150/5370-2E orangeand whiteflagsat least 20 by 20 inches(50 by 50 cm) square and made and i nstal I ed so they are always i n an extended position, properly oriented, and securely fastened to d i mi nate j et engine ingestion. Such barricades maybe many different shapes" made from various materials; i nd udi ng rai I road ti es, sawhorses, j ersey barri ers, or barrels During reduced vi sibi I i ty or night hours, supplement the barri c adeswith red lights, either flashing or steady -burning, which should meet the Iuminance requi rements of the State H i ghway Department (yel I ow I i ghts ere not aou ptabl a after October 1, 2004). The intensity of the lights and spacing for barricadeflags and lightsmust adequately and without ambiguity delineatethe hazardous area b. Movement areas Use orange traffic cones; red lights, either flashing or steady -burning, which should meet the I umi nance requirements of the State Highway Department (yellow lights are not acceptable after October 1, 2004); collapsible barricades marked with diagonal, alternating orange and white stripes; and/or signs to separate all construction/maintenance areas from the movement area All barricades, temporary markers, and other objects placed and left in safety areas associated with any open runway, taxiway, or taxi l ane must be as low as possibl a to the ground; of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents If affixed to the surface, they must be frangi bl a at grade I evel or as I ow as possi bl e, but not to Exceed 3 inches (7.6cm) above the ground. Do not use nonfrangible hazard markings, such as concrete barriers and/or metal -drum -type barricades, in aircraft movement areas. Do not use ral I road ti es on runways Use highly reflective barriers with flashing or steady - burning red lights to barricade taxiways leading to dosed runways Evaluate alI operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time However, we strongly recommend that, even for closures of relatively short duration, mayor taxiway/runway intersections be identified with barricades spaced no greater than 20 feet (6m) apart. Mark the barricades with a f l ashi ng or steady-burni ng red I i ght. At a mi ni mum, use a si ngl a barri Cade pl aced on the taxi way centerl i ne. 3-10. CONSTRUCTION NEAR NAVIGATIONAL AI DS(NAVAI DS). Construction activities, mated al s/equi pment storage; and vehide parki ng near electronic NAVAI Ds requi re special consi derati on si nce they may i nterfere wi th si gnal s essential to ai r navi gati on. Eval uate the eff ect of constructi on acti A ty and the requi red di stance and direction from the NAVAID for each construction project. Pay parti cul ar atttenti on to stodkpi I i ng mated al,_ as wel I as to movement and parking of equipment that may interfere with line of sight from theATCT or with electronic emissions Interferexcefrom construction may require NAVAID shutdown or adjustment of instrument approach minimumsfor IFR. Thiscondition requiresthat a NOTAM befiled. Construction activitiesand materials/equipment storage near a NAVAID may also obstruct access to the equi pment and i nstruments for maintenance: Before commencing construction activity, parking vehides, or storing construction equipment and materials near a NAVAI D, consult with the nearest FAA Airway Facilities Office 3-11. CONSTRUCTION SITE ACCESS AND HAUL ROADS. Determi ne the constructi on contractor's access to the construction sites and haul roads Do not permit the construction contractor to use any access or haul roads other than those approved. Construction contractors must submit specific proposed routes associated with construction activities to the airport operator for eval uati on and approval as part of the safety pi an bef ore beginning construction activities. These proposed routes must al so provi de sped fi cati ons to prevent i nadvertent entry to movement areas. Pay special attention to ensure that A RIFF ri ght of way on access and haul roads i s not i mpeded at any ti me and that constructi on traffi c on haul roads does not i nterfere wi th NAVA I Ds or approach surfacesof operational runways 3-12. CONSTRUCTION MATERIAL STOCK PI L I NG. Stodkpi led materials and equi pment storage are not permitted within the RSA and OFZ of an operational runway. The airport operator must ensure that stockpiled mated al s and equi pment adj anent to these areas are prominently marked and lighted during hours of restricted vi si bi I i ty or darkness. Thi s i nd udes determi ni ng and verifying that materials are stored at an approved location to prevent foreign object damage and attraction of wildlife 3-13. OTHER LIMITATIONSON CONSTRUCTION. Contractors may not use open-fl ame wel di ng or torches unless adequate fire safety precautions are provided and the ai rport operator has approved thei r use. U nder no ci rcumstances shoal d fl are pots be used wi thi n the A OA at any ti me. The use of el ectri cal bl asti ng caps must not be permitted on or within 1,000 feet (300m) of the alrport property (seeAC 150/5370-10, Standardsfor Specifying Construction of Airports). 11 r AC 150/5370-2E 1/17/03 3-14. FOREIGN OBJECT DEBRIS(FOD) MANAGEMENT. Waste and loose materials, commonly referred to as FOD, are capable of cau i ng damage to ai rcraft I andi ng gears, propel l ers, and j et engi nes Constructi on contractors must 3-15. OVERVIEW. not I eave or pl ace FOD on or near acti ve ai rcraft movement areas Materials tracked onto these areas must be conti nuously removed duri ng the constructi on prcj ect. We also recommend that airport operators and construction contractors carefully control and conti nuousl y remove waste or I oose mated ai s that mi ght attract wildlife. Section 4. Safety Hazards and Impacts The situations identified below are potentially hazardous condi ti ons that may occur during airport construction projects. Safety areaencroachments unauthorized and improper ground vehi d e operati ons, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to ai rport operational safety during airport construction projects. A i rport operators and contractors shoul d c onsi der the following when performing i nspecti ons of construction activity: a. Excavation adjacent to runways, taxiways, and aprons b. Mounds of earth, construction materials, temporary structures, and other obstacles new any open runway, taxiway, or taxilane; in the related object -free area and aircraft approach or departure areas/zones or obstructi ng any sign or marking. c. Runway resurfacing projects resulting in I i ps exceeding 3 inches (7.6cm) from pavement edges and ends d. Heavy equipment (stationary or mobile) operating or idle near A OAs, in runway approaches and departures areas, or in OFZs. e. Equipment or material near NAVAIDsthat may degrade or impair radiated signals and/or the monitoring of navi gati onal and vi sual ai ds U nauthori zed or i mproper vehi d e operati ons i n I ocal i zer or gl i de sl ope cri ti cal 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 —I oceted in critical areas, such as OFZs and approach zones. g. Improperly positioned or malfunctioning I i ghts or unl i ghted ai rport hazards, such as hol es or excavati ons, on any apron, open taxiway, or open taxi I ane or i n a related safety, approach, or departure area h. Obstacles, loose pavement, trash, and other debris on or near AOAs Construction debris (gravel, 12 sand, mud, pavi ng mated al s, etc.) on ai rport pavements may result i n ai rcraft propel I er, turbi ne engi ne, or ti re damage. A I so, loose materials may blow about, potenti al I y causi ng personal i nj ury or equi pment damage. i . I nappropri ate or poorly maintained fencing duri ng constructi on i ntended to deter human and ani mal intrusions into the AOA. Fencing and other markings that are i nadequate to separate constructi on areas from open AOAs create aviation hazards j . I mproper or i nadequate marki ng or I i ghti ng of runways (especial I y thresholds that have been di spl aced or runways that have been d osed) and taxiways that coul d cause pi I of conf union and provi de a potenti al for a runway incursion. I nadequate or improper methods of marking, barricading, and lighting of temporarily dosed porti ons of AOAs create aviation hazards k. Wild ifeattractants—such as trash (food scraps not collected from construction personnel activity), grass seeds, or ponded water —on or near airports. I. Obliterated or faded markingson active operational areas. m. Misleading or malfunctioning obstruction lights Unlighted or unmarked obstructions in the approach to any open runway pose avi ati on hazards n. Fai I ure to issue, update, or cancel NOTA M s about airport or runway d osures or other construction -related airport conditions o. Fai I ure to mark and identify uti I i ti es or power cables Damage to uti I i ti es and power cables during construction activity can result in the loss of runway/taxi way lighting; I oss of navigational, visual, or approach aids; disruption of weather reporting services; and/or I oss of communi cati ons p. Restrictions on ARFF access from fire stations to the runway -taxiway system or airport buildings q. Lack of radio communications with construction vehi d es i n ai rport movement areas r. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport 1 /17/03 AC 150/5370-2E that soul d be di stracti ng, confus ng, or al armi ng to pi I ots during aircraft operations. s. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or di mi nishes the visibility of areas under construction. t. Spillagefrom vehicles (gasoline, diesel fuel, oil, etc.) on active pavement areas, such as runways; taxiways, ramps, and airport roadways. u. Fai I ure to maintain drainage system integrity during construction (e.g., no temporary drainage provided when worki ng on a drainage system). v. Fai I ure to provi de for proper el ectri cal I ockout and tagging procedures. At larger airportswith multiple maintenance shifts(workers, construction contractors should makeprovisonsfor coordinating work on circuits. w. Fai I ure to control dust. Consider limiting the amount of area from whi ch the contractor i s al I owed to strip turf. x. Exposed wi ri ng that creates and ectrocuti on or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. y. Site burning, which can cause possible obscuration. z. Construction work taking place outs de of designated work areas and out of phase. 13 1/17/03 AC 150/5370-2E APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version of the fol l owi ng free publications from the FAA on its Web site at http://www.faa.gov/arp/. In addition, theseACsare available by contacting the U.S. Department of Transportation, Subsequent Distribution Office, SVC- 121.23, Ardmore East Business Center, 3341 Q 75th Avenue, Landover, MD 20785. a. AC 150/5200-28, Notices to Airmen (NOTAM) 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/operatorson the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures c. AC 150/5200-33, Hazardous W Idl ifeAttractants On or Near Airports Providesguidanceon locating certain land uses having the potential to attract hazardous wi I dl i fe to publ i s-use airports d. AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. Provides guidance, specifications, and standardsfor painting, marking, and I i ghti ng vehi d es operati ng i n the ai rport ai r operati ons areas. e. AC 150/5220-4, Water Supply Systems for Aircraft Fire and Rescue Protection. Provides guidance for the sel ecti on of a water source and standards for the design of a distribution system to support aircraft rescue and fi re fi ghti ng servi ce operati ons on ai rports f. AC 150/5340-1, Standardsfor Airport Markings Contains FAA standards for markings used on airport runways, taxiways, and aprons g. AC 150/5340-14B, Economy Approach Lighting Ai ds Descxi bes standards for the desi gn, set ecti on, si ti ng, and mai ntenance of economy approach I i ghti ng ai ds h. AC 150/5340-18, Standardsfor Airport Sgn Systems. Contains FAA standards for the sting and installation of sgnson airport runways and taxiways. i. AC 150/5345-28, Precision Approach Path Indicator (PAPI) Systems. Contains the FAA standards for PA PI systems, which provi de pi I ots wi th visual glide slope guidance during approach for landing. j. AC 150/5380-5, Debris Hazards at Civil Airports. Discusses problems at airports, gives information on foreign objects, and explains how to el i mi nate such objects from operational areas. k. AC 70/7460-2, 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 navi gabl e ai rspace and expl ai ns the need to notify the FAA before constructi on begi ns and the FAA's response to those noti ces, as requi red by 14 CFR part 77. 2. Obtain copies of the following pubi i cati ons f rom the Superintendent of Documents, U.S. Government Printing Office, Washington, DC 20402. Send a check or money order made payable to the Superi ntendent of Documents in the amount stated with your request. The Government Printing Officedoesnot accept C.O.D. orders In addition, the FAA makes these A Cs available at no charge on the Web site at http://www.faa.gov/arp/. a. AC 150/5300-13, Airport Design. Contains FAA standards and recommendations ons for ai rport design, establishes approach visibility mini mums as an airport des gn parameter, and contai ns the obj ect-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 constructi on of ai rports I tems covered i nd ude earthwork, drainage, paving, turfing, lighting, and incidental construction. ($18. Supt. Docs) SN050-007- 0821-0. A-1 AC 150/5370-2E 1 /17/03 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC 1. AIR OPERATIONS AREA (AOA). Any areaof the ai rport used or i ntended to be used for the I andi ng, takeoff, or surface maneuveri ng of ai rcraft. An ai r operations area i nd udes such paved or unpaved areas that are used or intended to be used for the unobstructed movement of ai rcraft in additi on to its associated runways, taxiways, or aprons 2. CONSTRUCTION. The presence and movement of construction -related personnel, equipment, and materials i n any I ocati on that coul d i nfri nge upon the movement of ai rcraft. 3. 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, or its subsequent revisions 4. FAA FORM 7460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION. Theform submitted to the FAA Regional Air Traffic or Airports Division Officeasformal written notification of any kind of ccnstructi on or al terati on of obj ects that affect navi gabs e ai rspace, as def i ned i n 14 CFR part 77, Obj ects Affecti ng Navi gabl e A i rspace (see A C 70/7460-2, Proposed Construction or Alteration of Objectsthat May Affect the Navigable Airspace, found at http://www.faa.gov/arp/). 5. FAA FORM 7480A, NOTICE OF LANDING AREA PROPOSAL. Form submitted to the FAA Airports Regional Division Off ice orAirports District Officeasformal written notification whenever aproject without an airport layout plan on filewith the FAA i nvol ves the ccnstructi on of a new ai rport; the construction, realigning, altering, activating, or abandon ng of a runway, I andi ng stri p, or assod aced taxi way; or the deacti vati on or abandon ng of an enti re airport (found at http://www.faa.gov/arp/). 6. MOVEMENT AREA. The runways, taxiways, and other areas of an ai rport that are used for taxi i ng or hover taxi i ng, ai r taxi i ng, takeoff, and I andi ng of ai rcraft, exd usive of loadi ng ramps and ai rcraft parki ng areas (reference 14 CFR part 139). 7. OBSTRUCTION. Any object/obstacleexceeding the obstruction standards specified by 14 CFR part 77, subpart C. A-2 8. OBJECT -FREE AREA (OFA). An area on the ground centered on the runway, taxiway, or taxi I ane centerline provided to enhance safety of aircraft operati ons by havi ng the area free of obj ects except for those obj ects that need to be I ocated i n the OFA for ai r navigation or aircraft ground maneuvering purposes (see AC 150/5300-13, Airport Design, for additional guidance on OFA standards and wi ngti p d earance cri teri a). 9. OBSTACLE -FREE ZONE (OFZ). Theairspace bel ow 150 feet (45m) above the establ i shed ai rport elevation and along the runway and extended runway centerl i ne that i s requi red to be d ear of al I obj acts, except for frangi bi e vi sual NAVA I Ds that need to be I ocated i n the OFZ because of their function, in order to provide d earance protecti on for ai rcraft I andi ng or taki ng off from the runway and for missed approaches (refer to AC 150/5300-13 for guidance on OFZs). 10. RUNWAY SAFETY AREA (RSA). A defined surf ace surrounding therunway prepared or suitablefor redud ng the ri sk of damage to ai rpl anes i n the event of an undershoot, overshoot, or excursion from the runway, in aocordancewith AC 150/5300-13. 11. TAXI WAY SAFETY AREA. A defined surface al ongside the taxiway prepared or suitable for reducing the ri sk of damage to an ai rpl ane uni ntenti onai I y departing thetaxiway, in ac cordancewith AC 150/5300- 13. 12. THRESHOLD. The beginning of that portion of the runway avai I abl a for I andi ng. I n some i nstances,_ the I andi ng threshol d may be di spl aced. 13. DISPLACED THRESHOLD. Theportionof pavernent behi nd a di spl aced threshol d that may be avaiIablefor takeoffs in either direction or landing from the opposite di recti on. 14. VISUAL GLIDE SLOPE INDICATOR(VGSI). Thi s devi ce provi des a vi sual gl i de si ope i ndi cator to I andi ng pi I ots These systems include precision approach path indicators(PAPIs), visuai approach slopeindicators (VA SI s), and pulse light approach slope indicators (PLASIs). 1/17/03 AC 150/5370-2E APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction PURPOSE. This appendix provides airport operators with boilerplateformat and languagefor developing a safety plan for an airport construction project. Adapt this appendix, as applicable, to specific conditionsfound on the airport for which the plan is being developed. Consi der i nd udi ng a copy of thi s safety pl an i n the construction drawi rigs for easy access by contractor personnel. Plans should contain thefollowing: 1. GENERAL SAFETY REQUIREMENTS. Throughout the construction project, the folIowing safety and operational practicesshouldbeobserved: • Operational safety should be a standing agenda item during progress meeti rigs throughout the construction project. • The contractor and airport operator must perform onsite i nspecti ons throughout the project, with immediate remedy of any deficiencies; whether caused by negligence, oversight, or project scope change. • Airport runwaysand taxiwaysshould remain in use by ai rcraft to the maxi mum extent posy bl e. • Ai rcreft use of areas near the contractor's work shoul d be control I ed to mi ni mi ze di sturbance to the contractor's operation. • Contractor, subcontractor, and supplier employees or any unauthorized persons must be restri cted from enteri ng an ai rport area that would be hazardous. • Construed on that i s wi thi n the saf ety 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 dosed 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, equi pment, and mated 21 s to a safe I ocati on; and stand by unti I ai rcraft use i s oompl eted. 2. CONSTRUCTION MAINTENANCE AND FACI L ITI ES MAINTENANCE. Before beginning any construction activity, the contractor must, through the airport operator, give notice [using the Notice to Airmen (NOTAM) System] of proposed I ocati on, ti me; 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 cancel Iation of all notices issued via the NOTAM System. Throughoutthe durati on of the constructi on prcj ect, the contractor must — a. Be aware of and understand the safety problems and hazwds 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 re�nces the rei n. c. Inspect all construction and storage areas as often as necessary to be aavare of condi ti ons. d. Promptly takeail actions necessary to prevent or remedy any unsafe or potenti at I y unsafe oondi ti ons as soon as they are di scovered. 3. APPROACH CLEARANCE TO RUNWAYS. Runway thresholds must provide an unobstructed approach surface over equipment and materials. (Refer to Appendix 2 in AC 150/5300-13, Airport Design, for guidance i n this area) 4. RUNWAY AND TAXIWAY SAFETY AREA (RSA AND TSA). Limit construction to outside of the approved RSA, as shown on the approved ai rport I ayout pl an—unl ess the runway is dosed or restricted to aircraft operations, requi ri ng a I esser standard RSA that i s equal to the RSA avai table duri ng construction (see AC 150/5370-2 for exceptions). Construction activity within theTSA is permi ssi bl e when the taxiway isopen to aircraft traffic if adequate wi ngti p d eararace eci sts between the ai rcraft and equipment/materiel; evacuations, trenches, or other conditions are conspicuously marked and lighted; and local NOTAMs we in effect for the activity (see AC 150/5300-13 for wi ngti p clearance requirements). The NOTAM should statethat, "personnel and equipment are working adjacent to Taxiway " a. Procedures for protecting runway edges. • L i mi t constructi on to no d ose r than 200 feet (60m) from the runway centerl i ne—uni ess the runway i s d osed or restri cted to ei rcraft operati ons, requi ri ng a I else r standard RSA A-3 AC 150/5370-2E 1/17/03 that i s equal to the RSA avai I abl a duri ng Coordi nate constructi on actiA ty with the construction. Airport Traffic Control Tower (ATCT) and Prevent personnel' material, and/or FAA Regional Airports Division Officeor • equi pment, as defi nod i n AC 150/5300-13, Airports District Officer and through the Paragraph 306, " Obstacla Free Zone airport operator, issue an appropriate { (OFZ)," from penetrating the OFZ. NOTAM. ;» Complete the fol l owi ng chart to determine the area that must be protected along the runway edges b. Proceduresfor protecting runway ends. • M ai ntai n the RSA from the runway threshol d to a poi nt at I east the di stance from the runway threshold as existed before construc i on acti vi ty—unl ess the runway i s dosed or restricted to aircraft operations, requi ri ng an RSA that i s equal to the RSA I ength avai I abl a duri ng oonstructi on i n accordaicewithAC 150/5300-13. This may i nvol ve the use of ded aced di stances and partial runway dosures(seeAC 150/5370-2 for exceptions). • Ensure al I personnel, materials, and/or equipment are d ear of the appl i cabl e threshol d si ti ng cri teri a surface, as def i ned in Appendix 2, "Threshold Sting Requirements," of AC 150/5300-13. �. A-4 • Prevent personnel, material, and/or equi pment, as defined in AC 150/5300-13, from penetrating the obstad e-f ree zone. • Ensure adequate di stance for bl ast protecti on i s provided, as needed. • Coordinateoonstruction activity with theATCT and FAA Regional Airports Division Offioeor Airports District Office, and through the airport operator, issue an appropriate N OTA M . • Provide a drawing showing the profile of the appropriate surfaces of each runway end where construction will takeplace. Where operations by turbojet aircraft are anticipated, review takeoff procedures and j et bl ast characteri sti cs of ai rcraft and i noorporate safety measures for construct! on workers i n the contract documents 1/17/03 AC 150/5370-2E Complete the fol l own rig chart to determine the area that must be protected before the runway threshold: t ilmumSaf�Ar M- Vn�mum Unobstructed,R*0 Nurrr Design Gr�xip A�proac( es Prier theThrd* Approach Slope - :.; Categsuy*. .: t, It; Ill,or IV, „ A,, B, C, FEET : 1 to (threshold) FEET : 1 to (threshold) FEET : 1 to (threshold) FEET : 1 to (threshold) "See AC 150/5300-13, Airport Design, to complete the chart for a specific runway. 5. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. Marking and I i ghti ng for a temporary threshold is /i s not requi red. The ai rport owner or contractor, as specified in the contract, will furnish and maintain markings for temporary thresholds Precision approach path indicators(PARs) or runway end identification I ights(REIL) we /are not required. Theairport owner or contractor, as specified in the contract, will furni sh and i nstal I al I temporary I i ghti ng. I nd ude appropriate items per AC 150/5370.2, Chapter 3, "Safety Standards and Gui del i nes," If marking and lighting for the temporary threshold is not required, delete this secti on of the safety pl an. I f vi sual ai ds and/or mar ki rigs arenecessary, providedetails (Indudeapplicable 14 CFR part 77 surfaces i n the contract documents) 6. CLOSED RUNWAY MARK INGSAND LIGHTING. The fol I owi ng must be sped fi ed for d osed runways CI osed runway marking are /are not requi red. Closed runway marki ngs wi I I be as shown on the plans /as furni shed by the ai rport owner /other (specify). Barricades, flagging, and fl asners are /are not requi red at Taxiway and Runway and will be supplied by the airport /other (specify). 7. HAZARDOUS AREA MARK INGAND LIGHTING. Hazardous areas on the movement area wi I I be marked with barricades, traffic cones, flags, or flashers (specify). These marki ngs restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periodsof low A si bi I i ty and at ni ght, i denti fy hazardous areas wi th red flashing or steady -burning lights (specify). The hazardous area marki ng and I i ghti rig wi I I be suppi i ed by the ai rport operator/contractor, as sped fi ed i n the contract, and wi I I be depi cted on the pl arm 8. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, and/or signswill bealtered in the following manner (specify) during the period from to . The ai terati ons are depi cted on the plans 9. VEHICLE OPERATION MARKING AND CONTROL. I nd ude the following provisions in the construction contract, and address them in the safety plans - a. When any vehide, other than one fhat has prior approval from the ai rport operator, must travel over any portion of an aircraft movement area, it will 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 must be equipped with a flashing dome -type light, the color of which is in aocordance wi th local or state codes. b. It may bedesrableto dearly identify the vehicles for control purposes by either assigned initials or numbers that are promi nentl y di so ayed on each si de of thevehide. The identification symbols should beat mi ni mum 8-i nch (20-cm) block -type characters of a oontrasti ng col or and easy to read. They may be appl i ed ei ther by usi ng tape or a water-sol ubl a pai nt to faci I i tate removal . Magnetic signs are also acceptable I n addi ti on, vehicles must display identification media, as specified in the approved security plan. (Thissection should be revi sed to conform to the ai rport operator's requirements) A-5 AC 150/5370-2E 1/17/03 c. Employee parking shall be (specify location), as designated by the 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 and towered airports, all vehicle operators having access to the movement area must be familiar with airport procedures for the operation of ground vehicles and the consequences of noncompliance. E If the airport is certificated and/or has a security I ? 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 aid 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 include — a. Prohibiting open -flame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by the airport operator (as tailored to conform to local requirements and restrictions). A-6 b. Prominently marking open trenches, excavations, and stockpiled materials at the construction and lighting these obstacles during hours of restricted visibility and darkness. c. Marking and lighting closed, deceptive, and hazardous areas on airports, as appropriate. d. Constraining 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 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 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. 1 /17/03 AC 150/5370-2E FAA NOTAM # AIRPORT-I.D. # NOTAM TEXT: NOTIFICATON: ####TOWER PHONE # ####FSS CANCELLED: NOTIFICATON: ####TOWER PHONE # ####FSS PHONE # APPENDIX 4. SAMPLE NOTAM AIRPORT DATE: _ TIME: INITIALS TIME AIRLINES INITIALS TIME AIRLINES CALLED IN BY CALLED IN BY A-7 OSHA 1926 SUBPART P For Information Only § 1926.606 If it is necessary to stand at the out- board or inboard edge of the deckload where less than 24 inches of bulwark, rail, coaming, or other protection ex- ists, all employees shall be provided with a suitable means of protection against falling from the deckload. (d) First -aid and lifesaving equipment. (1) Provisions for rendering first aid and medical assistance shall be in ac- cordance with subpart D of this part. (2) The employer shall ensure that there is in the vicinity of each barge in use at least one U.S. Coast Guard -ap- proved 30-inch lifering with not less than 90 feet of line attached, and at least one portable or permanent ladder which will reach the top of the apron to the surface of the water. If the above equipment is not available at the pier, the employer shall furnish it during the time that he is working the barge. (3) Employees walking or working on the unguarded decks of barges shall be protected with U.S. Coast Guard -ap- proved work vests or buoyant vests. (e) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910, §§ 1910.401-1910.441, of this chapter. [39 FR 22801, June 24, 1974, as amended at 42 FR 37674, July 22, 1977] § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming—The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P—Excavations AUTHoRrrY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Sees. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8754), 8-76 (41 FR 29 CPR Ch. XVII (7-1-07 Edition) 25059), or 9-83 (48 FR 35736), as applicable, and 29 CPR part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. § 1926.650 Scope, application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed, specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings, or working conditions which are unsan- itary, hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. 366 Occupational Safety and Health Admin., Labor Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an ex- cavation, or from the collapse of adja- cent structures. Protective systems in- clude support systems, sloping and benching systems, shield systems, and other systems that provide the nec- essary protection. Ramp means an inclined walking or working surface that is used to gain ac- cess to one point from another, and is constructed from earth or from struc- tural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a profes- sional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered pro- fessional engineer" within the meaning of this standard when approving de- signs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be ei- ther premanufactured or job -built in § 1926.650 accordance with § 1926.652 (c)(3) or (c)(4). Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with dif- ferences in such factors as the soil type, environmental conditions of ex- posure, and application of surcharge loads. Stable rock means natural solid min- eral material that can be excavated with vertical sides and will remain in- tact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the ex- cavation is secured against caving -in or movement by rock bolts or by an- other protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less 367 L; § 1926.651 (measured at the bottom of the exca- vation), the excavation is also consid- ered to be a trench. Trench box. See "Shield." Trench shield. See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually po- sitioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." Wales means horizontal members of a shoring system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. § 1926.651 Specific excavation require- ments. (a) Surface encumbrances. All surface encumbrances that are located so as to create a hazard to employees shall be removed or supported, as necessary, to safeguard employees. (b) Underground installations. (1) The estimated location of utility installa- tions, such as sewer, telephone, fuel, electric, water lines, or any other un- derground installations .that reason- ably may be expected to be encoun- tered during excavation work, shall be determined prior to opening an exca- vation. (2) Utility companies or owners shall be contacted within established or cus- tomary local response times, advised of the proposed work, and asked to estab- lish the location of the utility under- ground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate underground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations, the employer may proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility in- stallations are used. (3) When excavation operations ap- proach the estimated location of under- ground installations, the exact loca- tion of the installations shall be deter- mined by safe and acceptable means. 29 CFR Ch. XVU (7-1-07 Edition) (4) While the excavation is open, un- derground installations shall be pro- tected, supported or removed as nec- essary to safeguard employees. (c) Access and egress—(1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for access or egress of equipment shall be designed by a competent person qualified in structural design, and shall be con- structed in accordance with the design. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (iii) Structural members used for ramps and runways shall be of uniform thickness. (iv) Cleats or other appropriate means used to connect runway struc- tural members shall be attached to the bottom of the runway or shall be at- tached in a manner to prevent tripping. (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments on the top surface to prevent slipping. (2) Means of egress from trench exca- vations. A stairway, ladder, ramp or other safe means of egress shall be lo- cated in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular traffic. Em- ployees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility mate- rial. (e) Exposure to falling loads. No em- ployee shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be re- quired to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling mate- rials. Operators may remain in the cabs of vehicles being loaded or un- loaded when the vehicles are equipped, in accordance with § 1926.601(b)(6), to provide adequate protection for the op- erator during loading and unloading operations. 368 I HI Occupational Safety and Health Admin., Labor (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres—(1) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions, the following requirements shall apply: (i) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions in- clude providing proper respiratory pro- tection or ventilation in accordance with subparts D and E of this part re- spectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an at- mosphere containing a concentration of a flammable gas in excess of 20 per- cent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmos- pheric contaminants to acceptable lev- els, testing shall be conducted as often as necessary to ensure that the atmos- phere remains safe. (2) Emergency rescue equipment. (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous at- § 1926.651 mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- vation. (h) Protection from hazards associated with water accumulation. (1) Employees shall not work in excavations in which there is accumulated water, or in exca- vations in which water is accumu- lating, unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and operations shall be monitored by a competent person to ensure proper operation. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the ex- cavation. Excavations subject to runoff from heavy rains will require an in- spection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (i) Stability of adjacent structures. (1) Where the stability of adjoining build- ings, walls, or other structures is en- dangered by excavation operations, support systems such as shoring, brac- ing, or underpinning shall be provided to ensure the stability of such struc- tures for the protection of employees. (2) Excavation below the level of the base or footing of any foundation or re- taining wall that could be reasonably 369 § 1926.652 I' expected to pose a hazard to employees shall not be permitted except when: (i) A support system, such as under- pinning, is provided to ensure the safe- ty of employees and the stability of the structure; or (ii) The excavation is in stable rock; or (iii) A registered professional engi- neer has approved the determination that the structure is sufficently re- moved from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engi- neer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements, and appur- tenant structure shall not be under- mined unless a support system or an- other method of protection is provided to protect employees from the possible collapse of such structures. (j) Protection of employees from loose rock or soil. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose ma- terial; installation of protective barri- cades at intervals as necessary on the face to stop and contain falling mate- rial; or other means that provide equiv- alent protection. (2) Employees shall be protected from excavated or other materials or equip- ment that could pose a hazard by fall- ing or rolling into excavations. Protec- tion shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from falling or rolling into excavations, or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout 29 CFR Ch. XVII (7-1-07 Edition) the shift. Inspections shall also be made after every rainstorm or other hazard increasing occurrence. These in- spections are only required when em- ployee exposure can be reasonably an- ticipated. (2) Where the competent person finds evidence of a situation that could re- sult in a possible cave-in, indications of failure of protective systems, haz- ardous atmospheres, or other haz- ardous conditions, exposed employees shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. (1) Walkways shall be provided where employees or equipment are required or permitted to cross over excavations. Guardrails which comply with § 1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. [54 FR 45959, Oct. 31, 1989, as amended by 59 FR 40730, Aug. 9, 1994) § 1926.652 Requirements for protective systems. (a) Protection of employees in exca- vations. (1) Each employee in an exca- vation shall be protected from cave-ins by an adequate protective system de- signed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock; or (ii) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1); or, in the alternative, paragraph (b)(2); or, in the alternative, paragraph (b)(3), or, in the alternative, paragraph (b)(4), as follows: (1) Option (1)—Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical 370 Occupational Safety and Health Admin., Labor (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2)—Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be deter- mined in accordance with the condi- tions and requirements set forth in ap- pendices A and B to this subpart. (3) Option (3)—Designs using other tab- ulated data. (i) Designs of sloping or benching systems shall be selected from and be in accordance with tab- ulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or benching system drawn from such data; (B) Identification of the limits of use of the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by a registered professional engineer. (i) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (ii) Designs shall be in written form and shall include at least the following: (A) The magnitude of the slopes that were determined to be safe for the par- ticular project; § 1926.652 (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon re- quest. (c) Design of support systems, shield systems, and other protective systems. De- signs of support systems shield sys- tems, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (c)(1); or, in the alter- native, paragraph (c)(2); or, in the al- ternative, paragraph (c)(3); or, in the alternative, paragraph (c)(4) as follows: (1) Option (1)—Designs using appen- dices A, C and D. Designs for timber shoring in trenches shall be determined in accordance with the conditions and requirements set forth in appendices A and C to this subpart. Designs for alu- minum hydraulic shoring shall be in accordance with paragraph (c)(2) of this section, but if manufacturer's tab- ulated data cannot be utilized, designs shall be in accordance with appendix D. (2) Option (2)—Designs Using Manufac- turer's Tabulated Data. (i) Design of sup- port systems, shield systems, or other protective systems that are drawn from manufacturer's tabulated data shall be in accordance with all speci- fications, recommendations, and limi- tations issued or made by the manufac- turer. (ii) Deviation from the specifications, recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manu- facturer issues specific written ap- proval. (iii) Manufacturer's specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommenda- tions, and limitations shall be in writ- ten form at the jobsite during con- struction of the protective system. After that time this data may be stored off the jobsite, but a copy shall 371 § 1926.652 be made available to the Secretary upon request. (3) Option (3)—Designs using other tab- ulated data. (i) Designs of support sys- tems, shield systems, or other protec- tive systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and include all of the fol- lowing: (A) Identification of the parameters that affect the selection of a protective system drawn from such data; (B) Identification of the limits of use of the data; (C) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from the data. (iii) At least one copy of the tab- ulated data, which identifies the reg- istered professional engineer who ap- proved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made avail- able to the Secretary upon request. (4) Option (4)—Design by d registered professional engineer. (i) Support sys- tems, shield systems, and other protec- tive systems not utilizing Option 1, Op- tion 2 or Option 3, above, shall be ap- proved by a registered professional en- gineer. (ii) Designs shall be in written form and shall include the following: (A) A plan indicating the sizes, types, and configurations of the materials to be used in the protective system; and (B) The identity of the registered professional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite dur- ing construction of the protective sys- tem. After that time, the design may be stored off the jobsite, but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment. (1) Mate- rials and equipment used for protective systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a man- 29 CFR Ch. XVII (7-1-07 Edition) ner that is consistent with the rec- ommendations of the manufacturer, and in a manner that will prevent em- ployee exposure to hazards. (3) When material or equipment that is used for protective systems is dam- aged, a competent person shall exam- ine the material or equipment and evaluate its suitability for continued use. If the competent person cannot as- sure the material or equipment is able to support the intended loads or is oth- erwise suitable for safe use, then such material or equipment shall be re- moved from service, and shall be evalu- ated and approved by a registered pro- fessional engineer before being re- turned to service. (e) Installation and removal of sup- port—(1) General. (i) Members of sup- port systems shall be securely con- nected together to prevent sliding, fall- ing, kickouts, or other predictable fail- ure. (ii) Support systems shall be in- stalled and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by members of the support sys- tem. (iii) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the support system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slow- ly so as to note any indication of pos- sible failure of the remaining members of the structure or possible cave-in of the sides of the excavation. (vi) Backfilling shall progress to- gether with the removal of support sys- tems from excavations. (2) Additional requirements for support systems for trench excavations. (i) Exca- vation of material to a level no greater than 2 feet (.61 m) below the bottom of the members of a support system shall be permitted, but only if the system is designed to resist the forces calculated for the full depth of the trench, and 372 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Em- ployees shall not be permitted to work on the faces of sloped or benched exca- vations at levels above other employ- ees except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems—(1) General. (i) Shield systems shall not be subjected to loads exceeding those which the sys- tem was designed to withstand. (ii) Shields shall be installed in a manner to restrict lateral or other haz- ardous movement of the shield in the event of the application of sudden lat- eral loads. (iii) Employees shall be protected from the hazard of cave-ins when enter- ing or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Exca- vations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is designed to re- sist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A To SUBPART P of PART 1926—SoiL CLASSIFICATION (a) Scope and application—(1) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system is designed in accordance with the requirements set forth in §1926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for exca- vations is designed as a method of protection from cave-ins in accordance with appendix C to subpart P of part 1926, and when alu- minum hydraulic shoring is designed in ac- cordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data pre- pared in accordance with the requirements set forth in §1926.652(c), and the use of the data is predicated on the use of the soil clas- sification system set forth in this appendix. (b) Definitions. The definitions and exam- ples given below are based on, in whole or in part, the following: American Society for Testing Materials (ASTM) Standards D653-85 and D2488; The Unified Soils Classification System, The U.S. Department of Agriculture (USDA) Textural Classification Scheme; and The National Bureau of Standards Report BSS-121. Cemented soil means a soil in which the par- ticles are held together by a chemical agent, such as calcium carbonate, such that a hand - size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes, and is plastic when moist. Cohe- sive soil is hard to break up when dry, and exhibits significant cohesion when sub- merged. Cohesive soils include clayey silt, sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt, (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohe- sive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which al- lows the soil to be deformed or molded with- out cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion, is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. 373 Pt. 1926, Subpt. P, App. A Soil classification system means, for the pur- pose of this subpart, a method of catego- rizing soil and rock deposits in a hierarchy of Stable Rock, Type A, Type B, and Type C, in decreasing order of stability. The cat- egories are determined based on an analysis of the properties and performance character- istics of the deposits and the environmental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is under- water or is free seeping. Type A means cohesive soils with an unconfined compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Ex- amples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Ce- mented soils such as caliche and hardpan are also considered Type A. However, no soil is Type A if: (f) The soil is fissured; or (it) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (III) The soil has been previously disturbed; or (iv) The soil is part of a sloped, layered system where the layers dip into the exca- vation on a slope of four horizontal to one vertical (4H:1V) or greater; or (v) The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (i) Cohesive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tsf (144 kPa); or (if) Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (III) Previously disturbed soils except those which would otherwise be classed as Type C soil. (iv) Soil that meets the unconfined com- pressive strength or cementation require- ments for Type A, but is fissured or subject to vibration; or (v) Dry rock that is not stable; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4H:IV), but only if the material would otherwise be classified as Type B. Type C means: (f) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less; or (if) Granular soils including gravel, sand, and loamy sand; or (III) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or 29 CFR Ch. XVII (7-1-07 Edition) (v) Material in a sloped, layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by labora- tory testing, or estimated in the field using a pocket penetrometer, by thumb penetra- tion tests, and other methods. Wet soil means soil that contains signifi- cantly more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would exhibit cohe- sive properties when moist will lose those co- hesive properties when wet. (c) Requirements —(I) Classification of soil and rock deposits. Each soil and rock deposit shall be classified by a competent person as Stable Rock, Type A, Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis of classification. The classification of the deposits shall be made based on the re- sults of at least one visual and at least one manual analysis. Such analyses shall be con- ducted by a competent person using tests de- scribed in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the Amer- ica Society for Testing Materials, or the U.S. Department of Agriculture textural classi- fication system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendix, shall be designed and conducted to provide sufficient quantitative and quali- tative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits. (4) Layered systems. In a layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a de- posit, the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests —(I) Visual tests. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (f) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained 374 C C Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (ii) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. (III) Observe the side of the opened exca- vation and the surface area adjacent to the excavation. Crack -like openings such as ten- sion cracks could indicate fissured material. If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evi- dence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the exca- vation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously dis- turbed soil. (v) Observe the opened side of the exca- vation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the exca- vation and the sides of the opened exca- vation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the exca- vation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. (2) Manual tests. Manual analysis of soil samples is conducted to determine quan- titative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (i) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roil it into threads as thin as Winch in diameter. Cohe- sive material can be successfully rolled into threads without crumbling. For example, if at least a two inch (50 mm) length of Winch thread can be held on one end without tear- ing, the soil is cohesive. (ii) Dry strength. If the soil is dry and crumbles on its own or with moderate pres- sure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (III) Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb pene- tration test described in American Society for Testing and Materials (ASTM) Standard designation 1)2488—"Standard Recommended Practice for Description of Soils (Visual — Manual Procedure).") Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; how- ever, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger pressure. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a miminum the effects of exposure to drying influences. If the exca- vation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests. Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket pene- trometer or by using a hand -operated shearvane. (v) Drying test. The basic purpose of the drying test is to differentiate between cohe- sive material with fissures, unfissured cohe- sive material, and granular material. The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 cm) and six inches (15.24 cm) in diameter until it is thoroughly dry: (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has sig- nificant cohesive material content. The soil can be classified as a unfissured cohesive ma- terial and the unconfined compressive strength should be determined. (C) If a sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the mate- rial is cohesive with fissures. If they pul- verize easily into very small fragments, the material is granular. APPENDIX B TO SUBPART P OF PART 1926—SLOPING AND BENCHING (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and bench- ing protective systems is to be performed in accordance with the requirements set forth in §1926.652(b)(2). (b) Definitions. Actual slope means the slope to which an excavation face is excavated. Distress means that the soil is in a condi- tion where a cave-in is imminent or is likely 375 Pt. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- nomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spalling of ma- terial from the face of an excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an exca- vation and trickling or rolling down into the excavation. Maximum allowable slope means the steep- est incline of an excavation face that is ac- ceptable for the most favorable site condi- tions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (H:V). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requirements—(1) Soil classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. 29 CFR Ch. XV11 (7-1-07 Edition) (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-1 of this appendix. (3) Actual slope. (f) The actual slope shall not be steeper than the maximum allowable slope. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an ac- tual slope which is at least 1h horizontal to one vertical (1hH:1V) less steep than the maximum allowable slope. (III) When surcharge loads from stored ma- terial or equipment, operating equipment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in ac- cordance with §1926.651(i). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE NA<iMUM ALLOWABLE SLOPES(H:V)t17 FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK TYPE A [21 TYPE 6 TYPE C VERTICAL (901) 3/4:1 (531 1:1 (45*) lh:1 (340) NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allowable slope of 1/211:1V (63") is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:IV (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 376 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B Figure B-1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of Wl. 1 20' Max. A 3/4 SIMPLE SLOPE —GENERAL Exception: Simple slope excavations which are open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of Ih:l. 12' Max. A1/2 1 SIMPLE SLOPE --SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of % to 1 and maximum bench dimensions as follows: 377 Pt. 1926, Subpt. P, App. B SIMPLE BENCH 20Max. 5' Max. 4' Max. 29 CFR Ch. XVII (7-1-07 Edition) / A / / 3/4 MULTIPLE BENCH 3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por- tions shall have a maximum vertical side of 31/2 feet. I A 8' Max. 314 (32'ax. UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 8 FEET iN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum vertical side of 31h feet. 378 r Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B UNSUPPORTED VERTICALLY SIDED LOWER PORTION—MAxmum 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of s/4:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. Support or shield system zj 20' Max. 3/4 18" Min. Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOwER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under § 1926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions as follows: 379 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) This bench allowed in cohesive soil only. �— f 20' Max 1 t 4' %% Max. % / SINGLE BENCH This bench allowed in cohesive soil only i i / 20' Max. � �( 4' 1 - 4' Max. i i MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. Support or shield system N 1 20 Max. I / 8" Min. Total height of vertical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B-1.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1%:l. 380 f_ Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. 8 20' Max. �I 14 SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 11h:1. Support or shield system 20' Max. 10, 1� 18" Min. Total height of vertical side VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. 381 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) e OVER A C OVER A "--41 C G/1�11 C OVER d 382 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C A OVER B A 1 _ C .� I 1k A OVER C e �1 0 C � 1 1� B OVER C 31!Brnhpui fs!trpgfe!fydbwbujpot!ti bmhcf!jo!bddpsebodf!xjui !ui f!pui fs!pqujpot! gfsn juufe!joI C2: 37/763)c'/! BPPENDIx D TO TIIBPART Q OF QART 2: 376 UIlKBER THORING FOR URENCHEB )b' Tdpgf/ Ui jt!bggfoejyldpoubjot!jogpsn b. ujpo!ui bu!dbo!cf!vtfe!ujn cfs!ti psjoh!jt!qsp. wj of e! bt ! b! n f ui pe! pg gspuf duj po! gspn i dbwf .! jot!jo!usfodi ft!ui bu!ep!opu!fydffe!31!gffu!)7/21 n'! jo! efqui /! Ui jt! bggfoejyl n vtu! cf! vtfe! x! fo! eftjho! pg ujn cfs! ti psjoh! gspufdujwfl tztufn t! jt! up! cf! gfsgDsn fe! jo! bddpsebodf! xjui ! C2:37/763)d')2`/! Pui fs! ujn cfs! ti psjoh! dpoghvsbujpot4 pui fs! tztufn t! pg tvqqpsu! tvdi ! bt! i zesbvrod! boe! gofvn bujd! tztufn t4 boe! pui f sl gspuf dujwf ! tztuf n t ! t vdi l bt ! t rpq. joh-! cfodi joh-! ti jfnajoh-! boe! gsff(johl tzt. of n t ! n vt u! cf ! of tj hof e! j o! bddpsebodf ! x j ui ! ui f!sfrvjsfn fout!tfu!g)su! !jo!©2:37/763)c'1boe! C2: 37/763)d`/! )c' TpjrhDrbttjgdbypo/! Jo! psef s! up! vtf ! ui f ! ebublgsftfoufeljolui jt!bggfoejy-!ui f!tpjnhuzgf! ps! uzgft! jo! x i jdi ! ui f ! f ydbwbuj po! jt! n bef ! n vtu!gstu!cf!efufsn jofe!vtjoh!ui f!tpjMdrbt. tjgdbujpo!n fu! pe!tfu!gpsui !jo!bggfoejy!B!pg tvcgbsu!Q!pgui jt!gbsu/! )d' QsftforbypolpgJog)snbypo/!Jog>sn bujpo jt!gsftfoufe!jo!tfwfsbrtWsn t!bt!grpxt;! )2'! JoWsn bujpo! jt! gsftfoufe! jo! ubcvrbs! g>sn!jo!Ubcrfit!D62/2-!D62/3-!boelD62/4-!boe!Ub. crtit! D63/2-1 D63(3! boe! D63/4! gxnpxjohl qbsb. hsbqi ! )h'! pg ui f ! bgqf oejy/! Fbdi ! ubcrfi! qsf. . tfoutlui f!n jojn vn !tj{ft!pgujn cfs!n fn cfst! up! vt f ! j o! b! t i psj oh! t zt of n -! boe! f bdi ! ubcrfi! dpoubjot! ebub! pore! Ws! ui f! gbsujdvrbs! tpjr& uzgf ! jo! x i jdi !ui f ! f ydbwbuj po! ps! gpsujpo! pg 494 GU!2: 37-!Tvcq tt!G!Bgq/!D! ui f! fydbwbujpo! jt! n bef/! Ui f! ebub! bsf! bs. sbohfe!up! brnpx!ui f!vtfs!ui f!gfiyjcjrpuz!up!tf. rtidu!g5pn !bn pohltfwfsbrfrbddfqubcrfi!dpoghv. sbujpot! pg n fn cfst! cbtfe! po! wbszjoh! ui f! i psj(poubfitgbdjoh!pgui f!dspttcsbdit/!Tubcrfi! spol ! jt! fyfn qu! gspn ! ti psjoh! sfrvjsfn fout! boe! ui f sf gpsf -! o p! ebub! bsf ! qsf t f ouf e! Ws! ui j t ! dpoej uj po/ )3*lJogpsn bujpo!dpodfsojoh!ui f!cbtjt!pgui f! ubcv rbs! ebub! boe! ui f!rpn j ubuj pot ! pg ui f!ebub! jt!gsftfoufe!jo!gbsbhsbgi !)e*!pgui jt!bggfo. ejy-!boe!po!ui f!ubcrfit!ui fn tfrudt/! )41 Jogpsn bujpo! f ygrbj of oh! ui f! vt f ! pg ui f! ubcvrbs!ebub!jt!gsftfoufe!jo!gbsbhsbgi !)f*!pg ui jt!bggfoejy/! )5*!Jogpsn bujpo!jmatusbujoh!uif!vtf!pguif! ubcvrbs!ebub!jt!gsftfoufe!jo!gbsbhsbqi !)cf!pg ui jt!bggfoejy/! )61 N jtdf rnbof pvt! opubuj pot! sf hbsejoh! Ub. cfit! D62/2! ui spvh! ! D624 boe! Ubcfit! D63/21 ui spvhi!D63/4!bsf!gsftfoufe!jo!gbsbhsbgi !)h*! pgui jt !B qqf oej y/! )e* Cbtjt!boe!rjnjrbypot!pgu f!ebLb6 )2* Ej. n fotjpot!pg!yn cfs!n fn cfst/!)j*!Ui f !tj(ft!pgui f I ujn cfs! n fn cfstl rjdufe! jo! Ubcrfit! D620 ui spvhi ! D32/4! bsf! ubl fo! gspn ! ui f! Obujpobrd Cvsfbv! pg Tuboebset! )OCT9 sfgpsu-! !!Sfd. pn n foefe! Ufdi ojdbfi Qspwjtjpot! gps! Dpo. tusvdujpo!QsbdujdfljolTi psjoh!boe!Trpgjoh!pg Usfodift! boe! Fydbwbujpot/iil Jo! beejujpo-! xi fsf!OCT!eje!opu!sfdpn n foe!tgfdjgd!tj{ft! pgn fn cfst-!n fn cfsltj{ft!bsf!cbtfelpo!bo! bobmtjt!pgui fltj(ft!sfrvjsfe!gps!vtflczlfy. jtujoh!dpeft!boe!po!fn gjsjdbrfigsbdujdf/! )jj*!Ui f!sfrvjsfelejn fotjpot!pgui f!n fn . cfst!rjdufe!jo!Ubcfit!D62/2!u! spvh! !D62/4!sfgfsl up! bduvbfiejn fotjpot! boe! opu! opn jobrrhej. n fotjpot!pgui f!ujn cfs/!Fn grpzfst!x boujoh! up!vtf!opn jobrdtj{f!ti psjoh!bsf!ejsfdufe!up! Ubcfit! D63/2! ui spvhi ! D63/44 ps! i bwf! ui jt! di pj df ! voef s! C2: 37/763)d*)4*-! boe! bsf ! sf gf ssf e! up! Ui f! Dpsqt! pg Fohjoffst-! Ui f! Cvsfbv! pg Sf drbn bujpo! ps! ebub! gspn ! pui f s! bddf qubcfi! tpvsdit/ )3* MnjLb4po!pgbggRdbypo/!)j*!Ju!jt!opu!jo. ufoefe!ui bu!ui f!ujn cfs!ti psjoh!tgfdjgdbujpo! bggm!up!fwfsz!tjuvbujpo!ui bu!n bz!cf!fygfsj. f odf e!jo!ui f !gf na/!Ui f t f !ebub!x f sf !ef wf rpgf e! up! bggna! up! ui f! tjuvbujpot! ui but bsf! n ptu! dpn n pora!fygfsjfodfe!jo!dvssfou!usfodijoh! gsbdujdf /! Ti psjoh! tztuf n t! gps! vtf ! jo! tjuvb. ujpot!ui bulbsf!opu!dpwfsfe!cz!ui f!ebub!jo!ui jt! bqqfoejy! n vtu! cf! eftjhofe! bt! tgfdjgfe! jo! @2: 37/763)d*/! )jj*! X i f o! boz! pg ui f! Wmpx joh! dpoejuj pot! bsf !gsftfou-!ui f!n fn cfst!tgfdjgfe!jo!ui flub. crfit ! bsf ! opu! dpotjef sf e! bef r v buf /! Fj ui f s! bo! bmfsobuf!ujn cfs!ti psjoh!tztufn !n vtu!cf!ef. tjhofe!ps!bopui fs!uzgf!pggspufdujwf!tztufn ! eftjhofe!jo!bddpsebodf!xjui !C2:37/763(! ) B *! X i f o! rpbet ! j n q pt f e! cz ! t usv duv sf t ! ps! cz! t upsf e! n buf sj bfi bekbdf ou! up! ui f! usfodi ! xfjhi !jo!fyditt!pgui f!rpbe!jn gptfe!cz!b!uxp.! g)pu!tpjfitvsdi bshf/!Ui f!ufsn !!!belOdfouiUbtl vtf e!i fsf !n f bot !ui f !bsf b!x j ui jo!b!i psj (poubah ejtubodf!gspn !u! f!fehf!pgui f!usfodi !frvbrfarp! ui f !ef qui !pgui f !usf odi /! 3: !DGB!Di /!YWU)862618!Fejtjpo"! )C*! X i f o! wf suj dbrh rpbet ! j n qpt f e! po! dspt t ! csbdf t! f ydf f e! b! 351.gpvoe! hsbwjuz! rpbe! ejt. usjcvufe!po!b!pof.g>pu!tfdujpo!pgui f!dfoufs! pgui f!dspttcsbdf/! )D*!X i fo!tvsdi bshf!rpbet!bsf! gsftfou!gspn ! frvjgnfoul xfjhijoh! jol fyditt! pg 31-111! qpvoet/ )E*! X i fo! pora! ui f! rpxfs! gpsujpo! pg b! usfodi !jt!ti psfe!boe!ui f!sfn bjojoh!gpsujpo! pg ui f! usfodi ! jt! trpgfe! ps! cfodi fe! vofitt;! Ui f!trpgf e!gpsujpo!jt!trpgf e!bu!bo!bohrfi!rfitt! tuffq!ui bo!ui sff!! psj(poubfiup!pof!wfsujdbml ps!ui f!n fn cfst!bsf!tfrfidufe!gspn !ui f!ubcrfit! g>s!vtf!bu!b!efqui Ix i jdi !jt!efufsn jofe!gspn ! ui f ! upq! pg ui f ! pwf sbonhusf odi -! boe! o pu! gspn ! ui f !upf !pgui f !t rpgf e!gpsuj po/! )f* Vtf!pgUbcrfit/!Ui f!n fn cfst!pgui flti ps. joh!tztufn !ui bu!bsf!up!cf!tfrfidufe!vtjoh!ui jt! jogssn bujpo! bsf! ui f! dsptt! csbdit-! ui f! vgsj hi ut-! boe! ui f ! x bfit-! x i fsf ! x brfit ! bsf ! sf . rvjsfe/!Njojn vn !tj{ft!pgn fn cfst!bsf!tgfdj. gfe!g)s!vtf!jo!ejggfsfou!uzgftlpgtpjrfi!U! fsf! bsf ! tjy! ubcnfit ! pg jocpsn bujpo-! ux p! g)s! f bdi ! tpjfiuzgf/!Ui f!tpjrbtizgf!n vtu!gstu!cf!efufs. n jofe!jo!bddpsebodf!xjui !ui f!tpjfidrbttjgdb. ujpo!tztufn!eftdsjcfe!jo!bggfoejy!B!up!tvc. gbsu! Q! pg gbsu! 2:37/I Vtjoh! ui f! bqqspqsjbuf! ubcrfi-!ui f!tffidujpo!pgui f!tj{f!boe!tgbdjoh!pg ui f!n fn cfst!jt!ui fo!n bef/!Ui f!tfrfidujpo!jt! cbtfe!po!ui f!efqui lboe!xjeui !pgui f!usfodi ! xi fsf ! ui f ! n fn cf st i bsf l up! cf ! jot ubmhe! boe-! jo!n pt u!jot ubodf t-lui f !tf rhdujpo!jt!brtp!cbtf e! po!ui f!i psj{poubrfitgbdjoh!pgui f!dspttcsbdit/! Jotubodit!x i fsf!bldi pjdf!pgi psj{poubnhtgbd. joh!-pg dspttcsbdjohl jtl bwbjrbcr6-! ui f! i psj. (poubrbtgbdjoh! pg ui f! dspttcsbdit! n vtul cf! di ptfo! cz! ui f! vtfs! cfg)sf! ui f! tj{f! pg boz! n f n cf sl dbo! cf ! of of sn j of e/! X i f o! ui f ! t pj fi uzqf-!ui f!xjeui !boe!efqui !pgui f!usfodi -!boe! ui f!i psj{poubr&tgbdjoh!pgui f!dspttcsbditlbsf! I opx o-! ui f ! tj{f ! boe! wf sujdbrbtgbdjoh! pg u! f! dspttcsbdit-!ui f!tj{f!boe!vwfsujdbrLhtgbdjoh!pg ui f ! x brfit-! boe! ui f ! tj{f ! boe! i psj{ poubrLht qbd. joh!pgui f!vgsjhi ut!dbo!cf!sfbe!gspn !ui f!bq. qspqsj buf !ubcrfi/! )g' Fybn grht!up!Jrruttsbu(!ri f!Vtf!pgUbcrht!D6! 2/2!u spvhi !D62/4/! )2* Fybn grfi!2/! B!usfodi!evh!jo!Uzgf!B!tpjrfijt!24!gffu!effq! boe!gwf !gff u!x j of /! Gspn Ubcrfi! D62/2-! Ws! bddf qubcfi! bssbohf. . n fout!pgujn cfs!dbo!cf!vtfe/! Bssbohf n f oU$C2! Tqbdf! V5! dspttcsbdit! bu! tjy! cffu! i psj. {poubrra!boe!gpvs!gff u!wf sujdbma/! X brtit !bsf !o pu!sf r vj sf e/! Tgbdf!4"9!vgsjhi ut!bu!tjy!gffu!i psj{poubna/! Uijt!bssbohfn fou!jt!dpn n pom!dbrnfrel!itl jq! ti psjoh/if B ssbohf n f ou!$C31 Tqbdf! 517! dspttcsbdit! bu! fjhi ul gfu! i psj. {poubrra!boe!g vs!gff u!wf sujdbma/! Tqbdf !W 9!x brht !bu!gpvs!cf f u!wf suj dbrm/! 495 Pddvgbtjpobdna tz!boe!I f brd !Ben jo/-!Mcpsi QJ12: 37-!Tvcgtl!(-!Bqq/!D! Tqbdf! 3,17! vqsjhi ut! bul cpvs! cffu! i psj { po ubrtrm / Bssbohf n f oU$C4! Tqbdf! VT dspttcsbdit! bu! 211 fful i psj {poubrm!boelgpvs! f f u!wf sujdbrm/! Tqbdf !9'21!x br6t!buigpvs!cf f u!wf sujdbmz/l Tqbdf! 317! vqsjhi utl bu! gwf! fful i psj (po ubrrm / Bssbohf n f oU$C5! Tqbdf! VP dspttcsbdit! bu! 23! ffu! ! psj. {poubrm!boe!g)vs!f f u!wf sujdbrm/! Tqbdf !2V 2l!x brfit !bu!g)v s! f f u!wf suj dbrm/! Tqbdit! 4/9! vqsjhi ut! bul tjy! ffu! i psj. (poubrm/ )3' Fybn grh!3l1 B!usfodi !evh!jo!Uzgf!C!tpjrrhjo!24!ffu!effq! boe! gwf ! f f u! x jef /! Gspn ! Ubcrh! Do2/3! ui sf f ! bddf qubcrii! bssbohf n f out ! pg n f n cf st ! bsf l rOt of e/ Bssbohf n foU$C2! Tqbdf! 7/71 dspttcsbdit! bul tjy! ffu! i psj. { poubrm lboe!g wf !f f u!wf suj dbrm/! Tqbdf !9'9!x brfit!bulgwf !f f u!wf sujdbrm/! Tqbdf! 317! vqsjhi ut! bu! ux p! ffu! i psj. {poubrm/ Bssbohf n f oU$C3l Tqbdf! V9! dspttcsbditl bu! fjhi u! ffu! i psj. {poubrm!boe!gwf !f f u!wf sujdbrm/! Tqbdf !2V 2l!x brit ibulgwf !f f u!wf sujdbrm/! Tqbdf! 317! vqsjhi ut! bu! uxp! ffu! i psj. {poubrm/ B ssbohf n f oU$C4! Tqbdf! 919! dspttcsbdit! bul 21! ffu! i psj. (poubrm!boe!gwf ! f f u!wf sujdbrm/! Tqbdf !2V 23!x brfit!bu!gwf !f f u!wf sujdbrm/! Tqbdf !317!v qsj hi ut !bu!ux p! f f ulwf suj dbrm/! )4' Fybn grh!4/! Blusfodi !evh!jo!Uzgf!D!tpjrbjt!24!ffu!effq! boe!g wf ! f f u!x j of /! Gspn ! Ubcrfi! D62/4! ux p! bddf qubcrfi! bssbohf. . n fout!pgn fn cfst!dbo!cf!vtfe/! Bssbohfnfod$C2! Tqbdf! 919! dspttcsbdit! bu! tjy! ffu! i psj. (poubrm!boe!gwf !f f u!wf sujdbrm/! Tqbdf !2V 23!x brfit !bu!gwf !f f u!wf suj dbrm/! Qptjujpo!317!vgsjhi ut!bt!dnptfna!uphfui fs!bt! gpttjcrfi/ Jg xbufs! nvtu! cf! sfubjofel vtf! tgfdjbrrh upohvf! boe! hsppwf! vqsjhi ut! up! g)sn ! ujhi u! tiffujoh/ Bssbohfn fod$C3! Tqbdf! W 21! dspt t csbdf t ! bu! fjhi ul f f u! i psj. { poubrm!boe!g wf ! f f u!wf suj dbrm/! Tqbdf !23123!x brfit!bu!gwf !f f u!wf sujdbrm/! Qptjujpo! 317!vgsjhi ut!jo! b!drptf!ti ffujohl dpoghvsbujpo!vorfitt!xbufs!gsfttvsf!n vtu!cf! sftjtufe/!Ujhi u!ti ffujoh!n vtu!cflvtfelx i fsf! x buf s!n vt ulcf !sf ubj of e/! )5• Fybn grfi!5/! Blusfodi !evh!jo!Uzgf!D!tpjrhjt!31!ffu!effq! boe! 22! f ful xjef/! Ui f l tj{f! boe! tgbdjoh! pg n fn cf st ! g)s! u! f ! tf duj po! pg usf odi !ui bu! jt ! pwf s! 26! f f u! j o! of qui ! j t ! of of sn j of e! v t j o h l Ubcrfi!D62/4/!Pona!pofibssbohfn fou!pgn fn . cf st !j t !q spwj of e/! Tqbdf! W21! dspttcsbdit! bu! tjyl ffu! i psj. (poubrm!boe!gwf ! f f u!wf sujdbrm/! Tqbdf !23'23!x brfit!bu!gwf !f f u!wf sujdbrm/! Vtf!4,*7!ujhi Wti ffujoh/! Vtf!pgUbcrfit!D6312!ui spvhi !D63/4!xpvna!gpm rpx!ui f!tbn f!gspdfevsft/! )h' Opt( t!Ms!bnitlbcrfit/! 2/!Nfn cfs!tj(ftlbu!tgbdjoht!pui fs!ui bo!jo. ejdbufe! bsf ! up!cf!ef uf sn jofelbt!tgfdjgfeljol C2:37/763)d`-Ii!Eftjho!pgQspufdujwf!Tztufn t/M W X i f o! dpoej uj pot ! bsf! t buvsbuf e! ps! t vc. n fshfe!vtf!Ujhi u!Ti ffujoh/!Ujhi u!Ti ffujohl sf f st ! up! u! f! vtf ! pg t of dj brm.f ehf e! uj n cf s! grbol tl )f/h/-! upohvf! boe! hsppwf'! bul rfibtu! ui sffl jodift! uijdI4 tuffrAtiffu! gjrjroh-! psl tjn jrbs! dpotusvdujpol ui bul x i fol esjwfo! ps! grbdf e!jo!gptjujpo!gspwjef !b!ujhi Wx brnhuplsf . tjtu!ui f!rbufsbrtigsfttvsf!pgx bufslboelup!gsf. wfou! ul fl rptt! pg cbdl grnh n bufsjbrA! Drptf! Ti ffujohl sf f st l upl u! f! grbdf n foul pg grbo l t ! t j of . c z . t j of ! brnpx j o h ! bt ! rjruurfi ! t q bdf ! bt ! q pt . tjcrfi!cfuxffo!ui fn M 4/!Brnhtgbdjoh!joejdbufeljtln fbtvsfe!dfoufs! up!df ouf s/! 511 X brfi t ! up! cf ! j of ubrnfr e! x j ui ! hsf buf s! ej . n fotjpo!i psj(poubrA! 6/!Jgui f!wfsujdbrtejtubodf!gspn !ui f!dfoufs! pgui f!rpxftu!dspttcsbdf!up!ui f!cpuupn !pgui f! usfodi ! fydffet! ux p! boe! pof.i brg ffu-! vqsjhi utl ti brash cf! gsn na! fn cfeefel ps! b! n vetjmhti brMcf! vtfe/! X i fsf! vqsjhi ut! bsf! fn cf eef a-! ui f! wf sujdbrh ejtubodf ! gspn ! ui f! df ouf s! pgui f ! rpx f t u! dspt t csbdf ! up! ui f ! cpu. upn !pgui f!usfodi Ri brnhopu!fydffe!47!jodi ft/! Xi fo! n vetjrrb! bsf! vtfe-! ui f! wfsujdbrir ejt. ubodf!ti brnhopu!fydffe!53!jodi ft/!Nvetjnm!bsf! x brfit! ui bu! bsf ! jotubmfie! bu! ui f! upf ! pg ui f! usf odi !tjef /! 7/!Usfodi Nbcll t!n bz!cf!vtfe!jolrpfv!pgpsljo! dpn cjobujpolxjui !ujn cfs!dspttcsbditl! 6/! Qrbdfn foul df dspttcsbdit/! X i fol ui f! wfsujdbrirtgbdjoh!pgdspttcsbdit!jt!g)vs! ffu-! grbdf ! ui f ! upq! dsptt csbdf ! op! n psf !ui bol ux p! ffu!cfrpx!uif!upq!pguif!usfodi/IXifo!uif! wf sujdbahtgbdjoh! pg dspttcsbdf t ! jt! a ! f f u-! grbdf ! ui f ! upq! dsptt csbdf ! op! n psf ! u! bo! 316! f f u!cf rpx !ui f !upq!pgui f !usf odi /! - TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A Pa = 25 X H + 72 psf (2 ft Surcharge) ** DEPTH OF TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET (FEET) 4 6 9 12 15 (FEET) (IN) (FEET) UP TO Not 5 6 4X40 4X6 6X6 6X6 4 R 2X6 UP TO Not TO 8 4X4 4X4 4X6 6X6 6X6 4 Re 'd --- 2X8 UP TO 10 4X6 4X6 4X6 6X6 I 6X6 4 8X8 4 1 2X6 UP TO 12 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO Not 10 6 4X4 4X4 4X6 6X6 6X6 4 R --- UP TO TO 8 4X6 4X6 6X6 6X6 6X6 4 1 8X8 4 2X6 UP TO 15 10 6X6 I 6X5 6X6 I 6X84 8XIO 4 2X6 UP TO I 12 6X6 6X6 6X6 6X8 6X8 4 1OX10 4 UP TO 15 6 6X6 6X6 6X6 6X8 6X8 4 6X8 4 3X6 UP TO TO 8 6X6 6X6 6X6 6X8 6X8 4 1 8X8 4 3X6 UP TO 20 4 UP TO ]�8X10 1 12 BX8 I BX8 I 8X8 i 8X8 4 1OX10 4 1 3X6 OVER 20 SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. a w 00 N a 00 N 0 •P 00 TABLE C-1.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P - 45 X H * 72 psf (2 ft. Surcharge) a ** DEPTH CROSS BRACES WALrs UPRIGHTS OF TRENCH AORIZ.�44 F VERT. yERTMAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UPTO (FEET) SPACING SPACING SIZE SPACING (FEET) CLOSE 2 3 (FEET) 6 9 12 15 (FEET) (IN) (FEET) 5 UP TO 6 4X6 4X6 6X6 6X6 6X6 5 6X8 5 2X6 UP TO TO 6X6 6X6 6X6 6X8 6X8 5 8X10 5 10 UP 10 TO 6X6 6X6 6X6 6X8 6X8 5 1OX10 5 2X6 See Note 1 10 UP TO 6 6X6 6X6 6X6 6X8 6X8 S 8X8 5 2X6 UP TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 2X6 TO UP TO 10 8X8 8X8 8X85 1OX12 5 2X6 15 See Note 1 UP TO 15 6 6X8 6X8 6X8 8X8 SXS 5 8X10 5 3X6 UP 8 TO 8X8 8X8 8X8 8X8 8X101 5 1OX12 5 3X6 TO UP TO 10 8X10 8X101 8X10 8X10 1OX10 5 1 12X12 5 3X6 20 See Note 1 OVER SEE NOTE 1 20 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. v O_ a Cr ". O O' a. W, Cr O fD a W O1 O O n UL 70, IV W v n .a G_ Q C4 A TABLE C-1.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P : 80 X H + 72 psf (2 ft. Surcharge) a DEPTH Siz ACINGR ** OF CROSS BRACES UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH (FEET) MAXIMUM ALLOWABLE HORIZONTAL SPACING (FEET) SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING FEET See Note 2 CLOSE (FEET) 4 6 9 12 15 FEET IN. (FEET) UP TO 5 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 2X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO 10 10 8X10 8X10 8X10 8X10 1OX10 5 12X12 5 2X6 See Note 1 UP TO 10 6 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO 11OX101 TO 8 8X10 8X10 8X10 8X10 5 12X12 5 2X6 See 15 Note 1 See Note 1 UP TO 15 6 8X10 8X10 8X10 8X10 1OX10 5 12X12 5 3X6 See TO Note I See 20 Note 1 See Note 1 OVER SEE NOTE 1 20 * Mixed Oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may be substituted for wood. A W A to TABLE C-2.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A P ® 25 X H t 72 psf (2 ft. Surcharge) a DEPTH SIZ ** OF CROSS BRACES WAT.Rq UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET CLOSE 4 1 5 6 8 (FEET) 4 6 FEET UP TO Not Not 6 4X4 4X4 4X4 4X4 4X6 4 Req'd Req'd 4X6 5 UP TO 4X4 4X4 4X4 4X6 4X6 4 Noved Req d 4X8 8 TO UP TO 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 UP12 TO 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 10 UP TO4X4 6 4X4 4X4 6X6 6X6 4 Req'd Nov Req d 4X10 UP TO 8 4X6 4X6 4X6 6X6 6X6 4 6X8 4 4X6 TO P 10 TO 6X6 6X6 6X6 6X6 6X6 4 8X8 4 1 4X8 15 p TO 12 6X6 6X6 6X6 6X6 6X6 4 8X10 4 4X6 4X10 P6T0 15 6X6 6X6 6X6 6X6 6X6 4 6X8 4 3X6 TO UP TO 8 6X6 6X6 6X6 6X6 6X6 4 8X8 4 3X6 4X12 20 UP 10 TO 6X6 6X6 6X6 6X6 6X8 4 8X10 4 3X6 UP TO6X6 12 I 6X6 6X6 6X8 6X8 4 8X12 4 3X6 4X12 OVER SEE NOTE 1 20 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. -D CL Q Cr O Cr R Q O fD Cr 2. W CD O n W. A TABLE C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P = 45 X H + 72 psf (2 ft. Surcharge) a DEPTH SIZE, ($4a) AND SPACING OF MEMBERS ** OF rRn(z RRArrz WALES UPRIGHTS TRENCH HORIZ. WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET) (FEET) 4 6 9 12 IS (FEET) (ZN) CLOSE 1 2 3 4 6 UP TO 4gg2 5 6 4X6 4X6 4X6 6X6 6X6 5 6X8 5 4X12 UP TO TO 8 4X6 4X6 6X6 6X6 6X6 5 8X8 5 3X8 4X8 UP TO 10 10 4X6 4X6 6X6 6X6 6X8 5 8X10 5 4X8 See Note 1 UP TO 10 6 6X6 6X6 6X6 6X8 6X8 5 8X8 5 3X6 4X10 UP TO TO 8 6X8 I 6X8 6X8 8X8 8X8 5 10X10 5 3X6 4X10 UP TO 15 10 6X8 6X8 8X8 8X8 8X8 5 1OX12 5 3X6 4X10 See Note 1 UP TO 15 6 6X8 6X8 6X8 6X8 SX8 5 8X10 5 4X6 UP TO TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX12 5 4X6 UP TO 20 10 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 See Note 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. W nn� O� 'v 00 N a w N 73 O a 77 7-7 bf�= a 0 W0 ro � Nz (zj M 0 0 d 20_00 0�a� 3 ycd p a w 3 "wa s 0 ZC�O t4 x �(0 S:1-�0 tjxd N H y > C1 t p' n CDCD r C] O U. O P a �V o co M m D O (D CDG N •ry .ti � m 0 CD CD tr ti CDp o�so ayn O v R by m m O cr " O 4 R 0 m m k3 y C N q CD m0R p --p'O CD CD m a 0 r, � H �M 0 ;D is 0 TABLE C-2.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C P a - 80 X H ♦ 72 psf (2 ft. Surcharge) DEPTH SIZE ** OF CROSS UPRIGHTS HORIZ. WIDTH 0 VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING TRENCH (FEET) SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING (FEET) CLOSE (FEET) 4 6 9 12 15 FEET FEET UP TO 5 6 6X6 6X6 6X6 6X6 8X8 5 8X8 5 3X6 UP TO 6X6 6X6 6X6 8X8 8X8 5 10X10 5 3X6 TO 8 UP TO 10 10 6X6 6X6 8X8 BX8 8X8 5 1OX12 5 3X6 See Note 1 UP TO 10 6X8 6X8 6X8 8X8 8X8 5 10X10 5 4X6 UP TO TO 8 8X8 8X8 SX8 8X8 8X8 5 12X12 5 4X6 Note 15 1 See Note 1 UP TO 15 6 8X8 8X8 8X8 8X10 8X10 5 1OX12 5 4X6 See TO Note i See 20 Note 1 ee ote 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. 0 n 0 c Q 0 Q Q O C. 0 3 Q 0 U 0 -o N O� fA C .8 a a U Pt. 1926, Subpt. P, App. D first be determined using the soil classifica- tion method set forth in appendix A of sub- part P of part 1926. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.3 and E-1.4. Each table presents the maximum vertical and horizontal spacings that may be used with various aluminum member sizes and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and DIA are for horizontal waler systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (footnotes) re- garding Table D-1.1 through D-1.4 are pre- sented in paragraph (g) of this appendix. (6) Figures, illustrating typical installa- tions of hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled "Aluminum Hydraulic Shoring; Typical Installations." (d) Basis and limitations of the data. (1) Vertical shore rails and horizontal wales are those that meet the Section Modulus re- quirements in the D-1 Tables. Aluminum material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (1) 2- inch cylinders shall be a minimum 2-inch in- side diameter with a minimum safe working capacity of no less than 18,000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufaturer. (ii) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe working ca- pacity of not less than 30,000 pounds axial compressive load at extensions as rec- ommended by product manufacturer. (3) Limitation of application. (i) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are most rnmmoniv experi- enced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be otherwise designed as specified in § 1926.652(c). (ii) When any of the following conditions are present, the members specified in the Ta- 29 CPR Ch. XVII (7-1-07 Edition) bles are not considered adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with §1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use of Tables D-1.1, D-1.2, D-1.3 and D- 1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D-1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting are found in the horizontal wale Tables D-1.3 and D-1.4. The soil type must first be determined in ac- cordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selec- tion of the size and spacing of the members Is made. The selection is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydrau- lic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Example to Illustrate the Use of the Tables: (1) Example 1: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-1.1: Find vertical shores and 2 inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations.) (2) Example 2: A trench is dug in Type B soil that does not require. sheeting, 13 feet (1p.P.n and 5 feet, wide. From Table 1-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical installations.) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. The 392 I C Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special oversleeves as designated by footnote #B2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically, plywood (per footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Fig- ures 2 & 3 for typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with charac- teristics of a Type C soil, and will require sheeting. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a sec- tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontally. Both wales are spaced 4 feet o.c. vertically. 342 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (g) Footnotes, and general notes, for Tables D-1.1, D-1.2, D-1.3, and D-1.4. (1) For applications other than those listed in the tables, refer to §1926.652(c)(2)for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to §1926.652(c)(2) and §1926.652(c)(3). (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.54.5x0.1875) overaleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (1) 2 inch cylinders shall be a minimum 2-inch in- side diameter with a safe working capacity of not less than 18,000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (11) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include full range of cylinder extensions as recommended by product manufacturer. (4) All spacing indicated is measured cen- ter to center. (5) Vertical shoring rails shall have a min- imum section modulus of 0.40 inch. (6) When vertical shores are used, there must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.126 in. thick softwood or 0.75 inch. thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only for prevention of local rav- eling (sloughing of the trench face) between shores. (8) See appendix C for timber specifica- tions. (9) Wales are calculated for simple span conditions. (10) See appendix D, item (d), for basis and limitations of the data. 393 Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-07 Edition) ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO. 2 HYDRAULIC WORM ORM rENronAwo EIKI�IY�q fNOr MR4000 twRM PLYw00D1 NORIiOYTAL/�/ / / HORIZONTAL SPACING SPACING e�J VERTICAI HYDRAULIC CYLINDER as k16• MAX. VERTICAL RAIL aX TD0.AULlC CYLIMOER 1� PL TV000 IVtRTICAL � aS PACING 1 VERTIjSPACI4- NA%. a WPM4- M2- MAX. AX. FIGURE NO. 3 VERTICAL ALUM." NV011A4AA RMORMO (STACKED) 4` Q� S t° a` VEET ICAL SPACING 4' MAX. 2' MAX. FIGURE NO. 4 ALUMfMI MYD tw t1101111G —tn. EVR1iM IlrncAN HORIZONTAL SPACING IERTICAL RAIL 2- MAX. HYDRAULIC r C YLIMD ER VERTICAL SPACING 394 UPRIGHT SYEETING co cc Cn TABLE D - 1.1 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS MAXIMUM MAXIMUM NTH OF TRENCH (FEET) DEPTH OF HORIZONTAL VERTICAL 'FRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 UP TO 8 4 2INCH 21NCH 3INCH 15 DIAMETER DIAMETER DIAMETER NOTE (2) OVER 15 7 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) ■•i A TABLED - 1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS MAXIMUM MAXIMUM WIDTH OF TRENCH (FEET) DEPTH OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 UP TO 8 10 OVER 10 6.5 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D, Item (g) (2) 0�3 u N �o n n M n X7 v b v M a 0 a co TABLED - 1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE 8 WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX•HORMSPACING DEPTH (ON CEj3Fr- OF TRENCH VERTICAL SPACING SECTION MODULUS UP TO 8 OVER 8 UP TO 12 OVER 12 UP T015 2 HORM SPACING CYLINDER IAMETER HORIZ SPACING CYLINDER DIAMETER HOR1Z SPACING CYLINDER DIAMETER (FEET) (FEET) (IN,) OVER 3.5 8.0 2IN 8.0 21N NOTE 2 8.0 3IN 7.0 9.0 21N 9.0 2 IN NOTE(2) 9.0 3IN UP TO 4 -- 3x12 14.0 12.0 3IN 12.0 3IN 12.0 3IN 10 OVER 3.5 6.0 2IN 6.0 2IN NOTE(2) 6.0 3 IN '7.0 8.0 3IN 8.0 3IN 8.0 3IN 10 UP TO 4 3x12 - 14.0 10.0 31N 10.0 3IN 1 10.0 3IN 15 OVER 3.5 5.5 2IN 5.5 2IN NOTE(2) 2 5.5 3IN 15 UP TO 4 Fi- 6.0 3 IN 6.0 3 IN 6.0 3 IN 3x12 - 9.0 3 IN 9.0 3IN 9.0 IN 20 OVER 20 _3 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, are found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) * Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. .9 M h_ . ,. r. ............. .....,_, L......M._., „ .... _.. J co co 00 TABLED -1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX-HORIZ SPACING DEPTH ON CENTER UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO 15 2 FT. 3 FT. OF TRENCH VERTICALSECTION SPACINGINGMODULUS HORIZ. CYLINDER HORIZ. CYLINDER HOAR. CYLINDER SHEEr (FEET) (FEET) (IN') SPACING DIA SPACING DIAMETER SPACING DIAMETER OVER 3.5 6.0 2 IN 6.0 NOTE(2) 6.0 3 IN 2IN 5 4 UP TO 7.0 6.5 2 IN 6.5 NOTE(2) 6.5 3IN 3x12 - 14.0 10.0 3IN 10.0 3IN 10.0 3IN 10 OVER 3.5 4.0 2IN 4.0 NOTE 2 4.0 3 IN 7.0 5.5 3IN 5.5 3IN 5.5 3IN 10 UP TO 4 3x12 - - 14.0 8.0 3IN 8.0 3IN 8.0 3IN 15 2 IN OVER 3.5 3.5 2 IN 3.5 NOTE(2) 3.5 3IN 15 UP TO 4 7.0 5.0 3IN 5.0 3IN 5.0 31N 3x12 - 14.0 6.0 3IN 6.0 3IN j 6.0 3IN 20 OVER 20 NOTE (1) Footnotes to tables, and general notes on hydraulic shoring, art found in Appendix D, Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D, Item (g) (2) t Consult product manufacturer and/or qualified engineer for Section Modulus of available wales. 3 N o. to C Cr 'a .0 'O .0 �0 ! 0 n 7 X v l- b m CL O a v Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. E APPENDIX E TO SUBPART P OF PART 1926—ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 18" M VER1 SPA( 41 MA ATICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring O O O O O 399 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields APPENDIX F TO SUBPART P OF PART part P for excavations 20 feet or less in 1926—SELECTION OF PROTECTIVE depth. Protective systems for use in exca- SYSTEMS vations more than 20 feet in depth must be designed by a registered professional engi- The following figures are a graphic sum- neer in accordance with §1926.652 (b) and (c). mary of the requirements contained in sub- 400 Occupational Safety and Health Admin., Labor Is there potential for cave-in? E Go to Figure 2 Is the excavation more 'than 5 feet in depth? Excavation may be made with vertical sides, Excavation must be sloped, shored, or shielded. Pt. 1926, Subpt. P, App. F Is the excavation entirely in stable rock? Shoring or shielding Go to Figure 3 1 FIG_.URE 1 - PRELIMINARY DECISIONS 401 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) ISloping selected as the method of protection Excavation must comply with one of the following three options: Option 1: & 1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: S1926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: ,f1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. will soil classification be made in accordance with S1926.652 (b)? 402 Excavations must comply with§1926.652 (b)(1) which requires a slope of lkH:1V (340). FIGURE 2 - SLOPING OPTIONS Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 jC1926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 §1926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 $1926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 l926.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 403 mmacr srvaulp wecaa. a.owr - wgt.r: ,nua wawa a wn: nw wa�aax asc oxw me wamac. W= m rao� waoaaw s . waavaa. %esur ur D%FM CITY OF LUBBOCK, TEXAS Lubbock Preston Smith International Airport AIRFIELD DRAINAGE AND SAFETY MITIGATION IMPROVEMENTS LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT CITY OF LUBBOCK BID NO. XX-XXX-XX A PFC FUNDED PROJECT MAY 2008 PART U , S" & COOPER. M Lubbock Preston Smith International Airport WETY WIGATION RAPROVEMENTS LUDSOCK PFE9M SIM r� i e��iLn nr .r -.o.na:usoc wucw� G-001 LOCATION MAP 3 VICINITY MAP SHEET INDEX SHEETTM.E =R ARt sYRLLM' v PLLWtIn[5. ww w hp - Lubbock Preston Smith International Airport AIRFIELD DRAINAGE AND SAFETY MITIGATION IMPROVEMENTS SUMMARY OF QUANTITIES, VICINITY MAP & SHEET INDEX G-002 LVr11 ttlR MNJMI OAirlAS Aq f1E1M'M FELAM A lePPr =M 00 NrYff MqI mNlal ST— lPe aC. � r"r0iltu A m ui�acN�ir¢i� SINE NAL 0)Opu1Et iY.A Yolp WMA M I= COlam StNt n4l D➢MMM C011fINR - ) WOENRWJrB =NCwa PeIO PY PDPoaf, fASNC Il[W9P1 LOGAA I I,WIAPM %1,6HI3 us. A a m a m oP m " l P� o [IP13Ja./- EAP OF PAeaaWA4. 3 )21/T.G PYW.P IISt6 ". W a AiMM POW At piM4 A PDW IPOEI AWP. J %IX-N m1.1Q« MIA M A1tW O ]PIOFASI foE a 1[IYI4 - iFtl a YIUN[ASf OF P 7M M 42 %]l%J3 3)Slll Sa1Pl MLPN a SBI)M Aa.r IUW « Enl���a���e6uo uop )sm. J ).VMA VAMM =,A 1 a WF alJPl6[S1 Mal Q ADN ] 6 1. IMM pPMAo R.A BOaaFSt a w mlwl B o AP/- IgP1f/Sf MIW91 !al GF M fp4 iRoe6Je AtWSP SNLO /a 0 KrPD W Acai P6l l 1=/- IWY a xAPNP1p w OBM>Ia OB e 7=4%6J 043" 33133E of./- IIAM a Mu a wM O x = xolPllal a x wlac tol XMMEAtpa x PO mr MPK / ],M762« PS{A331 JM)AJ FAST PMaI=IC •W�rMO M.rr ljw� m a aee a x ImaN WciB N1W [PA x mlAe61[ a x Pon A I-n. LS )A%.3Pta %UJ416 }WN L''ISt a Qt aR kw a YL6sM1 Pow Pao Mo la. AiN a snPm uPn am IaPI PAlcm aPWIK a un-Pa3 PW6r. 4 >,u0.66so %6o8sP MN ul a7 6oUM a K rp[nJ[ a 1arA s1Ln MP >.• E61 a x g11Fw[ a 1gP�IGIE55 PoY6 >l NaM KfpN�A�li �AfA6T V PJ1fli Pp AIO JS A lx9x1 ewz axle Pwm.M LY Ilm'"a z a TXWP QmZs 49F .IOMI o—w M 1PLE m l 60 5wKW OF Poe Porn MM E1 w w. 1 �_ raraot In, I i xFN6Kw J— r, ill I t N )AJ6%Si 'j' 7 r1lf. . ti GENEM Nobs: 1. SlN16Y CNCU= Bf, SNP AaK1Y. Unom ml6 BURNS AL MIME M = NWK k SOPS MAa oDw-t SIM IPW%S. e w ar a ueA6x MDDM m .Mft oallm M tER. z PP16t AW 1G m1a16R1611P MLA AO IMES a Noun M WEOIg11d6 NP Ae M w x - 1 x DVIMK= a Rupo l Fol mE A PRDMCp6 /Il MMt w lrws lmK o1NNP WAPIRF16PE M mwoa a Art Umm OR MUN 4nM1 p x P A W6 NW MDI warn P' x OMFA aR ON6re IFC x mloPr:WP snE toaMPtMt IODMIon AD roaOluAX lgPl a .m AN M lo{loPaG m I-eao-xwn I1mOGl � Pml Naewnaa A�eoN eoe-ns-Juo M mPPaloloR SMYI SIAMF A M [ICI�t N MHW APP AE-OOSTNG aMAS A Ml� MO aKN Ii96PCCRft aloe Drum PJML m6lnlaGP 611 M PaPPFD M x mPmPCAPs PPAat . x mANCAe a s31vm[ ra aePPac Nrt No Au vEMMs aPiNm ra CPa1MPtllpl N[tlpl al x tax snoE a PkmN tEkL '. M PPPm x 161P W PFRPIP oMR pop WJma W OA IWaI TK x uY5 a P6 NALoI. l M SPOC •PG Spit M Usm WI1 EMFepP S K r1arL SMWU Ao DW PAiPG Al mOVDP Slrl BE Pae . x SPOT M M NAP O OW n6 .a PAPLMCRO a IIM DCCIIdq lMM otIE1 a A m er x Darn[ W16110CIQN a M SVOL AU 6 .Dl NP x WDJW m�1APp COA WP 116 �1 5110.10PE P4tllm MAI MAPMMu6 '.. I � LEGEND ._ -.,. � )ao6m lur ua �� Mn PPOPatm rtaa M.1 Eo61PC POft tMY6' SMOtt MIEA nP�v swctt Man _ '� 4 ,ri � r an y E. %MP.13 DWX �P0111L [YBIIID S.MYa 1OO UL —J � 4- � II LAPIN lU'{V XNo R�i — E- %e M I a- mm 1 �I a)JOYPa12 n>weu ��EL• J3al.3a - LPW igkl � LF 1 ;li�6v.=x "melon vKorosEi4rv;, --_-��..�..mw E- 551o39'A [• Si%13 ��� E. WS D )Jo}OSJe Ft• ,tt)666 Ct• Jn1.ospw E. m-, EL- eS«0131 PORE! �11 L. �'I Et. aa,ao LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT .................. PMeuPwPnao.a.66� I�IaN'.P • MtliNL • Pr.- V,21 Lubbock Preston Smith International Airport AM D 6/PARVOE AND SAFETY MITIGATION l m.Mwaalxu.PPl rwla Ne Pwa PROMWAMPM LAYOUT PLAN G-003 H I ,! /� NLRRIMY tTE 8WL M~ CROSSING PROIECIMC \ UERf.ASE-SARRGDES ` _SEOCT. B2, NIS SNEET..- ....... ,� CAPABLE O CONCRETE HCu 1PACKS OF,El AND 'I- , S• ,` _ .,._. _ OINER CONSTRUCTION EOUIPMEM 1 @ 30 DAY TAXIWAY LIMA CLOSURE TAXIWAY LIMA CLOSURE AAG SOND 1' • 20D Fry(TYp�9E A), RMATE DECREES iROM THE LOW""AL A%6 OF ,NE BARRICADE RUNWAY "NESNOL0. END OF PAVEIENT QO' A' RTLECTTA ORANGE } (- AHD Raft TAPE T:fI (NM m I •X(E' T:i�HYj u----_.__ ^ � ' ..._,v.. • HAI (xh ncraDFDH ADPE � ROAYgY ..-. TRANSITIONAL SURFACE BARRICABE SUPPoRS TO ALLOW OP n S BARRICADE PPTE oe LOW—RISE WRICACE DETAIL PLAN A uG NO1 NOSCALE ,'-0' MIN REEDD UCM RGH O RRlEEP / IAINI I 5 12 REFLECDAE 4 WNIE PANT ,'AB' \ q 1'Aa' 200' I�Y-j NJt SLOPE VINES OBJECT HBpT SECTION A —A NO SCALE K�®'L Wk r � ; DR T DBJ[CT �—� H61GHT SECTION 8-8 NO SFAE IMAGINARY SURFACES GENERAL SAFETY/PHASING NOTES 1. NO CO6TFICTION MAY OCCUR CLOSER TNRN 200 FEET FROM THE RUNYAY CENIERLAIC UNLESS TM RUNWAY 6 CLOSED DR RESiRICIED TO ASCRAFT OPERATCNS. 2, CONINCIM MUST PROMINENTLY MARK OPEN TRENCHES AND ORATIONS AT YNE CONSTRUCTION SITE WITH ORANGE FINS AND LCM THEM NTN RED UGHIS BURNING HOURS OF RMTRCIED VSIBILM OR DARKNESS AS MUM IN AC I50/53/0-2E. D. BMRIGDES SMALL BE SPACED NO GRCATER THIN 20 FEET APART ,. FREOL MLY INSPECT MARKINOS AND BARRICADES AND M.AIE REPAIRS AND ADIUTTMENIS IN A TIMELY MANNER 5. EMPLOYEE PMI(ING SHALL BE WITHIN THE WAGING AREA .. - -- SHOWN ON THE NRPORT LAYOUT PUN. ONLY AMECRRED VEHICLES SILL BE PERMITTED ME TIRE AIRCRAFT OPEROPON TAU (ADA) SECURITY PENCE 6. A IBIS NSTUCTION(-IPPR04EIN EMPIDYEE SHNl MAN CONSTRUCTION CATS MN INN GALE REMAINS OPEN, Ott NONL BINGED PERSONNEL UNLESS A CENTER tHEY ARA- EMPLOYEE, SMALL NOT BE ALLOTTED 10 ENTER iXE AOA T. AL CONTRACTOR'S YEWCLES AMU BE CLOUDY MARKED ;1 I WTf1 THE COMPNfi'S NAME AL EOUIPNENI OR OIHER DBECTS 1MAT PENETAW ANY �.` OF ixE IMOOINARY SURFACES MUST BE COORDINATED WTN 16 j THE ENGINEER IN ADMVCE. OBSIAVL'TONS TO NE INIgNAM SUREA—E MARKED BMARRKED AND/OR LCMEO 1 ACCORD ANCE wTN FAA OUGGEUMES \ 9. THE 011TRACTCR SNUI PREPARE AND SUBMIT A DETAILED CONSTRUCTION SCxEWLE MID PN14NG/SMETY flPN AT .. '............. ilE PAC -CONSTRUCTION CONFEPENCE THE PUN SMAlt OCTAL PIRCEIAENI OF SAETY DEVICES. NARKING, LIGHTING. MANTANNG A SECURE AOA, COMYUMCATIONS . '-:.• MATH TIE ATCT, ETC, DURING EACH PHASE OF THE PRINECT AS REDIRRED IN AC15(UW7O-2E - : U. THE CMACT CONTRACT wRa M�R eEDAE ODIRE�NS. ��-a- It. THE CONRMCIM 6 RESPONSIBLE MR ADHEMNG TO THE REOUIRM O' AC-, 50/SDDO-2E 'OPERATIONAL SAFETY ON AIRPORTS ZD CONSTRUCTION. 12. CONikRMLLY CLEM MURRAY. APRp6, AND NMPAAS OF roRECN ORlECT BFBR6 RESULTNING FROM CO6IRILTCN Acmm. 13. CONWRACTOR SHALL NOI PARK ANY EWIPMENT OCTOBER RUNWAY 171-M .WO TP%NAY L DOW AM PHASE. ht f FOR HOMONAL DISTANCE (U?AND FLARREE RATCCNI �%)(H) SEE TARE BELOW. 2 UNDER FAR WEATHER COWIMINS THE APPROACH, SLOPE FOR TEMPoRARY RELOCATED THRESHOLDS SEGMS AT TIRE MNESHOLD. APPROACH SURFACE RUNNAY �� N L % N 50O C.f25 28 50 SW 0.15 55L N 500 0.15 THRESHOLD SITING SURFACE RUNWAY ACE (N) L % DSL ], A00' .15 PHASING PLAN 0-E0 DAYS MATFRW BLIPWRA. DRDEB. MN DEIUERY CONTRACRA TO ASSEMBLE ALL. SUBMTIAS FOR APPROfA. STORED MATERML CAN BE BELlYEREO ON 'RE DURNKL TNIS TINE. 1-210 DAYS OWMMM CONTRACTOR MAY BEGIN CONSIRUCiCN ON STE WT. INK AFFNIMO/OrweNED wTEawL SDOM NA fLMLNF PIMNY, BINNI iGboPAA M EP;N—�APAAPMA • PI• P — c @ it • Na•N x. sGY.KNR ; fN aT82075 Q:E' S Lubbock Preston Smith International Airport AIRFIELD DRAINAGE AND SAFETY MMGAnGN IMPROVEMENTS Luall C PRISM SIMM IffERMTION&OW 1' II AAA "PAL S1 dN�NACKw 21 tflNC GP2lYlPX Iw WIOER xR 2R5% SAFETY PLAN AND PHASING DETAILS G-004 e aaaaasa I �� G I I I I^I-Is 0 i MEMEME NI �I 11� Nil Nil 111 IIYI 1 ■un i� N�1 IMIuIH OR H ill, WIN 11 III "' IN MEMEM �}p/n'Swi9U 'SJCC-¢it'�411-x syrA � l.J iX�t PTK/G/S L.IJ (w'AJ W'S4fi-:IX-i\11}5 f0\¢�/J\IDS9iZV'CL\] a) C'++^O cwWlNc vIAN i E EVA WN - N IpiRONTAL: 'ERRCAa y � I e �--------- VISITING NIEJ '�`�\ I ' TW D 6• PR160 PNC FORCE i0 E (-PROPOSED S'; p36 MVO( co. � ,.• � .. J SiFEi C t0] s L --- - C 6EDN Y fON2 MAR E 9555614 i�PROPOSEo NLEt jt •. 1 REMOTE @ RLTNCE PRDPOND,LNT SfARNI It EWSWNO ,M0 TO sNEETs-tD3 _ , 3243 (OVAL W. 1N15 SNEEI) s M1LI ' Lf tQ• S1EEl'CASwW Ron ]246 244 324 _ BEN SA¢0� N �PwCRA4RY'IALtfIFK 6 •�','' ( M1 '.r A O DO aTSWE tuNAY `-PA0603EON SDR36'9RROIAT:'iWR:E ...' ` i B 2 ] „ NN 15 NjY NIEi �5DD.000D + g _ ._.- c--wssfi]9rT.sL •'R YCDr�LTONpRR+YAt�E ---' ,,, AREL �- h ------------------`-- h .q. a/D so3; - N ]SD+eP6.]P v s u T30W1< --------------- ttPW ) -___ ___,_..-._slxx23WY,11 xkAFLONLNE _"__----------. _5?SFi-- '1-'a- _ Y„'..'�------------------- IPROPOSED CARCXE ACCESS RMO ---------------------------------- n „ ..______.._..__..__-_ ------------------------------ _ __ --- - _ 3255 3250 & 3245 u 3240 - _. A 3235 3230 4 NO I LS: I. CDNTPACI. SWL FEED YENFY I=. AVD O w ALL UISPIM RTILI111E5 2 CDNTPACIOR SMALL COORDMTE WRN TD(AS OK CALL. FM LMB. i COL AND LEE ALL MEANS NECESSARY M LOCATE AND W — a.. uMIOES AS SNDWN ON TNR PW.1 AND AS MENTNIED M SRE S CONTRACTOR M "' RESPONA FOR TRAFFIC CONTROL WI _ CONTRACTOR SNLL w RESP ea FOR 1NE REPALR OF INY EMSTIND UTMY LM OAWOED AS A RESULT OF THIS A. PROJECT. MAL1 5. A LIPS SECRRIttWE WAIF I CATER E CON-BADGN1N WE AYY iWE CASE REMANS OPEN. ALL UNLESS A OOENTER ORS NONLaff. PLL PMRYRW+NN iCWRRw.In0. E �MNaFM ' W B. EMPLOYEE SMALL NOi BE AtLOWEO TO ENTER 1NE OOA LEGEND + �'f` �.,•. . —N— PROPOSED INLET LNE —w•—N—u— fPOPOSEO LLNN POKE Ex5DNC FENCE ".•RtnK•x! i TAMWAY SAFETY AREA RCMSRSRANO 92015 IY .._ .-- WATER IM �__ s ..-....___..._.. ENSTNO SANITARY SEWER LNE _ ''j�4Cq,,An'�L�1- Mjy�__ E%ISNW C OUR —SZA6— PROPOSED E MMA I I_1 RE 4— Lubbock Preston Smith 24' STIXiN OPANI 4tInternational Airport J I AIRFIELD DRAINAGE AND -. SAFETY MITIGATION ------------- IMPROVEMENTS 5 LUBBE=PFUM SAKI Kn9W7I0NAMNP= w 41ANC DDICLLLNBdW nOx WN.ECi W 9MSM INLET #1 6 FORCE MAIN #1 PLAN R PROFILE Ci-202 �... _...,_.,__.r. ....777P� ...fie :*335 Iof i _ roro ia» oo.0 wu Hwy ___.______________ _ -__ _ __-______ 6t3- ___ _ [era-___ - y _ -- — — o FPS:r 3Y� ! n AA __ _ __ __ ___-__�V . _____ ____�t � o, z ITj .______ ___ _____-_ Z - a --.-------------- �-----_-- _------------- ---E --------------- ------'- --- — _____- .._ _ _ __ __F ___ __ __ _ _ _ _ __ _ _' ___Y M N M N h N M N M tO.O OOlil L IIOLM'1 u I n el I e rr-� - _ - - -- --- - c -- v - 1 It - -- .. '---- - _- -- -_� y I 4 - . ------------ - ---------- r t_jy! ------------------------- - ---------- --------- -------------------- ---- -------- :1 s t.': - --------- I E Y.E rIa a i (i. Mtn Sif}<ya� 5i{. 3 ue t _ n w H ----------------------- { k is _} $ .n't. i s Ftl e 1 1 -- - _41 ,t { - 19 _1`4 1 I I I' [L 3 v I 1 ... �_ i i. eo. n }�'-n: s i . I V �-I.e• an,..s w E (•. v.. �.. ... _ �. � i a 0 r x r E �a �g 0 A v N N e7 N a J N M7 N a a e � �ztg , --- it I' 1 J 1 f• \ tl (II - - 1 — — —�rl -'— a - -- - i - � - - - - -- r li , ----------------- } lFP it s spt _ _ I • _ ; l _ _ _ _ - $ ' .5�i#, S s'1 •e.t . _._.i�- :s xr,. .. __ F_ z i3A tiu. a - __ __ .. __ -___- - z _______________.-________ ------------------------ . tOFOI�X�OW tIAL N�IVtI tOTD OYltl Lf10lYW ' M � h O M M 1. -E ._.:-.1-- 1-1— i `-' J`>_I '-'i t W I1, ,i In lM --- - ----------------------------------------- ------------------------------- -4 PRIM M FORCE kuX V ---------- ------------------------- - -------------------------- NOTES: WX 4 ME WCESS� M L=% ANDVER' nlnw vrkm 4 � w � PUN. I.E . S" S.C� � BE RE"SS.E FOR TRVM CONTROL 4. COWWW S� BE RCSE W RE � ANY E� OLRY URES 0AW= Z A RESMT W M 5. A M SECPMiYD UKWEE s L LLW WRSIRU lw GTE — ME LATE —S WE.. ALL Np B"w PERSONNEL, UNLESS A CWRPAO l WLMEE. S NM BE ALLONID >b EWER X ADA LEGEND PROPOSED KV ME PROPOSED FME WRI EXIV.0 PENCE W— S�6FIY Il1EA R-1 SWErf M&A EABNIC TER ME swSEWERE E.STNO CONTOUR wvm w" 4tLubbock Preston Smith International Airport AIRFIELD DRAINAGE AND SAFETY MITIGATION IMPROVEMENTS LU1811= PrAffM SWTH WERMAXIONAL AWPW ULAMOMT10" Au R1 FORCE MAIN a PLAN & PROFILE STA. 24+00 - STA. 34+00 C-205 W15 --------------- H L STONE— STREET T ------------------------- 10 — ----------- PROPOSED MOC �CCESS (CEF. W/C NOTES: ------------------------------ (SEE 1. CONTRN= S� rM LOCATKFN AND DEN. 01 All E.ST04 0LBITES DEC, C�O� � COORWMTE WH FEW ONE � Fµ UW&=ANDUSEA.LMVM4SNRCfSS—ML000DE 4. ONE 76 --------------------------- M IDENPFY E�W WILITES AS �N ON lTQS P� E ----------- AND 4 �1110 ON Sff ---------- --- ---- ------ 3. CONTRACTOR SHALL BE RESPONSIBLE FOR TRAFFIC CONTROL PROPOSED .."Sv�' P.'. M " W 4. CONTRACTOR SftL BE RESPONSIBLE THE REPAIR OF FORCE N ------------ 'PME Lee SE URRY—ED EMPLOYEE � MMN CONSTRUCTINN WE ANY TIME DATE REMAINS WEN, ALL NON-SADGED PERSONNEL UNLESS A CONTRAC3ORS EWUOYEE. SNJu. NOT BE ALUMD TO ENTER THE PG LEGEND PROP= WUC 12 —1— PROPOSED PBV UME PDOM FENCE ROPOSED FORCE NUN 95a,56151, TMW SAFETY AM RUM, SNFE, AREA EMSTING WlER LNE COSTING WMW SEVER UNE E:DS,w CONTOUR15 SENCR ILOM-E M —.6— PROPOSED, COMODBUR �921 M756.62 11.4; bo— ft�W • PN- 92015 4tLubbock Preston Smith international Airport AIRFIELD DRAINAGE AND SAFETY MITIGATION IMPROVEMENTS LUBSOCK MUM smn KnORKAMONALMMIM 7 OLRsnp —O-C— FORCE MAIN #2 STA. 34+00 - STA. 38+71.13 & INLET #2 PLAN & PROFILE C-206 C IF. ly PROPOSED INLR _ -. I �..:®. ..,y_-,nn+��.. ;c 'en_ __�.:�a-:Ji.fC.`;N4LZ5•"�r _- E. SrONENILI SIRER^p _ _ ". ----.� __ ----- -9RR tlBYIE-Vf .� x)-k6f -- I S:� -•mom- _ __-___ _____ ___ _ 1 I ___ __-__ b__.__..._ .. - .. --_ _____ _____.�_7�3__ .___ ____ I� 1 PRDPOSED,GFrsfarwx I= •-.._..-.. , : \ I (SEE SxF�R C_5D2) ,.--..-_., - - -- --__ _ya•I�_-_-_-= E - 959115.99 ______________________________ _^ - - _- ---_ --_-___-_- -- ,� ` �/ •./ ___ (�� I ��''^^P�NR9 164N�6 WAVIiY WLR LINT``` ,-- ' U 1 (' S9iE SXEETC_pE) I' - REPIKE CxwNR xtT•E,ATpN" AS SPECFlED % SERUDx OM10 PROPOSE6-17 (SNER c-JC�) MAIL CNWNEL \ E 959)55.1) 3344 —� 32 33 p) 'tl 11W J 3Y L 4 DFWLECE c—EL DANNACE CNxNNEt _-� - ---!. ;at�a%7JD�t-I •)9 xLET)70390w _.--•--..~_H'` - --- - WDRDIN01E WIfN 18B DN nN4. g9PDSK �I- '\ •. `�E 95969J.40 E - 95B]}&ri S� --- « '• •` Xl • .;].4 _____ _ _ _ LOWDON FOR EXCAVATED IAATIBIL - ------------ --== -=--= e=3e e -- ...- ==- ----- NOTES: ' -`, �y • -_---------'_"_-----_----^- \ \. caxIRARDR slaw FIFAD vER%� Loarwx Iwo-DEeTx of `.� \\�,3' \�`._..�_ ...�.......___.-__'_-. 1. COr COORO%ATE-14T ONF,GLL, FAE - ___- :., 168. k IXq A,q USE ALL IWNS A LOGTE ` .______-_-_- AVD MENRRt EXISUxG U11UT1E5 AS 00j�( tla5 PLW - c �NLRYD IiE REP I iK RE _.�• -. ' II y =�--` JP9g7fpJECt�6%SONG VT41tt LINES A9 A RESULT �fIF THIS - p se A L6B 9ECURRY-MPRDYED ENPW'EE, WY K \LONSTRUCM. WR AN' iWE WTE )OPCN.'!.L IAX /I - 'P NON-gWCEO PERSONNEL UNLE56 M WsI� ENPLDYEE, SiW1 NDi NWxED RO ENTER iNE /+>A I iw 61 DEPOSIT EXCAMON SPOIlS ONDE�iE5510N IAN AREAS NCR: / i LEGEND � vERrru�,' u,. -r :ROPM INLET L E \� \ FORCE AVY! \ EXR19iD FM SIfEVIY RUAEAY Swm A -^— EXKRNO WATER LWE -.-...__. _...m ERISiRW SkAT SEWER UK EXISTWD CONCUR —321E— PROPOSED cONTDUR I 3255 _ — 3255 - - � 3250 1 I 3245 44 3240 — rtrp D -- — j 3240 3235 — - : - - — — — 3235 s q Vnpil.lnYNfOWO/. p,v. '. ImA OImMCANF[h . %m-a .xf -i�$ u,'siiowua �: �9PDi5 4tLubbock Preston Smith international Airport AIRFIELD DRAINAGE AND SAFETY MMGATION IMPROVEMENTS LUBBOCK Pfrzm BMnK 9 11 �' II -� R, IXVEr,Lum9Dl '- FPRdtI,Ik RRSRf DRAINAGE CHANNEL #2 PLAN 3 PROFILE STA. -1+00 - STA:11+00 C-207 W-. HORCM& WRYKA: NOTES: LO l. — DEPTH DP 2. CONTTP�R S� �`E me C" W, '. , , AND USE RUL � NECESSARY 70 LOCATE MD JOEHTJ� —YOUTI. SmMHOR.S" .0 , 0 OH SON: 4. KK REMS=LaE FFORR =ERERACRW � UWNG UTkOY UHES DAWED 4 A RESULT OF THS RRSUEET, 5. A LOB =RTY-APPROKO EMPLOYEE S� MAN WM5TRUCTKNR WE ANY THC WE REMAINS OK. ALL NON-80GED PERSONNEI., UNLESS A �=S EMPLOYEE. � NOT SE ON TO ENTER THE MIR 6 DEPOSTT D=.TOH SPOU ON DEPRESM LO. ARM LEGEND PROPOSED NUET U PROPOSED FORM MUN MTR* FENCE SAFETY ARFA qA-- RUNWAY SMFM WATER UNE S—ARY SEMVR LINE OTHTOUR —32— PROPOSED CONTOUR 4tLubbock Preston Smith International Airport AIRFIELD DRAINAGE AND SAFETY MMGA'nON IMPROVEMENTS Uxw= PPJMM smrrw MTlWTKM& #JFWOFrr UJIMOM7was MO MR RSWPtDu DRAINAGE CHANNEL #2 PLAN & PROFILE STA. 11 +00 - STA. 13+00 C-208 7=1 PH= 7-7 7-7 77 ---------- T IIf . E 84yt f•cU rN wu-�c<�,: »c.x,�¢nQcsw.Vwt�-. a� n -a- -rmMam.�7 I � III I i E_3- I I L 1 J ti ra r r.• rx r i rr Dt uFr STATION 2 PIAN vow ma r.e n :emu n W4 4 y A! & STAnaI 12 1 1 2 ---------------------- aI soma .wv gLIFf STATION i2 SITE PLAN NOTE: ..0 S.cves, � m i woes we tpna MIFLS IDpRD N M DOW mm M S H .Fi]lRl MiCp ND MO( 114'4'iS! f,SlVl143 o-. 4tLubbock Preston Smith international Airport AIRFIELD DRNNAOE AND SAFETY wMATION IMPROVEMENTS UANKMPFON MSWIN M MVLUK MKANVXW tuaIOM TUAS 4 i �u Q _�_ bK.Rf x0 MR OOWb R�/0 TI6iLL�]Y 111iG1 C W06W LIT STATION /2 DETALS C-602 r—. r--- I— r----- I I i C•—'� "--,•-1 •—� �--�� r---'1 ^"", '--'� DI I Mmr Dl AN6CHORAGE FOR QUARTER BEND rT� �. rmDDIODrEDNEr � eta aomo s®®m A ar PARE -y M svrE Ilia a M N.ill uED MDE 3 _ DOMCR[ MUSE NN Iaa.NE xaa e� AY,iE b ILL Fo Na � rE[ WIAI NE NAsaC CAfare m EDDI ANCHOR!# FOR 46 BEND D2,� s�E D1a[0 (IOGE. ONDE � a'mv° a Isso - — �°1QAp1 ,• A r DWI sra fear . aoo,O g,- rya• a ram' is (rasa r-au e�.�cyfn,n� Da sMm Noa SECT ANCHORAGE FOR TEE THRUST BLOCK ION DETAIL AIR RELEASE VALVE DETAIL C1 Io maE C2 In,a< C4 nsaE NA'-6' wDl rRvAl CC Kwz z-H ava A•_o• o.w Mn W CMCRETE n+rlN c )/A' CIMI.EN ,'-o' reeouCls a AWRJ✓m [DIME • ra alIDES rAf 91DQM SIIFEi C30 COMIn CIDM ro OAfM -'- - --- N-"- " I-/1 avt5 . t MILL .as . u• on b e' cAwE eIs coos£ waMMt wlsauNA larrwn DE.o, rN. gaou I r A � I -H ewa r Ayaiiu r(.KfI D-4100 s a Ds. I I A-C • CavlCrm SE.c.oC u m MON.Y DD1 r-a' qgg NOII .raDu $& PLAN NA Q�I rvri s' caasrc uv Nmuo Nrcr srnucnax HEADWALL SECTION CALK:HE BASE gym ro a a - a000 rs M/ ar B 1 ,D >G[D; B2 .D DOM! NDai �•...e,. aaNMs vruE eE asT H M NUDII MIDlrO M RE MD A A NNM tt' ABDE M 10r rx [ N1 Or[I.Ic. rYr a� LFD eEew . w a Y a M IP[ PNE ff aRELLY VlI® 6Y x.0. M woNt E1al 9a a MET �Ina,/fI[ to SNML ff tCOff AP SOl a1 fMILY OWED CNKK. � a CC16FA .A'Mr eG/llr OAaNC WD]E 100¢ a M.9 CII.OS INLm M11I Y A'0 SWLL A ff MpmY mincrm NN ,[arNCa a Irw rNes A NpaM 7 E a x NR Mo NaDLL Nu[,x SINE ff DA11FB Darn, oleo run, eorroM N M EacaID rrt t7 ,S � a � auit l�m,ue�aar wa � tnw M a055WS. 9NL ff dOCUm IBM tDaE E1G.p0m W1pNt N A r OYDW 0D9 vmswu � l+w°DmsLm - wa o s �m m�rol.[ alms (.AaEwe 6 a.ADOU. vwla nmoN: m N1ER crNc 6 IOr NIDYm AS A RIIiA10M IEM0. — 1000 rsx uNIIr IaMDN�M. D w ,NN.N ascxEo Poe A 16-A to,"" 2REWCAA M KV WD"9w BE DKV CDUEO ro MNMU CameAll a THE Doerr sea vwE ff rararm a�a (Mar >ro Im ra DAaI —- f aft �v trt MA tt9Nlm A M oTr a tmoa ram MN6 `u• � FRONT NEW 3 FORCE MAIN TRENCH DETAIL STORM WATER INLET DETAL o c.E {4 ro 1 �:w -- • i I 2 I 3 I 4 I 5 ..I....nI.,.OaapN. N. �� 92015 <ccxD Id'al4 4tLubbock Preston Smith intemetional Airport AM 44W DRAINAGE AND SAFETY MTMKiATION 0690vEMENTS LUBBOCK PFEMM SMrM wn9KOWMAMPOm uNIM Tmus _—i to D,M aao�e � a..o NI[9tNi6 woe n TM.ar MrNSCEU ANEOUS MAU C-503 v =_ _ _ ----- - , r r , I I I �—-------- _..__-__---_ ,. ------ _-_-- --` - -- __ ;' - ---- --- - ___.___ _ - f---------------z -------------- NOTES: :• . COMRACTOR SMALL FlELD VERIFY LDCATmN .0 DEPM OF VOR Un CD D. CONTMCTOR SHALL COORDI NATETENM ONE CAt4 GM, AN LOB. @ COL D USE A1L MEANSS MCESSARY TO LOGTE —a EAlsnxc unLrErcs As SHOWN a+ M6 PLAN LEGEND N AND 0 SRE ^ M ICEN1110 1. COMRACTOR SMALL K RESPONSIBLE FOR T E REPAIR OG PROPOEED INLET ONE W ENISTWO U IUW LINES D—GED M A -ULT IX MIS ` PRCPOSD [GXCE MNN a. A LBO SECURITY-APPRWEO EMPLOYEE SWLL NUN I'ENCE CONSMUCTION GATE ANY TAME DATE REMMNS OPEN. ALL __WC, ARFA NON-&mCED PERSONNEL UNLESS A CONTRACTOR'S RUN'MY SWEV AKA EMPL . SVALL NDT BE ALLON£D TO MR ME AOA ------ a �••••^•�� - ERSRRC WATER LINE THE PROPOSCO ORDUND BE -d ----- E%ISTRU SMlBIAY SEINER LN1E 5. UNDER NO CUEUW"E SMALL IRONER THAN ME DONO OR PROPOSED CULVERTS 32a;; ••---_ ENISIWC COMOUR B &TERMAX FOR C�wNRNElMM2. —02N-- WIOP040 CONTOUR IS REQUIRED fOR ALL WE LUMP MTERNATE Al POLL INCLUDE NPPROMWAtELY 151000 a„. OG oUERIOfUL CT TD BE RELOCATED IN SAYE DEPRESSION, 11 ■ ■ W.pNR,.mM.oRRP.r,Ns .. 5,m-N5 iN t 92015 �� 4tLubbock Preston Smith International Airport AIRFIELD DRAINAGE AND SAFETY MITIGATION IMPROVEMENTS LUBBOGK PNEBTON SMRN BtriMMONAANUMM �9 I` N:AM rww s� A xp IMm OEWNMNNxW ST pn¢: WfwOPt PtluFCt ND RM5% ADDITIVE ALTERNATE DRAINAGE GRADING C-701 ADDITIVE ALTERNATE 1 RISER DAGRAM — LS#2 t. w sac 1 pE,ilO ,3/SN. } yyq'! R118P.R /IICLC /ODlpt 1ETOO5 EOIMY4R NI M IC.111111.1 3 ]O4�}. IqN X GSCO/Etr, ilOr AT 1M s rv, om,vac srtv iv. nwvaeim mer oau : m/aa we nwa xi onr� nwmoua oom we tu,ottx rrwma V � i s �•na norc , sn /1• oaua, wmc[ ...vim-aaw ww wo urtw m M aoiac LIFT STATION #2 PLANJ MA LOGVgM U CI�TAL t0/3[M NUM I ! i 1( SIC « i ,/.• 00.R. llpR 11EUIIK-pOJNO S10 /O R,f1O m M 4A010«C .W6,D4[a Sro � ���VYYJIJIJ( W-ft00E 1510� eo drc ,.rc sm-w nu«smwo,. I � � e (s)-la wrtx m cau wcar 1 j ♦` t p +c. t IDGtq. Of tiT f3n,G11 q, t. I � � � F \ro ® PFA-SLZED GRIM TM a w. Rn wvs twrzcim m ` ,must ca[c�sr mwcarir vuu aar swn ro vwa. /s vu� eox yr svin I �=----==-- CONCRETE PULL BOX DETAIL "M Cl LI STATION 2 ELECTRICAL PLAN M°90C jI RISER DIAGRAM — LS#1 y 14 ' uanr «aca ,noec sw¢roris. 1 �• � � .. i (Iil, MIG . , NF Q9 M Y G910.11. g � �� I j 1 Ncw IR eoy�r suoz w,cem. � u a xvt ! l - I " 5 4 ,mac anloc n[rnau Np��. mpD m Mu EI /�' i I' mot cowv cuo wato aix , I sm w nn'� LFr STATION # 1 PLAN � ! �,•, .—�I I I'i �.% gypq Iro l� /�% � ! I. Y'in°m.o' 'w �ow.a�mo —i ,••� ./�a r-a j, I ago anw pm ,. Sao. t � � I '�' ( -- RAcic DETAIL Al LIFT STATION #1 LAYOUT 1 ? 3 4 5 Lubbock Preston Smith International Airport AIIRFIELD DRAINAGE AND SAFETY MITIGATION NEMENTS LUBBOCK weata+ SMITH INTISINAnONALAN m LuBSOM7EVA 4' t n act" xun+wx � ELECTRICAL LAYOUT PLAN E-101