Loading...
HomeMy WebLinkAboutResolution - 2010-R0577 - Contract 9752 Thyssenkupp Airport Systems, Inc. ITB 10-139-DD - 11_15_2010 (5)Resolution No. 2010-RO577 November 15, 2010 Item No. 5.15 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 9752 for passenger boarding bridges and emergency generator at Lubbock Preston Smith International Airport per ITB 10-139-DD, by and between the City of Lubbock and Thyssenkrupp Airport Systems, Inc. of Ft Worth, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on November 15, 2010 TOM MARTIN, MAYOR ATTEST: *0 -a Reecc"'eaGarza, City Secretary AS TO CONTENT: A/It Director of Avi APPROVED AS TO FO Assistant City Attorney vw: ccdocs RES. Contract-Thyssenkrupp November 2, 2010 - -- - - - --: ---Z '---- .-- _.- ._ -�--- ,--- ---�, _��I—­-- - � , - - - --,--- - -, --��, -� - ,.- - � --- -i -- - --- - ---� ---.I--� _-- �X ----I,- �5_ ------ ,. -1-,--- �----- ,-- ------- -. ,-.�. ----- - -, ----- -- -- --�.�I , ft--- -- ---- -. ---- ,-------- --- ,.��� �--�- _-- ,-- --- -�----�-----_-�I -�--- -_- ' ---.- ._- -.- -------,,-,- :- - - . - -z ----, FL'r' 3�� J .RJR - s--= - - - O' - _- -- -I - - - -- _ - --- 1-�--- A --� -� -. -,----: _- -- �- - -� - ,_—.- --�­-- � ,.--- --- -- - ----'- --.-- - ---- - 0 -----I o-,1,�----- -----_ 7-- ----- _------- �--,- _---- --- --- --�- �,-�� - - _ -,�I- - � -�'-,,-�-, -�-I - , _- -I-1- r-- �.":I,f--,- - - --�-------�- I- �., - ����- �_- � :� --- � - ---- -�- -----:------ --- ,--.- -- - - ------ ­---.------ -- -- ,� ---�-, -- � -- -I-,�-- 1`-- � --- -7- --- - I -- �4- -- .----- .-�--�-_----_--�-�- -- �, : -- - -_ �--� - - ----_-- ��- -_--�--,- -- .-- �- - --.. �--- - ---� -�-- -:- ----- --- L_----- -"--�-7-------, --I-�------- -, - - �- -- ---� ---; : -------�-----� �-----.�� -�-- -_ -�---.----, -�- --�- - �----- -----�- -- __.- ---_I -,--- -�-:--- -- - ,I-- --- _ - _ f- tiYw/-- - 6-- - -�. - --; - --_---- --- -�-- -.- _- ---�--�,-- ---�-- -- - -- ,--A ---,-----_--- -----1 .--� --- -�--,- -.:- ---.. � . - -- ..----:--- --- - -------.- �-- -- ,---- .-1 I--- ---_� -- .----.----�z,-- - �-, ------- --.l -.1--�-,----- .-- -I- -�-------- -�---1 - !�-- � -- ----� I--- -- - --. ----­-_-,---:-- - - - -.----, f,.. ------- T------------- - �------- -I- �- ----I -- .- I- -- -------,:----i- ------ - ---- ----- -I, -------,- --,-.-W --`----- -,� ---o -.-- -- -- ----:_-z7-- - ---------;� - � -:---' -----,'l-- ---���- ----�-i------.-z�--,- . - ;---, -._- -- ----- -- -.-"-----,- ---� --- - - -- _--- .----- - , - ----- - - - "-iV --_- - _- -- - -,- -I----_ 1-_---,-,-- --- ---j-�;-- .,--.--- -- -- -- 1--- -�--- --.--�_- :-rVi,,I -.'-�--m -- -- --,-- �-� -.. --- -- ---- �- . - - - - - ' ,---�- -7- ----- ----_ ---- - ,tip ' - - * � -� � -r,!- - -1 - - A ,' _. i V - - - _ - _ - • - '.4 �` - CITY OF LUBBOCK - " - _ SP - CIFICATIONS FOR _ _ - . - =- : ; -. - -; _ - Y .1 -_ 5- . 'I'SI�It 1�GFA1I,II$IIDG AI�i EMERGEPTCIf`GfiE!3AT07[d �----- � � �--'- ------ -_- L. IIB-BOC-K rR-E MCA i SI��TII4NTERNAT-ONA�.. �i;Ifl lE'Q%itT ' s m C-------.- ��-. , --,- . --- � -- - - - -- -- - I- -1 --;-- ------- -- -- z -- - --- � _ - - 1. - - � - , -- , - , � ' - --m ---- -- --�- --M--- ,-�- �----- ----..--.-- -:---�- - - -�� � .-. ,- �-I- -- -- ---- �--- z- - -� --r _- ----- -:-I- ----!--- :-----"-- ---- - - - - -- � - n& Sped Ications �r�ay obtained from t - � - - - � � I�- -- - ---,- - - - - Plai''_ -� -: a-- --?,---� ---- -­­ -.,,-�-.-�- -, -- --- s---4 --,-- ,,-_- --- -�------- ,- --- -f--- -: ----* ---- ---I --- --------:- -��- --�- ------ -- --- -1_----- ---,.--- ---,�- ---,-�.-- :�-.. --- -- -��-, ------; --- ---- -! -`--,- --- -�--- >v ----�- --- --�- - - - - - -- -MPA.NY' - -- -- ---- ,-- --- -- ---I ----- -- -- --,�- �-: --,-- --:--- --.- THE REPROI;litTION,C--_-�-, -.-- .----.- -,- ­--, _ - �- ---�,-- - - - X -- --- �----- ----_-- -- ----- -----:--, - �-- I-- -- - -- - �-- -- -- ,- At , V ther�vroduc,t - ompany tom/--: -�-- ,-- ----- --..----,�-- �--- ;- -- --- -�I -:�, -1 ----, _------- -' ---- ---- ------- -�- ---, :- ---- -- ,-�----- �-I- ��-----a� --- --- - --- -- , -- . - �- � - --- -.- -- '- ,- --�-- -- --S ------ ---,, -[ -- -- ,---�- --�`,T: --,t-�- '-�- -�--- ------- �I'- --�----- .- - - -. ,--- ,�­- --- --- - - - -- -- -- - .-- - : - -. , - Rhone - - I - .763.7770 -�--- - - --- --- - - ---�--- ,-- ---- --- ---- -� -- -- - I-" -�- - - . , -- ---- . -- --- , �--� -: -. --i -- --- --- :---- --�---- -. ----- -, -,,- -- -- --,� --� ---------:--,- �,:-- _---,-- -­_-- �-- --�- -- -,- -: -- -- -- -- -- -:,� -,-- -1 -----" --- -�------ --_-i---- -- -- -- _:-_I- -�- --,---.- '--... I--- -i.--:-- _-I--1 --I----.:- --�.- I -.-----�., �-�_-,- - -- _-- ;---- -��-- ---- ---- �-Q ---�- --,------ ----- ---!-� , -- ;---I.- -L- ----- -.- --- -- .-,, -�--- -a-e-, �---- '- �--, --_-- -----I --- _---" .� _�:- � - - ------- - I- , -- -- -- �_- -,�� - -- - --- --, -- - `- - -m - ---, -- ��_- -- -------- --- --,- P--,mI- ---- ,---- __--i- �----- ---- ,-- :-- ------:--- ---- -- -!-- !- --------­.-_ ,,-, -- ---5, --- ,-. -.------- --- ---- --_--- ------- _-- �----- -------- -- -7--- _----:--- -- ---� --, -----�- --�-. .-----, ---�---- --.---.I-- ---,-4-- -"�-�- ----,- ---:- --.. --,-- --I --- I-- :-- _-- -.- - ---,-�- ,,- - ------ :--- .- -----.. ---- �-, ,-- ,--- ----- --I-� -�---- -- -� -- � ­ - ----- - -, - - :� � -- - - - - - -, -�- - _- - -_ - -- -- �-- - - -- I -- _ -- - - �� -- - - ---- .. -4- - --_- --- -, -1 ---- -_- ---_ ------ --- -�.- ----� ---,.- -- _-- --:-- -:-- -- --- �- ------,-�--� :--- -�-7 --�- -,-.- I--- -:�- I.--- II-.---- -- .-:� --,- -_-- ----: --� _-�. 1--- ,- ----- -- ----:--- ----- --�-�-- ------- --� -- -----,- �-:- I�- m�,----- �--- -,--- �-- :--I ,-- '--� -`-,- --.-- -_;----�. --- - -J ---- -- ------ I--, -- - - -- - .-- - , -- --� ----� - ---- ,-- -�-- --- - -;; -- -. ,- -. �,.-: -- -,- --- ---- --- 1`_- -- Z-� �----- -� ---- �- --- ,---- --I�- -- �-- �,--.- -- ---- _-,- -�- I - ., -- -�I :---- -- .,: , :-----. ---� -,-, --- -I ,�-,- .�--,- -- -..- -.-----:-,- '�-- -,--- --�,-w--.-- --- �- 1- 1 1-, -- ---:-�-- -, - - - - $_ - -..---- ---.- --� � - --- - -t - - ----- -- --:-�- -----� --- -- --- �.- .-- --�- -- ,�--------' -I�----,.-, --- -- -- --- -- --- ---- :-,-- -.-. -- ,�-�o ----- -- ---- --- -- --�- �-- -----. --I --- --'�-- ,-- ---- --��-- -- ----- --_- ---- -_ -Nn -�I-- ----� �,,--,­� - - . 1= -- - , ��- �- ,- ¢= I;-- -- -� ,I --- -- -� --- ------ --- --_---I-� - -------� --- - --.- ,--,,-�--, -.-, �- ,--- -- ---: �------� -� - -- � - � , - -:- ----I , � - -- � �-- - ; _- -- �m- -.- -e -- --- _- ,--- - -- ----�---� -- -- -- -- 1-- --- �-- ,---..- ---- I-----_-: ,- -I ------.-- -- -- -- :- -- -- --_-�------- '--- -:.- --- ��-,- -, ---- --�---- -/---� --- �..--_ ---,- '.--, -.--- ,--- -_-� -----, --�--,�-- 0-� -- - - ---- --- -- �--.-- Z.-- -- ---1-� - , -- - - - � . , - --'--- - c - •- - I �� -- -- - ---.-. , '- �-m -- - -- -.--- ,,,,,-- -� ----7-.,- -: �,,- -- --- -- --- �--- -- -- ---� ---- --- -�---- --- ---� - - - �---- ,� �- -- �-�- --- �--, �--7, --- ,- ----�- - - -z- tN �-_I. -- ---- -:'---W.--f----,,--�I -- :'`--: ---:-.-- --.- -:-.- -- b� ----- .------1 -,----I-,--- -- - . , -, � -- ;_- . - ,I- - ---- - -- - -- - I - - - - ---- - I �- :- - - - - - ( - -� -- - ---- - - - -- -, -- --- --�- --- --:" -- ---- .-1 -- --�- --- ----- �--- --- --_ -- :---� -- --.-� --- _----,-.-- --- -- ---- -.- -,- -1 -�---- --- --�---�-- -.. -,--m.- ----- ,.-- --.,� ------ .- -_ -- - - - - - --- - -�_- -- -- -1. --� ----- -, -z ---- - ---- --- ---- --I- ---�-.---- -- o--�'_ _-------- - ---- y � -- -, - - --- ,-:-- -- ---- I- --- :--�-_? .:. -- -- --------- ---'�---- ----�1 -------- _----I - , --. - - --- - -- 4 - -- ' - � - -: -- � -- s � �- :: :-- - � - - I. - - - -z - -----I-- - -- --- -,- I-- .,-- �- �-- -- -- -�,- ,- ---Y---� -- ---.- -- :--, ----- -�- I----:-- ,-. '�, �--� -._-- -g - - , , --. I e - .- , --, . - -- --: -.- ---- --,- -I� m:�-----,---- ---. --- �- �- ---:---l_ -:fI---� --�-- --_-I- --­--i -. ----, ---:--- --,�-� -------- -----, --- -,- - - - -- ; I --�--- � -- -� — � � .- - � - - - . �- �-, I- � . - -- . _ - - - - - - -'-- - -_- , - - --- --- -- - - -- - I-- ._. _ - -'-I-- -: -- � ---� --- ---- ,I - -,- -- �- - - -�-- ,- - - -� ---------- -:-- -- .-----_:- .- _- -� --- -- ---- :� -.---- -� --_. -- --�--------�-- ��- --�,,- ----�- --ri --- -:- -- ---- -.-,-, �-, -- -- --� ---- ---.-- I_-- -- -,.�- ,- ---- -� ---i, 1-- ---.- --- -.-:-- .-_-0:--- -- --- ---II,--- ---. --�--- --- - --1--� --.--- --- -�- --.- ----- - - - -� - --z — -:--- ---, -- -- -- --- -- -_- .- --: -"-, -� --- -�-�- -- -- -----' .�---- ---:--- -­-- ---.--.-- �-:---1- �--I -1�--�-_ �,-�� - ..-_---- - -- -.- - --- - - - � - - I -I. - - 7 - ,� -------- � I -- -- ,1 - -� -- - -,- _ - -- - - - -j � - - . -- - -; - � - - �- - - - - - - �- - . ,- -1 - - -n -- -I - � - ; - -� - --- I�- .� --_ -- - --, -- .-- :.- . -- - - - ---,- ---- - - - - � - -- . -- - -- - --: �- .-- -- -: -.-�- -. -,-:-- ,- .- .-,- �- --- -- �:- --_- -! -,�-- .---. �,,- �-- .. -.- ­-: ,-_� -: -` ----- -,.- ": ,- -� -- --�- --- I--- -:- --�-- --, -- --- --- ---., ----- --- --I- --,-�_-�-.-C-,� -:-- ----- ---K,- -:--- ----_----�� -,---�-- ------_--- "" -- -, ----- -_ -- -- - - � ---. -- - -- - -- -, -- ----- ----. -1- --� ,- �'.-----_�-I --- :- --- ---�---..,. ---..1m' -,�-r -- -�-�_' -�.- --- --,--� :---�- .,---.l- ---� ��.-_- -�i�-------�-- -�-�-,'.-� --- :,--, ------ -.---�--I ----�-1---� , - - , - - - -_�- � . .�� - --- - � - . . � �� - �:-- - - --I- - - -, ,- - -- - .�-- ,.- -- - - - =- - ---.- -�- -- :- -- --- .. - - -Z-----� , : �-_� --- ,�- -,. ,,-----1 1 - , --— , , . ----- - ---z . -- -- -_- -- . - - - .- ----- --� - I' - - � -: �� - ,� -- 1-- - ---- --�-- ,� --- -,- �-I:- -- -- --I -I --,--m: �-- -- -� -� .�- ---- -- -; -.-" .�, --- ---- --I ------------ -- -. ---- -� -: ,, �--- -:---.-, ------ -' ---,,, --I -I -- ----. ---- ------- ---- -.--z---- .�,-,�- ---- -- -'---I--z -' --,-----,-- -.----,-,- --- -� --- , - - - , -- �,-� - -- --- �--.--..-- -- .� ---- .---- -,-- �--,-_ ,- :-------,I------ :I-- -,-� ::- --�: ----- I--- --I,: ,- .--:_-1- .--, .---- -�:---- --_--- --.-- .---,---.,_- -�-_-- ----� -�-�,- ,---�- ----- �-,- �--_-�--�-­ :----? .----- ,-----.--- .- -��-_ -�,-- -"--: -. �- - - - ,-- - - - — I � - - . - - - , - - - `�� - . -- - - --- -- - ,-- , - - - - � - - -- -,-- - - ,- -- .- - - - - _- - , I - - - - � - : - - -- .-- - - - .- .�- - . - - � :--- --- - -- --�-,- �-- -. -I ,- -� -- �- --. -- --- ,-. --- ;-� ��- -- -. ----- ---- .- ---- --�:--- -,.�I---------- -- ��, -- -.-- -- -------:- -..-.---- �: -�-- -�-- -�----- .'----l- ..--- -I- -' - - .- ----- -- L------ �-. ---- --, --- ---� ----- �-.�--- --1--- .--- ----- ,�-- ---- -- ---._7- �-� �----' :- --._- --.- -.----.- -_-�--- .----- - i---- 1�---I ,------ --.--_ ---- --I-_: :- -,--,'- -�-�., --,. -.---- -- .----- ,�---- --. s -i -- --- - , - - ---- --- - � , - - - -.-:-z�-� - ---.- ..; - - -- � -- �.----,-.- I - � - -a1- .-, ----1 - - --�� ,: � " -- ,- �- --" -.-- -- :------,-- -_ _---- -- �- -- �- ,-�_ -- .-- ." -I-- �--- ----- �-_- -. _- .--� ---- .-, ,-- --- -�---,- -----�,---- ------�-- ----- - �_®NTRACT - ' .- -- -- ---, �,---- ,-- ---��--- --_--., ,-� -I,- .-,- ---- ,-�-'- --�-.---, ---- �--:- ---- ---­ �- ��--- -- I-� �--- -- ----- -�---: -�-.-.- -��-- ..-- .---- -�--- �-, --1- C---- - --I --- - - I- -- , ---- . �-- A?1'AID.RAT1N; -, - : � ---- ,, _-1 :- , = - �--- -�- - -� - - --- -- ----;----;- - -- -. �,-- --- --:- -: -- --- -,- �- �- -: -m------- :-�.-:- �--- �---- -r-. --,-. --- -,-- -------_- L---Y- --�--�- -,I - -` - __ ---- :--I- ,---� Z. -, --- ---: :--- -:---- --_-- ---I ----- I-- -�:-- .--,-- -- --�- �- - ---- ---- �- --,-m- -, -- -- -�-- .-- _�-- '--,--�--- ---:,- --I �- -.-_- ---- -.-,_- ---�-_-, .�-- 1 - - --'- -.� - - - , - : - - I - 1 z-�- -.----- -- - 1-_I I�- �4- m - - -- ,- I --- ---- -- .- - - - -�- ; " -- - - �- -.I --_. -�- - - -1. -. ._-. -, .-I-. :I -- -- --�-:- -:- -- -_-- ---: I-��- ----- �-- �--.-_ --II,- --.-- -- -_-,- - -- -- - -,- --- --�, -1 -I- --- �-,--j---- -_------ .---- -�-- --_---.�- ,­- --, ---_�I-- --,1-�- --',-_-I----.- --- ------ ----. ----. �--.- -- ---:�- ---- .-�,- -,---- _�-_'-- ---- ----, -- -- �- --- ,.�-- --�� -- -- -_-:- ----- -_:-- -- ,----- -�.--; I---1 - ---' -.----- ---- -I----- ---� I-.� --"- -,---:- -� . .. . - ,I --- � , .-_� , - .-- _-- :- -'. -- -- -I -- � - - - � - ------ - --, - :- - - ---;-- . . - - -�: --�- - - - ' - . - -- ---- . - -- � -- -_- -.,- ---.- -�.� -.- ----i, -- �-- : - - -- -- -- ,---,----- .-----?:- --- ------� ----�-,-�--- -_� -I�. :---- --I.- -_�0.. .�-- -- --- -. ---- �- -t-- ----�---��--'-�1:�- -- - NG A �.�0 T112-- T M N 1VIE C.ON TRACT IPRI PARED IBY. ;PUItOWI N N:, � A AGE NT ®.FFICE � _ ---- - - - ---, - - '3 - - - - - - -- -- ---_ ,,-�.-- A��v -- �---�-,-5,---�- -" --. -- i � --�- -�-- --.--- -,_-.-- -------� ------ ��--,--- :-- ----- --- --�--�--: --!--- ------ m----- --,-1I ---- -------- ----- .----- �---- --, -- -�---I- -- -. --f----'-:--1- -- -- ---- :--�- ---_ -� --,--- �- -,---�- -- -- -.-- ---: --- ----- --.--- -0 -­- --I- . -,- - - - - - - - - -- : -.--,-- � -�-, � -- . } H .-------- - ----- -- -,� �---- _-_-- -.---------. -.- --: --. -- - � ---�-: -.-,-, I- - - 1"�- -I- -.- --- �-��-- :-,- --�- --''. I---. �--I-----� --,-�------� -,---�� m--�-- --- -.. -- -, .- -.-,-- -- ,-�- --,- ---' -- -- ---- ---.�..- .- -.-� - - - -- , -.-, - - � - - - �- - .. - �.� Z, _--_�- . - -, - ---- -- --, -- 1.-- � -,-- -:- - - -- - -- ----:�.� -----.- -. . �-�- -- ,. - --.---.-- - -- - ----- ---- - ---- :- - --- -- -� -- --.: -- , I , � - - -� - - - -- --- -, - v,j � - �- - ---,- - V - ,-- - - - ---- --- -�--- -,-.., -�I -- I---� -: - --I --- -.--- - -.- --_------ --1 - -- --.- - -- I - : - - - - -.- -- .1 . - . - ", -, - --- - - -- -: � - -.-- - - - -�� - - .- - . - , - __- - - -- - - - - - I - - -, -- - , - - -- - -- - - - -- . -- -- - -- - - - --- --: -- - - - - -- --- ---��-- � ------.--:'--- , � -,- -,- --' ---, - . -- -- I-- I--_- -- -_ -,- - - --,- - - - --- �-- - �,�- - , -- -­ - - -- � - - - �, ,- � --- �-, - I :-- - � -- � -- : - - - - - - -- - � - -.-.- - - . -- - 0 , -- --- --- -- - - - - - .. - �- - -- : - -. - - -., - ... - - � - -- ., - - ,-- .- .: - : _-_-_ ---- --I- -- --- - . .. - m - - - �.--, - . 0 1 - - ,-,---- - -1 - - -- --- - - .. } - - . 1 � - � - - -- I -- �- -.-- .- -- - � ,- ,-, .--l.------- -1 -. �- - - - -- - _-_ - - - . - -- -- s - - �' --' - - - -, I- - -� �,­!-.-- - -..- - -- - - � �- - -- - -: - - - --.- --,�,-- -.�- -- -- � .- --- - - , - - - - - .-- -- ---- ,--I - I- -I--- - ----- - � - --- I--.-,- - ---- !- - -- - - - - - - -- - - - - - - - City of Lubbock PURCHASING AND CONTRACT MANAGEMENT SUITE 204, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ITB-10-139-DD, Addendum # 1 ADDENDUM # I ITB-10-139-DD Passenger Boarding Bridges and Emergency Generator at Lubbock Preston Smith International Airport DATE ISSUED: October 21, 2010 CLOSE DATE: October 26, 2010 @ 2:00 PM 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. All references in the bid solicitation, time for substantial completion is CHANGED to (270 TWO HUNDRED SEVENTY calendar days and liquidated damages is CHANGED to $525 FIVE HUNDRED TWENTY FIVE will apply to each day beyond that allotted for substantial completion. LD's will not apply to each phase — only substantial completion. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss Buyer, City of Lubbock, P.O. Box 2001�, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to=�c�s�ct)m�itll:r�clr.r.t��. THANK YOU, CITY OF LUBBOCK Va 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 Purchasing Manager if any language, requirements, etc., or any mbinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB-10-139-DDad 1 �g L._ CITY OF LUBBOCK SPECIFICATIONS FOR PASSENGER BOARDING BRIDGES AND EMERGENCY GENERATOR AT LUBBOCK PRESTON-SMITH INTERNAT40NA-ITAIRPOR-T ITB-10439=1)1) Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thereproductioncompa c--om/ PhoneT4_80b)763-7770 CONTRACT AWARD DATE: CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE FT CITY OF LUBBOCK INVITATION TO BID FOR j TITLE: PASSENGER BOARDING -BRIDGES AND EMERGENCY GENERATOR AT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ' -ADDRESS: LUBBOCK, TEXAS BID -NUMBER: ITB-10-13 9-DD ACCOUNT NUMBER: 253.921-53 _ CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT - Purchasing and Contract Management Contractor Checklist for ITB-10-139-DD Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. X 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 ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Unit Price Amounts shall be shown in both words and numerals, In case of discrepancy, unit price shall be taken.. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. X 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. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 4. X Complete and Include firm's number. sign the SUSPENSION AND DEBARMENT CERTIFICATION. FEDERAL TAX ID number or Owner's SOCIAL SECURITY 5. X Complete the Equal Employment Opportunity Employee Information Report. 6. X Complete and sign the Buy American Certification. 7. X Read and sign the Davis- Bacon Certification of Eligibility. 8. X 9. X_ .�` 10. X 11. X Read and sign the Nonsegregated Facilities Certification Read and sign the Trade Restriction clause. Complete and sign the Disadvantaged Business Enterprise Utilization form. Complete and sign the Disadvantaged Business Enterprise Letter of Intent. 12. X Complete the Disadvantage Business Enterprise Bidder's list. 13. X 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. X 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. X Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management 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. ThyssenKrupp Airport Systems, Inc. (Company / Firm Name) INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO OFFERORS 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 CERTIFICATION 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. DAVID BACON WAGE DETERMINATIONS 20. FAA MANDATORY CONTRACT PROVISIONS 21. FAA GENERAL PROVISIONS 22. SPECIAL PROVISIONS 23. TECHNICAL SPECIFICATIONS NOTICE TO BIDDERS - NOTICE TO -BIDDERS ITB-10-139-DD Sealed bids addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be t received in the Purchasing and Contract Management office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 P.M. on October 26 2010 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: PASSENGER BOARDING BRIDGES AND EMERGENCY GENERATOR AT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT After the expiration of the time and date above first written, said sealed bids will be -opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the Purchasing Office at the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 P.M. on- October 26 2010- and the City of Lubbock City Council will consider the bids on November 15, 2010 at City Hall, 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 $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of A or su erior. THE BOND MUST BE IN A FORM ACCEPTED BY THE CITY ATTORNEY AND MUST BE DATED THE SAME AS THE CONTRACT AWARD DATE. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. 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 on October 13, 2010, at 9:00 A.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.thereproductioncompany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763- 7770. Deposit Checks shall be made payable to The City of Lubbock, and will be refunded if documents are returned in good condition within Sixty (60) 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 -con tract -documents -on file -in -the office of the Purchasing and Contract - Management Office of the City of Lubbock, which document -is specifically referred to in this Notice to i Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing 3 Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor -of the -prevailing rates of wages as heretofore established by owner in said wage scale. 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_.defineJ 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 6.13 % 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 r `Details -of such_ requirement are -.contained in the specifications. 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 Purchasing Manager at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK MARTA AL-VAREZ PURCHASING MANAGER GENERAL INSTRUCTIONS TO BIDDERS 1 GENERAL INSTRUCTIONS TO BIDDERS 1- BID -DE IN—ERY. TIME-& DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids --to furnish -PASSENGER BOARDING _ BRIDGES AND EMERGENCY GENERATOR AT LUBBOCK PRESTON SMITH - INTERNATIONAL AIRPORT per the attached specifications and contract documents. Sealed bids will be received no later 2:00 P.M., October 26, 2010 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 i-" documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB-10-139-DD PASSENGER BOARING BRIDGES AND EMERGENCY GENERATOR AT LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT" 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: Marta Alvarez - Purchasing Manager City of Lubbock, Purchasing and Contract Management 1625 13th Street, Room 204 Lubbock, Texas 79401 - 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing 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 at 9:00 A.M. on October 13, 2010 in the Ambassador Room at Lubbock Preston 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. 3 ADDENDA & MODIFICATIONS i_ 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsyne.com. We strongly suggest that you check for any addenda a minimum of -forfy-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 Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsvnc.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 BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) days before the bid closing date. 1 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock q shall not be legally bound by any amendment or interpretation that is not in writing. Only information, i supplied --by _ -the ack=P-archasing and Cm&act Management Office in writing or in --this ITB should be used in preparingbidrespnnses. All contacts -that a bidder may have had before or, after receipt of this I -TB 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 J- disregarded -in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. C EXAMINATION OF DOCUMENTS AND REQUIREMENTS i 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a -bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that -are necessary to ascertain conditions and requirements -.affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any disc repancies..o r omissions in these plans, specifications, or con -tract 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 -the -wort; . 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 six (6) 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 I 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 - a equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. h 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, �..) including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public F . inspection will be made -by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENT] AUPROPRI ETARY is not in conformance with the Texas Open Records Act. j 2 t� 7 LICENSES PERMITS TAXES Thepriceor prices for the work shall include full -compensation for all taxes, permits, etc. -that -the -bidder -is nr may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES 8.1 Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. z' 9 CONFLICT OF INTEREST is 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 benefit4 or other thing of value-forthe receipt-uf-special treatment; advantage, information, recipient's decision, -opinion, recommendation, vote or any other exercise of discretion concerning this bid. _ 10 CONTRACT DOCUMENTS a10.-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 l` 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 Buyer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than six (6) calendar -days before the bid chasing- 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-N-O LATER THAN SIB(6j-CALENDAR DAYS I PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: ddoss@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION r 1-3.1 The -construction--eovered by the contract documents shall be substantially complete within 210-4TWO _ J HUNDRED TEN CALENDAR DAYS and 240 (TWO HUNDRED FORTY CALENDAR_DAYS for - final completion, 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 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 1] The City ofLubbock, 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. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will ben 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 1 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 againstF defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a!". a for an and all damages of an nature whatsoever resulting in such defects when such defects appear l written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and PY Y g Y g , 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'H 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 bet s 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. I 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, orlimitationto the Conumutm-!s-liability which -may -be -specified in --this Contract, its appendices, its schedules, its --annexes or any-d-ocumentincorporate-d:inAhis 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 aI1 parts of the work whether the Contractor -has -be -en paid, partially paid, or not paid for such work, until --the date -the City i 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 perm -it -which -shall --enable him to buy the 1 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 use utmost care so i as not to endanger life or property and the Contractor shall further use only such methods as are currently 1. 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. 6 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this i 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-properly-fw=injury. Such notise,- however, shall not -relieve the Contractor of._ ` responsibility for any damage resulting from -his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE 3 The successful bidder -shall be required -to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of -the contract documents, from an underwriter authorized to do business in the — State of Texas and satisfactory to the- City. Proof of .coverage -shall. be furnished to the City and written notice of cancellation or any material change will be provided thirty (30) days in advance of cancellation or - change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation against the city. The Contractor shall procure and carry at his sole cost and expense, through the life of this contract, insurance protection.as. hereinafter specified. Coverage -in excess of that specified herein also shall_ be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall coverall 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 SI;BROGATION IN FAVOR OF THE CITY OF LUBBOCK AS, REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A- STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF , COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED, ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS 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. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is 11 approaching the penalty provisions of the contract and Contractor can show he has made a diligentI__j effort to complete the contract within the allotted time. - 6 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 Repmsentative 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 - underthis contractwhichis 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 I 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, sixty 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 on forms furnished by the City an all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish q, materials as required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of a discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. -A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. BIDDER'S i-- BID SUBMITTAL 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 s ■ Buy American Certification ■ Davis- Bacon Certification of Eligibility ■ Certification of Nonsegregated Facilities ■ Trade Restriction Clause ■ DBE Utilization Form 7 30 29.2 29.3 ■ DBE Letter of Intent ■ DBE Bidder's List ■ Bid Bond If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If bid is submitted by a firm, association, or partnership, the name and address of each member must be giver 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 b given, and the bid signed by an official or duly authorized agent. - Powers of attorney authorizing agents of 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. i Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, ands endorsed on the outside of the envelope in the following manner (The City does not accept bids by fax.- _ _ � .. .. ... ... ,. . , .. _... -- the the following manner.): 29.3.1 ThyssenKrupp Airport Systems, Inc. 29.3.2 Bid for Passenger Boarding Bridges and Emergency Generator at Lubbock Preston Smith International Airport. 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, a ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS -F Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: l (a) Notice to Bidders -- (b) General Instructions to Bidders R (c) Bid Submittal Form (d) Debarment Certification (e) EEO Certification i - (f) Buy America Certification (g) Davis- Bacon Certification (h) Nonsegregated Facilities Certification r (i) Trade Restriction Clause LJ (j) DBE Contracting Requirement (k) Safety record Questionnaire (l) Statutory Payment and Performance Bonds (m) Insurance Certificates for Prime Contractor and all Subcontractors (n) Contract (o) General Conditions of the Agreement (p) FAA Mandatory Contract Provisions (q) FAA General Provisions (r) Special Provisions 8 (s) Technical Specifications (t) 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 QUALIFICAT-IONS 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 1. to the City of Lubbock all information.for this purpose that may be requested. The bidder's bid -may -be -deemed not to meet specifications or -the bid --maybe rejected -if -the -evidence submitted by, or investigation -of, -the bidder fails -to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract --and to complete the work described therein. Evaluation of the bidder's qualifications shall include: _ (a) The 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,dategr-ity, reputation, judgment, experience, and-efciency-of-the-bidder. (d) The quality of performance of previous contracts or services. (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 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 discretion. 32.2 The City r-esmes the right to accept the Total Base Bid and Alternate Bids in any order or combination ._1• 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. 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 -�-1 lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required-to-undeerin=the nonresident -bidders' home state. 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 Eair._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 A -NY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT­THECITY 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 biddermustsatisfy .the City as to the bidder's -ability -to -perform the work and meet all contractual obligations set -forthin the -contract to be executed. 33 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REOUIREMENTS 33.1 The City of Lubbock hereby notifies - 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. 33.2 A DBE is defined as a small business concern which is at least 51 % owned and controlled by one or more t 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 oft 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. The Disadvantage Business _ Enterprise Program has been uploaded. 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." E 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 10 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 administrati--ve reconsideration. Bidders should make this request in writing to -the following reconsideratio"ffir-W Marta Alvarez; --Purchasing Manager, City of -Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The reconsideration offibial-wiii-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-faithefforts 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 makeadequategood 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, Lubbock Preston Smith International Airport, 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 71h St., SW, Room 2104, Washington, DC 20590. -' The City will promptly implement any DOT certification appeal decision affecting the eligibility of DBEs for all DOT -assisted contracting (e.g., certify a firm if DOT has determined that our denial of its application was erroneous). 33.9 "Recertifrcations" The City will review the eligibility of DBEs that the City might have certified under former part 23, to make sure that they meet the standards of Subpart D of part 26. In order to comply with requirements of re- certification each currently certified DBE the airport works with will be required to comply with the requirements of the UCP. For firms that the City has certified or reviewed and found eligible under part 26, the City will review their eligibility every five years following the date of their certification in accordance with UCP rules and regulations. 33.10 Bidders List 11 x 34 35 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. T-he-purpose of -this requirement is to allow use of the bidder's list approach to calculating overall goals. The bidders list will include thename, address, DBE/non-D- E 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 ears following the performance of the -contract- These records will be made available for inspection u " Y g P erP Pon request by any authorized representative of the City of Lubbock or DOT. This reporting requirement also extends to any certified DBE subcontractor. The City will keep a running tally of actual payments to DBE firms for work committed to them at -the time of contract award. The 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. 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. 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 City11 of Lubbock will not publish, divulge, disclose or make known in any manner or to any extent not authorized by law any information coming to us in the course of employment or official duties or by reason of any examination or investigation made by, or return, report or record- made to or filed with the City of Lubbock, which information concerns or relates to the trade secrets, processes, operations, style of work, or apparatus, or to the identity, confidential statistical data, amount or source of any income, profits, losses, or expenditures of any person, firm, partnership, corporation, or association; or permits any income return or copy thereof or any book containing any abstract or particulars thereof to be seen or examined by any person except as provided by law. - Notwithstanding any contrary provisions of state or local law, we will not release personal financial information ; submitted in response to the personal net worth requirement to a third party (other than DOT) without the written consent of the submitter. 12 36 Non Discrimination Clause The contractor or subcontractor- shall not discriminate -on--t-he-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 n and administration of DOT assisted contracts. Failure by the contractor to carry out the-se-requirements-isa-material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 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 r _ 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 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 1g - forth in the contract as predetermined damages, consequential damages arising out of the breach and/or l specific performance. b. - Criminal prosecution may result from the commission of fraud or other criminal activity on the_part_ofa 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. 3 38. 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. f 13 l . 39. ANTI -LOBBYING PROVISION 39.1 DURING THE PERIOD BETWEEN BID-SUBMIS-SIGN DATE AND T CONTRACT AWARD, , _ BIDDERS, INCLUDING THEIR AGENTS AND-RREPRESENTATIVES, SHALL NOT- DISCUSS ORM PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF I EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR .� PRESENTATIONS. 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 '.I 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 bidders bid. 40 PREVAILING WAGE RATES l 40.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage .Rates, with respect to the payment of prevailing wage rates for the construction of a public work,.. _ including a building, highway, road,- excavation, and repair work or other project development or improvement, paid for in whole or in part -from public funds, without regard to whether -the work.is� done under public supervision or direction. A worker is employed on a public work if the worker. is employed by the contractor or any subcontractor in the execution of the contract for the project fl 40.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less - than' the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem- _ wages for legal holiday and overtime work. 40.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to 11 and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the- U. S. Department of Labor web site at the following web address to obtain the rates to be used in U Lubbock County: http://www.gpo.gov/davisbacon/allstates.html 1 40.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 40.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 14 BID SUBMITTAL BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: October 25 2010 PROJECT NUMBER: ITB-10-139-DD- Passenger Boarding Bridges and Emergency Generator at Lubbock Preston Smith International Airport Bid of. ThyssenKrupp Airport Systems. Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of the Passenger Boarding Bridges and Emergency Generator at Lubbock Preston Smith International Airport, 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 BASE BID 1. 1 LS Base bidwork consists of the replacement of the existing Passenger Boarding Bridge (PBB) at gates 3, 4, 5, 6, 7, and 8, as well as the replacement of the emergency generator. Contractor shall verify existing conditions and utilities, repair the existing foundations at pedestals where indicated, salvage or coordinate the salvage of any airline owned accessories and equipment from the existing PBB back to the airlines, prepare the new PBB's for the reinstallation of salvaged accessories and/or equipment from airlines install the new PBB's and emergency generator, test and adjust PBB's and emergency generator and provide Owner/airlines with on -site training of new PBB's and emergency generator. Installation of PBB's will be phased as follows: ■ Phase 1: Gates 5 and 6 ■ Phase 2: Gates 3 and 7 ■ Phase 3: Gates 4 and 8 Two ^11im Aree hundred mvevrken Wwusand c� " TOTAL ITEM #1: $ /LS(,2, 31 %, .3 05 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall be taken) 41-913idder's Initials Estimated Item Quantity No. & Unit Description of Item Total Amount ADDITIVE OPTION 1 A-1. 1 LS Work consists of the replacement of the existing PBB of gate 1. Contractor shall Verify existing conditions and utilities, repair the existing pedestal base, install the new PBB, test and adjust the PBB and provide Owner with on -site training of new PBB. Threes hu�yed -br 66ki qAo6aAd TOTAL ITEM #A-1: $ /LS( 3q9F, I75�04 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall be taken) ADDITIVE OPTION 2 A 2-1 1 LS Work consists of the replacement of the existing PBB at gate 2. Contractor shall verify existing conditions and utilities, repair the existing pedestal base, install the new PBB, test and adjust the PBB and provide Owner with on -site training of new PBB. rem 6ACL e-d -P70"� TOTAL ITEM #A 2-1: $ /LS(,3 Dt 30 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall be taken) ADDITIVE OPTION 3 A 3-1. 1 LS Work consists of the replacement of the existing PBB at gate 9. Contractor shall verify existing conditions and utilities, repair the existing pedestal base, install the new PBB, test and adjust the PBB and provide Owner with on -site training of new PBB. — 6y lut 7 Yl fJ J TOTAL ITEM #A 3-1: $ /LS( 3'71OtQ� 3, 5- ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall be taken) Bidder's Initials TOTAL BASE BID, WITH ADDITIVE OPTIONS: ;J%���/bit ��'n� �u-�re�l ��'F� y L oIi"- 0 iLu�ndr� ;�h rkie�k. ud Au r A,(k*-L A ed 130 � {IQn ram ' -Fv- uF-Wwu 6a nd rb lu-4W4tj-fine- WITH ADDITIVE OPTIONS: $ 3 oZ . ® C) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall betaken) Phasing of Additive Options: If any or all Additive Options are accepted by the Owner, they will be in a single phase of construction after the base bid phases are completed. (Phase 4 and 5) The CITY is seeking price only: UNIT PRICE BAGGAGE LIFT: (not to be added in the bid total) The undersigned agrees, in case of variation of quantities from those indicated or specified, to use the following -unit prrii?c�e. in adjusting the Contract rice: 1 A- Dollars W 0 2 �lF1N, E($ �' / ) idder's Initials 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 TWO HUNDRED TEN (210) CALENDAR DAYS and final completion TWO HUNDRED FORTY (240) CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the specifications, the following sum: Phase 1 $'K,W(1t110 90 calendar days Phase 3 $'1)90(I3Iy 30 calendar days Phase 5 $)VA = 30 calendar days Phase 2 $)OWJC0 30 calendar days Phase 4 $XX181X= 30 calendar days $525 per addendum 1 Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in `i. the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of seventy (70) calendar days after the scheduled closing time for receiving bids. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of seventy (70) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosedwith this bid is a Cashier's Check or Certified Check for 0/0 D0 9 d Dollars or a Bid Bond in the sum of rFs D OF b1zY Dollars ($ ,D , which it is agreed shall be collected and retained b the Owner as liquidated damages in the event the bid is accepted b the Owner and the Y q g P Y 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. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATT T: i C cretary Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 10/21/210 Addenda No. Date Addenda No. Date Addenda No. L -^ Date Date Ocdber 250 Au o ed Signature M rk If. Jones / M. Laura Suarez (Printed or Typed Name) ThyssenKrupp Airport Systems, Inc. Company 3201 N. Sylvania Ave., Suite 117 Address Fort Worth Tarrant City, County Texas 76111 State Zip Code Telephone: 817 - 210-500 Fax: R17 834-64R.5 FEDERAL TAX ID or SOCIAL SECURITY No. 52-2089962 M/WBE Firm: Woman Black American Native American �_ Hispanic American Asian Pacific Amer;can Other (Specify) CITY OF LUBBOCK 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 Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10)business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificatep the City meeting :all of the requirements defined in this Invitation to Bid. i U — Maki !�. jvrlE� 1 (Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: ThyssenKnipp Airport Systems, Inc. (Print or Type) CONTRACTOWS FIRM ADDRESS: 3201 N. Sylvania Ave., Suite 117 Fort Worth Texas 76111 (: di"ess of AgentBroker:b �✓�c.'w �b�l� �_y�Z G� V ty/state/Zip 1.J10 Agent/Broker Telephone Number: ( 3 1 Z } yl2 lv1z //.o Date: C. NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Buyer for the City of Lubbock at (806) 775-2168. BID 10-139 DD Passenger Boarding Bridges and Emergency Generator at Lubbock Preston Smith International Airport yt_. 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. i 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. 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) 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 for violations of OSHA within the past three (3) years? YES NO, If the bidder has indicated YES for question number one above, 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 dispositio ease, if any, and penalty — assessed. Bidder's Initials (' QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such t firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the 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 X 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 -1 assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentatig* or om§ssionI may cause my bid to be rejected. President / CFO Title .� .�,.._..., r---, .------, SUSPENSION AND DEBARMENT CERTIFICATION _ Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 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 $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME:_ ThyssenKrupp Airport Systems Inc. FEDERAL TAX ID or SOCIAL SEC>f TRM N Signature of Company Official: 1 ` .� Printed name of company official sign ab ve:VAk' _ . JOACS u K Date Signed: October 25, 2010 r-� T _ CERTIFICATION REGARDING EMPLOYEE INFORMATION REPORT EEO 1 (Standard Form 100) Section 60-1.7 (b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive Order 10925, 11114, or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such contractor submits a report 4 covering the delinquent period or such other period specified by the FAA or the Director, OFCCP. Bid Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid form a statement substantially as follows: The bidder shall complete the following statement by checking the appropriate space. r The bidder (proposer) has X has not _ participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive { Order 11246. The bidder has X has not _submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-l" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G. Street Washington, DC 20506 BUY AMERICAN PREFERENCES (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components.and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs b. (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor cost. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractor, materialmen and suppliers in the performance of this contract, except those: 1. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States is sufficient and reasonably available quantities and of a satisfactory quality: 2. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or 3. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. BUY AMERICAN CERTIFICATE By submitting a bid under this solicitation, except for those items listed by the bidder below or on a separate and clearly identified attachment to this bid, the bidder certifies that steel and each manufactured product, are produced in the United States, as defined in the clause (Buy American — Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from the owner a listing of articles, materials and supplies excepted from this provision. COMPANY NAME: ThyssenKrupp Airport Systems, Inc Signature or Company Official: Printed name of company official si4in Bove: Q�e J �Gn1E j % L s5 ,&q Date Signed: October 25, 2010 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: ThyssenKrupp Airport Systems, Inc. FEDERAL TAX ID OR SOCIAL S CLI ITY NO. 2-2089962 Signature or Company Official: �,�-� da eu Printed name of company official si 'ng Bove: AA�ieC..y. 6r1� WE5 L%� r�-r�� r Date Signed: October 25, 2010 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. 2. Contractors receiving federally -assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Notice to Prospective SUBCONTRACTORS of Requirements for Certification of Non -Segregated Facilities 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally -assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally -assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally - assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. COMPANY NAME: ThyssenKrupp Airport Systems, Inc. FEDERAL TAX ID OR SOCIAL S N :. , 2-2089962 Signature or Company Official: At Printed name of company official sit above: ){Q&. b , 5&6� a Au Date Signed: October 25, 2010 E TRADE RESTRICTION CLAUSE The contractor or subcontractor, by submission of an offer and /or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. . This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a _ contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. COMPANY NAME: Thyssen Krupp Airport Systems, Inc. FEDERAL TAX ID OR SOCIAL SE U NO.,-2089962 _ 1 � Signature or Company Official: M Printed name of company official si above: U Date Signed: October 25 2010 �- DBE CONTRACTING REQUIREMENT AND FORMS r , Instructions to Bidders Part A provides information about the requirement. Part B establishes the City of-Liabbock's goal for DSE participation for this prime contract and provides the l 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 providesa-summaryof 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. t: 17 DISAII)VANTAGED-BUSINESS CONTRACT PROVISIONS (49-CFR-PART 2b) ry'_ PART A Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that disadvantaged business enterprises -have the maximum opportunity to compete for -and perform contracts. Contractors -shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -assisted contracts. Compliance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby notified that failure to carry out the DOT policy and the obligation, as set forth above, shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the owner. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offers further subcontracting opportunities. Prompt Payment: The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the recipient. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the recipient. This clause applies to both DBE and non -DBE subcontractor. PART B It is further understood and 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 given that DBE goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disadvantaged individuals is 6.13 percent of the dollar value of this contract. As a matter of RESPONSIVENESS to the City's bid submittal process, each bidder shall submit, along with their bid, the names and addresses of the DBE firms that will participate in the contract along with a description of the work to be performed by each named firm and the dollar value for each contract (subcontract), the age of the firm and the firm's annual gross receipts. If the 'responses do not clearly show DBE participation will meet the goals above, the bidder must_provide documentation clearly demonstrating, to the satisfaction of the airport sponsor, that it made good faith efforts in attempting to do so and that meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered non -responsive. In order to demonstrate how the bidder will meet the goal, bidder shall submit with the hid submittal the following: 1. DBE Utilization form 2 Letter of Intent 3. Bidder's List Good -Faith Effort. (Note: This clause is only required if contract goals are used). The following actions, by the bidder/offeror, are generally considered a sign of good faith effort. This list is not exclusive or exhaustive, but should be used as a guide in determining good faith effort. 1. Attendance at pre -bid meetings scheduled to inform DBE's of the project. 2. Advertisement in a newspaper of general circulation, trade association and minority-fo-cus-media concerning -subcontracting opportunities. 3. Written notice to DBE's allowing sufficient time for reply. 4. Follow up of initial solicitation. 5. Selection of portions of the work likely to be performed by DBE's. 6. Provide interested DBE's adequate information for bidding. 7. Negotiation with interested DBE's. 8. Assist interested DBE's with bonding, insurance and credit. 9. Use of minority contractors' groups and minority business assistance offices. Agreements between bidder and a DBE in which the DBE promises not to provide sub -contracting quotations to other bidders are prohibited. All bidders and proposers shall make a good faith effort to replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action efforts. DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION ITB # t o-i m-op TITLE Passenger Boarding Bridges and Emergency Generator The undersigned has satisfied the requirements of the specifications in the following manner (please check the appropriate space): ® The bidder is committed to minimum of (City of Lubbock's goal) 6.13 % DBE utilization on this project. ❑ The bidder (if unable to meet the City's goal of 6.13 % DBE) is committed to a minimum of % DBE utilization on this project and has submitted documentation showing good faith effort. M. Address 3201 N. Sylvania Ave.. Suite 117 Pregidpnt / CFO (Title) City: Fort Worth State: Texas Zip Code: 76111 Telephone (including area code): (817) 210-5000 Federal Tax ID/SSN: 52-2089962 LETTER OF INTENT ITB # 10-139-DD TITLE Passenger Boarding Bridges and Emergency Generator Name of Bidders' Firm: ThyssenKruop Airport Systems, Inc. Bidder's Address: 3201 N. Sylvania Ave., Suite 117 City: Fort Worth State: Texas Zip: 76111 Telephone (with area code): (817). 2110j-.5000 Name of Subcontractor/DBE Firm: Address: ��S / t�5 cta le, Dr City: 1i?-0r) State '7-,e—)a Zip: -7q ,`2 Telephone (including area code): V 1,5-) uescriptlon of work to be pertormed by Utah turn: Removcr_I off'- 2.�:5-�-n� C�-m��--�- �►�r-s c-�� .�,-�s-�..�la--�.or� a-� Re w `P' ersi �r sc: ��� ��_s�;, r.h� �n sl7e� 5- //O- Bidder intends to utilize the above -named subcontractor/DBE firm for the work described above. The estimated amount of work is valued at $ a 3� j Mf) 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 p, Contractor: Date: October 25 2010 BIDDERS LIST ITB # 10-139-DD TITLE: Passenger Boardina Bridges and Emergency Generator All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Firm Name Address Certified DBE (Y or N) Age of Firm GRS* Airport Technical Support 5736 Newt Patterson Rd. Suite A, Mansfield, TX N 3 yrs 2 Hawk Construction 1589 Hartsdale Dr. Horizon City, TX Y 2 yrs 2 SPS Electric Box Lubbock, TX N 10 Yrs N/A D & K Hunt Electric 8207 Zadar Suite B Lubbock, TX N 20 Yrs N/A Note: This form is not necessary if the recipient establishes a bidders list using another methodology (e.g., statistically sound survey of firms, widely disseminated request of firms to report information to the recipient, etc.) as defined in the recipient's DBE plan. *GRS — Annual Gross Receipts Enter 1 for less than $1 million Enter 2 for more than $1 million, less than $5 million Enter 3 for more than $5 million, less than $10 million Enter 4 for more than $10 million, less than $15 million Enter 5 for more than $15 million. b - THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond r� KNOW ALL MEN BY THESE PRESENTS, THAT WE Thyssen Krupp Airport Systems, Inc. 3201 N. Sylvania Avenue, Suite 117, Fort Worth, TX 76111 as Principal, hereinafter called the Principal, and Federal Insurance Company g 15 Mountain View Road Warren NJ 07059 a corporation duly organized under the laws of the State of IN as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock 1625 13th Street, Lubbock, TX 79401 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Passenger Boarding Bridges and Emergency Generator at Lubbock Preston Smith International Airport / ITBA 0-139-DD NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or _-; Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 26th day of October 2010 ThyssenKrVpp Airport Systems, Inc. ` (Principal) (Seat) a (witness) B: Vida Q (7-1de) Federal Insurance Company J (Surety) (Seal) Christine Eitel (Witness) Jk. B: ' a mey-in-Fact Su—sM X Symons (ride) C' AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 STATE OF ILLINOIS COUNTY OF COOK On this 26th day of October, 2010 before me personally came Susan K. Symons to me known, who being by so duly sworn, did depose and say: that she is Attorney -In -Fact of Federal Insurance Compaq the Corporation described in and which executed the foregoing instrument; that he/she knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by l authority granted to him/her in accordance with the By -Laws of the said Corporation, and that he/she signed his/her name thereto by like t,C authority. kiAl NOTARY PUBLIC ,).- rML SEAL _. Maiy Ann Powell Notary PubLc, State of Illinois My Commission Expires 10.28-2011 My Commission Expires October 28, 2011 No Text Chubb POWER Federal Insurance Company Attn: Surety Department [ OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 w All ThesePresents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation,C"_��,)PACI'FIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Susan K . Symons, dam J. Klasen, Art Pedraza, Ed L. Hart, Tom Thilman and John Atkinson of Chicago, Illinois— each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 15 th day of June, 2004 A - - . 'acs, le7 1�0& � I Kenneth C. Wendel, Assistant Secretary Fr k E. Roberts n, VIP President STATE OF NEW JERSEY ss. County of Somerset On this 15 th day of June, 2004 , before me, a Notary Public of New Jersey, personalty carne Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly sworn, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By -Laws of se ld Companies; and that he signed said Power of Attorney as Assistant Secretary of saki Companies by hike authority; and that he is acquainted with Frank E. Robertson, and knows him to be Vice President of said Companies; and that the signature of Frank E. Robertson, subscribed to said Power of Attorney is in the genuine handwriting of Frank E. Robertson, and was thereto subscribed by authority of Bald By -Laws and In deponent's presence. NO ^�c ti 1AICHME R. aAoifi" NoraRy > Notary Public State Of N"JWW • ~— No. ">28941 0 AUBLIG 25.2W4 No Public yF .y CORU>1i�iofl �M � �.w uEFtS CERTIFICATION Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY - "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys:m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of. attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached.' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY 1 (the "Companies) do hereby certify that l (I) the foregoing extract of the By -Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U. S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Moo and the U. S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and In full force and effect. Given under my hand and seals of said Companies at Warren, NJ this — day of SV�CF ��oiPC Kutt � ,�ry't,%�f�ANCF All Kenneth C. Wendel, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com J`orm 15.104M (Ed. 4-99) CONSENT No Text I I PAYMENT BOND I STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) Bond No. 82205348 KNOW ALL MEN BY THESE PRESENTS, that ThyssenKnipp Airport Systems. Inc. (hereinafter called the Principal(s), as Principal(s) and Federal Insurance Company 15 Mountain View Road, Warren, NJ 07059 (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Five Hundred TweM Thousand Nine Hundred Twenty One and 00/100 Dollars ($3,520,921.00) 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 15th day of NOVEMBER, 2010, to Provide Passenger Boarding_ Bridges and Emergency Generator at Lubbock Preston International Airport Project No. ITB-10-139-DD and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 19ffi day of November, 2010. Fe ra1 In urance ComoPay S rety * By. (Title) Rhonda Attorney -In -Fact ThyssenKrupp Airport S sy tems, Inc. (Company Name) By: LW U IA411-1 . P ' ted Name) tt 1 (Signature) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Chubb Group of Insurance Companies an agent resident in Dallas 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. Federal Insurance CoffiDany ety * By ( itle) Rhonda Clark Attorney -In -Fact Approved as to form: City of L By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. POWER Federal Insurance Company Attn: Surety Department Chubb OF Vigilant Insurance Company 15 Mountain View Road NE Surety ATTORNEY Pacific Indemnity Company Warren, Ns 07059 Know All by These Presents. That FEDERAL INSURANCE COMPANY, an Indiana corporation. VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Rhonda Clark as their true and lawful Attorney- In- Fad to execute under such designation In their names and to affix their corporate seals to and deltvet for and on their behalf as surety thereon or otherwise, the following Surety Bond: Surety Bond Number : 82205348 Obligee :City of Lubbock And the execution of such bond or obligation by such Attorney in- Fact In the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shag, upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 2e day ofNovembef 2008. Kenneth C. Wendel, Assistant Secretary Richard A. Ciu11o, Vice President STATE OF NEW JERSEY - ss. County of Somerset On this 2e day of November, 20DS, before me, a Notary Public of New Jersey, personalty came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Prover of Attorney, and the said Kenneth C. Wendel, being by me duty sworn, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGLANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereof that the seats affixed to the foregoing Power of Attorney are such corporate seats and were thereto affixed by authority of the By Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by Igoe authority; and that he is acquainted with Richard A. Ctuflo, and knows him to be Vice President of Bald Companies; and that the signature of Richard A Chrgo, subscribed to said Power of Attorney is In the genulne handwriting of Richard A. Ciulo, and was thereto subscribed by authority of said By Laws and in depmws presence. Notarial �� k WERE WALSH Seal 3.NOTAW.: Nowy rubk Seats of AN Jersey Na 0054504 + Carunin iat Etrpiros April 10, 2013 Notary Rublic CERTIFICATION Extract from the By Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY - 'Ali powers of attorney for and on behalf of the Company may and shag be executed In the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, Jolntty with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers Chairman, Pnasident, any Vice President, any Assistant Vice President, any Secretary. any Assistant Secretary and the seal of the Company may be affixed by facstmib to any power of attorney or to any certificate rotating thereto appointing Assistant Secretaries or Attorneys- In. Fad for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attomey or certificate bearing such facsimile signature or facstmle seal shag be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shag be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached." L Kenneth C. Wendel Assistant Secretary of FEDERAL. INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies Is true and correct, (1i) the Companies are duty kensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin [stands, and Federal Is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward [stand; and (fit) the foregoing Power of Attorney is true, correct and in fug force and effect GIm under my hand and seats of said Companies at Warren, NJ this 19th owrurr y�c � 0 1 ��rourF ��P f 0 v * S r �NDr � ,hfirMS`� ►yEW dayof November, 2010 Kenneth C. Wendel, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY T!1lphon! (908) 903- 3493 Fax (908) 903- 3656 !-nails surety9 dwbb.eom Form 15-10.0154B- SurePasr (Rev.11- 08) CORP CONSENT STATE OF ILLINOIS COUNTY OF COOK On this19th of IJ,�rI 2010 before me came Rhonda Clark executed the preceding instrument, to me personally known, and being by me duly sworn, said that he is the therein described and authorized ATTORNEY -IN -FACT of Fecbaal Ixs r ampaw that the seal affixed to said instrument is the Corporate Seal of said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal this day and year first written above. "OFFICIAL SEAL" CHRISTINE EITEL NOTARY PUBLIC - STATE OF ILLINOIS MY COMMISSION EXPIRES MAY 26, 2012 (Seal) Christine Eitel Notary Public PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Bond No. 82205348 KNOW ALL MEN BY THESE PRESENTS, that ThyssoKrupp Airport Systems, Inc. (hereinafter called the Principal(s), as Principal(s), and Federal Insurance Company 15 Mountain View Road Warren NJ 07059 (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Five Hundred Twenty Thousand Nine Hundred Twenty One and 00/100 Dollars ($3 520,921.00) 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 15th day of NOVEMBER. 2010 to Provide Passenger Boarding Bridges and Emergency Generator at Lubbock Preston International Airport Proiect No. ITB- 10- 1 39-DD and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the -` same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 19`h day of November, 2010. FedeT(tleul rance Corn an S et * By. Tionda Clark Attorney -In -Fact ThyssenKrupp Aimort Systems, Inc. (Company Name) The undersigned surety company represents that it is duty qualified to do business in Texas, and hereby designates Chubb Group of Insurance Companies an agent resident in Dallas 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. Federal Insurance Company S *By. (T le Rhonda C Attorney -In -Fact Approved as to Form City of Lub By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. POWER Federal Insurance Company Attn: Surety Department Chubb of Vigilant Insurance Company 35 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 • �o Know All by These Presents. That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Rhonda Clark as their true and lawful Attorney. In- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, the folleowing Surety Bond: Surety Bond Number : 82205348 Obligee :City of Lubbock And the execution of such bond or obligation by such Attorney In• Fad in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall. upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 200 day ofNovember, 20D& Kenneth C. Wendel, Assistant Secretary STATE OF NEW JERSEY County Of Somerset ss. Richard A. Ciullo, Vice President On this 2e day of November, 2008, before me, a Notary Public of New Jersey, personallycame Kenneth C. Wendel, to me known to be Asslsuud Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the Bald Kenneth C. Wendel, being by me duly sworn, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof; that the seals affixed to the foregoing Power of Attorney are such corporate seats and were thereto aflbad by authority of fie By Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by Noe axMorlty; and that he is acquainted with Richard A Giulio, and knows him to be Vice President of said Companies; and that the signature of Richard A Cbllo, subscribed to Bald Power of Attorney Is in the genuine handwriting of Richard A. Clulto, and was thereto subscribed by authority of said By Laws and In depormWs presence. Notarial `t W `'.w.r,'t[ WSW WENM WALSH Seal 3 ' Noforyrrr�NaOVASa Jersey GEC Goenmlwim Eupims AprA 1IL 2013 44 Notary Public Extract from the By Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'AN powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chaiman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officerx Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be afPoced by facstmlle to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fad for purposes only of executing and attestlM bonds and unndertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facslmlle signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon dw Company with reaped to any bond or undertaking to which It is attached' L Kenneth C. Wendel, Assistart Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies") do hereby certify that (Q the foregoing extrad of the By. Laws of the Companies is true and correct (in the Companies are duty licensed and authorized to transact surely business in all 50 of the United States of America and the DistrM of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin islands, and Federal Is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (ill) the foregoing Power of Attorney Is hu^ corned and In full force and effect Given under my hand and seals of said Companies at Warren, NJ this 19th �Or01'�fNYOr`�- dayof November, 2010 Kenneth C. Wendel, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER HATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 a -nail: surety9 daibb.cow Form 15-10- 01640- SumPath (Rev,11- 08) CORP CONSENT STATE OF ILLINOIS COUNTY OF COOK On thisl9th of NbI,>aTber , 2010 before me came Rhonda Clark executed the preceding instrument, to me personally known, and being by me duly swom, said that he is the therein described and authorized ATTORNEY -IN -FACT of FlBdeml hs� Ompsiry that the seal affixed to said instrument is the Corporate Seal of said Company. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal this day and year first written above. =EITEL L" LNOTAF ILLINOISMY COAY 26, 2012 (Seal) Christine Eitel Notary Public CERTIFICATE OF INSURANCE I CERTIFICATE OF LIABILITY INSURANCE page 1 of 2 1 /30/ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poliry(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsamenL A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PROOUCBt CONTACT Hillis of Illinois, Inc. ONE 26 Century Blvd. -7------.___. T-FAit P888-46 Z378__ LIAII Nashville , T7r P. o. 3IF 37210-5191 :- artificatesAWillig,COM NSUAERk ®I-Gerling America Insurance Company 41343-001 ThyssenK upp Airport Systems. Inc. IMSLf"S, Business Insurance CospanT 26069-001 3201 N. Sylvania Ave. NSURERQ Suit* 117-_-- Fort Worth, Y2 76111-3117 NSURERO' _. INSURER E INSURER R !`nVFDA(tFQ CFRTIFV_ATF MI IURF:Q- i cnai aaa AFVCgk_%W MIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVNTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSfONS ANO CONDITIONS OF SUCH POLICIES. UNITS SHOWN MAY HAVE BEEN REDEDUCBY PAIDCLNMS. ntsR rwEoroesllRArlce POLICYPouM:Y1�7 Po1JCY� +ana A GENIRALLIA911M 00M%IE TCkALGENERALLtA KnY CLARM-MA EF OCCUR GLD1108502 0/1/2010 10/1/2011 EACHOCCU11REME f _ 5�UQQ, Q_Q t 100,000 E_ '�� LEDEW("ampm" i-------- ,_000 s5,900,090 PE>:soNAL&AMPAJLRY GEMGVL AGGREGATE i5,000,000 CQMAGGREC,ATEL"rAPPLES PUL _ PO -Y PRO tAC PR0DUCTS-00W1 PAGG f 51_000,000__. f S AUTonoeaet. muLrr'r Z ANYAUM AUT,M-LDD s � ►wmmms I t10tJO�YlIEO•-- I ASEZ91428004020 0/1/2010 10/1/2011 coo DSNFxElsfT f 2,000,000 80MYNJURY(P prmn) eoo�Y WiAfimI�...md" t A UNSFALLALas As = OCCUR CUDIIO8602 0/1/2010 10/1/2011 EACHOCCURRENCE t M A£IFHTaNt S VVORKIER3DYeWs J►uAe N ANYPROPrtIEToR1PARvw_PqD*cunVE OFFOCERAWASIERE70 UtED? M�1 OFOPERATIONSW. NIA WCKZ91428004010 0/1/2010 10/1/2011 I E4EJICHACODENT _ f 11000,000 El asEl1SE-FaEMPLOYUE __ 1,000,000 El, OWkW-POt1CYLW 4 1,000,000 OPTION OF OPW3tAT10P181 LOCATION! / V�sCt.ES (ACaeh floors isi, Jlddlbtul7Lw,�rb sa,.a�r, Xs,en aPsee is e� Project comber: ITS-10-139-DD. Project description: Passenger Boarding Bridges and mergency generator at Lubbock Preston International Airport City of Lubbock is an additional insured on the general liability per fora CG2010 11/85 (attached) with respect to named insured's operations where required by written contract. General Liability is primary and non-contributory where required by written contract. I+CK I Irlt I C r1V11Jr.K SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLM BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS_ UJTHOIIREO REPREEt71TATM City of Lubbock P.O_ Box 2000, Suite 102 Lubbock, TX 79457 Coll:3195898 Tpl:1177905 Cert:15061963 01988-2010ACORDCORPORATiON.AHrights reserved. ACORD 25 (2010f05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 125586_.. LOC#' Au D' ADDITIONAL REMARKS SCHEDULE Page-2-of 2 AGEW-Y NAIED GISI.RtED Thyyssengrupp Airport Systems, Inc. Willis of Illinois, Inc. 3201 N. Sylvania Ave. _- -- __------ - Suite 117 POLICY NUNBHt Fort Worth, T% 76111-3117 See First Page CAMMR NAIC CODE See First Page OTEcTrADAm See First Page AnnMONALREMARKS THIS ADOITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Waiver of Subrogation on general liability, automobile liability and workers compensation in favor of City of Lubbock where required by written contract as permitted by law. ACORD 101 (2008iO1) Coll:3195898 Tp1:1177905 Cert:15061963 AD20MACORDCORPORATION.Aflrights nmerved The ACORD name and k)go are registered marks of ACORD REQUIRKD-WORKERS' COMPENSATION -COVERAGE CHECKLIST L_.; A CONTRACTOR SHALL: (1) provide coverage for its employees providing services -on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, —a -new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: f 2 rREQUIRED WORKERS' COMPENSATION COVERAGE 1 R-- "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440=3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage,, -or to report an employer's failure to provide coverage. " and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of -classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage -to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection 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 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.D 3 .L CONTRACT I CONTRACT 9752 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 15th day of NOVEMBER, 2010 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 THYSSENKRUPP AIRPORT SYSTEMS INC. of the City of FT WORTH, County of TARRANT 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: BID 10-139-DD - Passenger Boarding Bridges and Emergency Generator at Lubbock Preston Smith International Airport 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. ThyssenKrupp Airport System's bid dated October 25, 2010 is i 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, a Texas in the year and day first above written. COMPLETE ADDRESS: Company( Avf Address ' 1 3-p (`( City, State, Zip ATTEST: Corporate Se retary CITY OF LUBBOCK,, TEXAS (OWNER): By: MA OR ATTEST: cretary AS wnb 's Representative e� Ja s Loomis, Assistant City Manager, Director of City Attorney TO FORM: GENERAL CONDITIONS OF THE AGREEMENT E Hai 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 THYSSENKRUPP AIRPORT SYSTEMS, INC. who has agreed to perform the work embraced in this contract, or their legal representative. 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, 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. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. __ 8.__----CONTRACTOR'S-RESPONSIBIi✓ITIES----------'------- ---- 9 M 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. 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. 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. 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 The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES-AND.GRA-DES All lines -and grades -shall be furnished by the Contractor whenever Owner's- -1-1tepresentative.deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Contractor to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed --no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, --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_ther-eaL and_-shall,_in_a1L_cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or -inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given 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. l The work, from its commencement to -completion, -shall be under the exclusive charge and -control -ofthe Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDIN43 It is understood and agreed that the. Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be -encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral -agreement or conversation -with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or_.from-the__action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall -be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. ` 21. OBSERVATION AND TESTING i The Ovmer 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 ti►e- &odd will-be-r-eady--for-suei►-observation. Owner or Owner's Representative may reject any such work found to be defective or not in eecordance 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-m-ake 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--1 a 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 -.1 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 C—ontraetor ibr-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_C-ontractor 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 j paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, t 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." 1.� i p No --claim -for-extra-work of any kind -will -be -allowed unless-orderedwriting 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 shalt -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 andshallkeep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra - work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed -that -it is -the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the -Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or -contract documents, shall be given to the Owner's Representative and a clarification obtained before the bids are received, and if no such notice -is --received by the Owner's Representative--prior-to-the opening -of -bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The -Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with L' 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 .s 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--subeontractor-'s,-agent's oremployee's, in -any manner--whatsoever,--omission, execution and/or supervision of -this contract, and -the project which is the subject matter of this contract. - The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, —are -intended as -reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in -the State- of Texas -and -satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided thirty (30) calendar days in advance of cancellation or change. All policies of insurance, required herein, including -policies of insurance required to be provided -by Contractor and its subcontractors, shall contain a waiver of any -and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may _acquire by virtue of payment of any loss under-such_i-nsurance 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 SMALL 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 LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FRONT 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required on all coverage's) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000- Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: l 1 Products & Completed Operations Hazard-AGG Contractual Liability �- Personal & Adv Injury Any combination -of up to 5 Million dollars in coverage -between CommercialGeneral Liability and ExcessLiability-Umbrella form will be acceptable lo-tlm—City B. Owner's and Contractor's Protective Liability Insurance - NOT REQUI-RED 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 Limits -to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Any Auto 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, per occurrence in the amount of $4,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. (Primary Additional Insured) F. Worker's Compensation (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least statutory / $500,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 0406.096, 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 fumishes_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. e , 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 Lab -or Code, Section 401.01 ] (44) -- for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the "Contractor, prior o-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; 3 i_ (d) obtain from--each-other- person with--whom--it-contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing --extension of coverage, prior to -the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration -of the project and for one year thereafter; (f) notify -the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change -that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from -the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: l (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 „thereunder on the date O P P Y Y 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. f _ (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 begirming-workon-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 -en -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: r- REQUIRED WORKERS' COMPENSA3'IO1d COVEIAGE '- "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--t-ranspertation-or-other ser-vice 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 (hgp://www.hike.state.tx.usltivcccontacts.htni to receive information of the legal requirements for coverage, to verb whether your employer has provided the required coverage, or to reportanemployer'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 G coverage showing extension of the coverage period, if the -coverage period- shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 1-0 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. r t 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 infringement, the Contractor shall be responsible for such loss unless it gives written notice of sueh-infringement to the Owner's Representative prior to bidding. C_ i' t 32. T,f1 CES 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-o£this-contract to the.same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done - hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 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 amounts as indicated below: SCHEDULE_LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION TIME Substantial Completion $1,450.00 210 calendar days Final Completion $1,450.00 30 calendar days following substantial completion or a total of 240 calendar days Phase 1 $1,450.00 90 calendar days Phase 3 $1,450.00 30 calendar days Phase 5 $1,450.00 30 calendar days Phase 2 $3,750.00 30 calendar days Phase 4 $1,450.00 30 calendar days It is -expressly understood and agreed, by and between -Contractor and the Owner,- thatthetime 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 UNDER -STOOD 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--Owners Representative for the Owner's convenience, in which event, such expense as in the sole -judgment -of -the Ow.ner's-Rsentative -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=me-asu---e-d-0r 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 theirbids offered for the work. In the event the amount of work -to -be -done and materials to be furnished are expressly stated- to--be-estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis-forpayment under this contract is the unit price methods payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINI-NG 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 Ow-ner'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-fi-fteenth day -of -the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained -by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to --any and all work performed, to be performed and/or materials delivered hereunder, including, but limited -to, work to which said partial, payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises --all- materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated t in the work or not, and Contractor shall at its own expense promptly replace such condemned materials I with other materials conforming to the requirements of the contract documents. Contractor shall also bear the -expense -of-restoring-.all-work of other--contractor"amaged by -any -such r w4l 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 prevision -in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship -,-and Contractor s-hall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The -Owner or Owner's Representative -may-; on account of -subsequently discovered evidence, withhold or nullify -the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied -and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When -the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE 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 —Su", 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 thatmay 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. An 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 i 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 i held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to r_ exercise ordinary care to protect such property. After fifteen (15)-calendar--days-from--the-date sf-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 Smvty, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper -owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies -on the part of Owner, and -Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contractor otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond -in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms 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. THE BOND MUST BE IN A FORM ACCEPTED BY THE CITY ATTORNEY AND MUST BE DATED THE SAME AS THE CONTRACT AWARD DATE. 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 bome by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the sperformance 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 i 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. _3 54. CLEANING UP I The' Contractor shall at-aU times -keep -the -premises free from accumulation of debris caused by -the work, [.J 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 t 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 tosuch-_ acti-on.-Owner's Representative - may grant or deny the..request of Contractor. and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)-days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56 NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4)years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to at] services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall -refund the City -the -full --amount of such --overpayments within thirty-(30)-days-of-such.audit -findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. 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. 60. 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. 61. 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 world 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. 62. 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. 63. 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. 64. 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 i products or byproducts and/or .asbestos --is necessary---in--the-coast-ruction 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. o- 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. 65. 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 y 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 DETERMINATIONS it GENERAL DECISION: TX20100296 06/25/2010 TX296 ' Date: June 25, 2010 General Decision Number: TX20100296 06/25/2010 Superseded General Decision Number: TX20080296 State: Texas Construction Type: Building County: Lubbock County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 06/25/2010 jBOILO531-001 07/01/2008 Rates Fringes Boilermaker ....................$ 26.02 13.66 ---------------------------------------------------------------- BRTX0005-009' 06/01/2009 Rates Fringes r Bricklayer .....................$ 24.16-------------8_31 .x`---------------------------------------------- * CARP0665-002 05/01/2010 Rates Fringes Carpenter ......................$ 20.18 5.56 --------------------------------------------------------------- ENGI0178-004 12/01/2009 Rates Fringes OPERATOR: Forklift ..............$ 21.20 9.35 ----------------------------- ----------------------------------- IRON0263-017 06/01/2008 Rates Fringes Ironworker, reinforcing ........ $ 20.90 4.60 ------------------------------------ --------------------------- PAIN0053-003 04/01/2008 Rates Fringes Painter - Brush, Roller & Spray ............................$ 15.81 4.56 -------------------------------------------------- PLUM0629-019 06/01/2009 Rates Fringes PLUMBER/P_IPEFITTER...............$ 20.25 6.25 ---------------------------------------------------------------- * SHEE0049-007 06/16/2010 Rates Fringes SHEETMETAL WORKER (HVAC Duct and System Installation Only) .... $ 21.2.0 8.95 ---------------------------------------------------------------- SUTX2009-168 06/03/2009 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 18.58 0.00 ELECTRICIAN ......................$ 18.09 2.36 IRONWORKER, STRUCTURAL ........... $ 10.38 0.00 LABORER: Common or General ...... $ 8.86 0.00 LABORER: Mason Tender - Brick...$ 11.00 0.00 OPERATOR: Backhoe/Excavator..... $ 13.81 0.00 OPERATOR: Blade/Grader .......... $ 12.97 0.00 OPERATOR: Front End Loader ...... $ 12.23 0.00 ROOFER ............... ............ $ 12.06 0.00 TILE SETTER ......................$ 8.50 0.00 TRUCK DRIVER .....................$ ---------------------------------------------------------------- 10.15 0.00 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 (29 CFR 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: 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. r_ 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board a ( formerly the L Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling Installer Air Conditioner Installer J Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor _1 Bricklayer Bricklayer -Helper j Carpenter b Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper p Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Y Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Trick Driver -Heavy 8.00 Truck Driver -Light 7.00 i EXHIBIT C { Prevailing Wage Rates 1. Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. i FAA MANDATORY CONTRACT PROVISIONS FAA GENERAL PROVISIONS SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS Project -M-a--n u-al 1_ Lubbock Preston Smith International Airport Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement Lubbock, Texas TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION FAA General Provisions FAA Special Provisions DIVISION I - GENERAL REQUIREMENTS 01025 Measurement and Payment 01027 Application for -Payment 01028 Change Order Procedures 01100 Summary 01300 Administrative Requirements 01330 Submittal Procedures 01400 Quality Requirements 01500 Temporary Facilities & Controls 01600 Product Requirements 01.650 Starting of Systems 01700 Execution Requirements DIVISION 2 - SITE WORK 02466 Drilled Piers DIVISION 3 - CONCRETE 03300 Cast -In -Place Concrete DIVISIONS 4 - 6 Not Used DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07600 Sheet Metal 07900 Joint Sealers DIVISIONS 8 -13 Not Used 1 :� .t DIVISION 14 ' �Sw � 14950 Passenger Boarding Bridges r.��F DIVISIONS 15 Not Used 03270709 08/10 TABLE OF CONTENTS TOC - I DIVISIONS 16 - ELECTRICAL 16000 Basic Electrical Methods 16111 Conduit 16123 Building Wire and Cable 16130 Boxes 16170 Grounding and Bonding 16180 Equipment Wiring Systems 16190 Supporting Devices 161-95 Electrical Identification 16441 Enclosed Switches 16481 Enclosed Motor Controllers 16620 Engine Generator 16630 Enclosed Transfer Switches 03270709 TABLE OF CONTENTS TOC - 2 08/ 10 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DI -VISION 2 — SITE WORK 02466 Drilled Piers DIVISION 3 — CONCRETE 03300 Cast -In -Place Concrete RUSSELL R. CARTER 0 ..� 92661 4: F-560 03270709 DESIGN PROFESSIONAL RESPONSIBILITY 09/ 10 RRC - 1 Lubbock Preston Smith International Airport Passenger BoariiingBi�ge Replacement DESIGNN-PROF-ESSIONAL- R�ESP-ONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods 16111 Conduit 16M Building Wire and Cable 16130 Boxes 16170 Grounding and Bonding 16180 Equipment Wiring Systems 16190 Supporting Devices 16195 Electrical Identification 16441 Enclosed Switches 16481 Enclosed Motor Controllers 16620 Engine Generator 16630 Enclosed Transfer Switches OF r � .:RI s7pp !. J !� 9373E +t `.ci pas.• ,.... F-560 03270709 DESIGN PROFESSIONAL RESPONSIBILITY KS - 1 08/ 10 - 9/30/2009 AC 150/5370-10E PART I --GENERAL PROVISIONS 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. a_ 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 I 9/30/2009 AC 150/5370-10E 1.0-16 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 ARCHITECT. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for architectural inspection of the contract work and acting directly or through an authorized representative. 1-049- 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 J, 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. F S GP-2 1 -r. 9/30/2009 AC 150/5370-f0E r ..,_ 1 10-29 MATERIALS. Any substane"peeifted-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 tem-L'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.. 10-40 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are -cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-41 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. 10-43 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. 10-45 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 9/30/2009 AC 150/5370-10E 10-46 SURETY. The corporation, partnership, or individual, other than -the -Contractor, --executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-47 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport --authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-48 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-49 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 1 '17 9/30/2009 AC 150/5370-IOE SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Proposers). See Notice and/or Instructions to Proposers found previously in the Project Documents. 20-02 PREQUALIFICATION OF PROPOSERS. Each proposer 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 proposer'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 proposer 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 proposer'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 proposer shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the proposer's financial responsibility has changed, the proposer shall qualify the public accountant's statement or report to reflect his/her (proposer's) true financial condition at the time -such qualified statement or report is submitted to the Owner. Each proposer shall submit "evidence of -competency" and "evidence of financial responsibility" to the Owner -at the time of proposal opening. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish proposers 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 proposer should such proposer be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts -in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner. d. Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy GP-5 9/30/2009 AC 150/5370-10E 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. t 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 numbers, 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 1 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: l 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 forth is detached. b. if there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that J 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. r a 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly `A marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an ` additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned -to the bidder unopened. GP-6 9/30/2009 AC 150/5370-10E 20-11 WITHDRAWAL OR REVISION OF PROPOSALS; A --bidder may -withdraw or revise (by withdrawal of one proposal and submission of another) a -proposal_ ,ovided_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 adve-Aise nmt --Bidders,—tluir-aathorized 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 9/30/2009 AC 150/5370-10E SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. Auer 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 unittiid 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 numbers shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION. OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the'letting-of construction contracts; advertise for new proposals; or -proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 70 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 I5 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special g 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 GP-9 1. 9/30/2009 AC 150/5370-10E 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract -that --the: safety+ -of -aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It- is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual--and-elee-trenic—signais-(inc-luding 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 mar -king, lighting, and other- acceptable means of identifying: personnel; equipment; veNc-les; storage--are-as-;-and-any work area --or condition that -may be. -hazardous to the operation of aircraft, -fire -rescue- equipment, or maintenance vehicles at the airport. 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 Architect shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Architect 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 inthework as otherwise provided for in the -contract and shall remain the property -of the Owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Architect and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Architect; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Architect's approval in advance of such use. GP-12 �- 9/30/2009 AC 150/537-0-1OE [ Should the Architect 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 4 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 Architect 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 makena-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 9/30/2009 AC 150/5370-10E SECTION-N CONTROL OF WORK 50-01 AUTHORITY OF THE ARCHITECT. The Architect 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 Architect shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The -Architect shall determine the amount and quality of the several kinds of work performed and materials furnished which are to -lie paid -for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all -materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Architect 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 finishedproducthaving 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 Architect 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 portian=of-the work. The Architect's determination and recommended contract price adjustments will be based -on good Architecting 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 Architect 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 Architect'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 Architect'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 Architect'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 Architect with the authority, after consultation with the FAA, to use good architectural 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. The Architect 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-14 1 9/30/2009 AC 150/5370-IOE 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 - Architect -for his/her -interpretation and decision, and such decision shall be final. ' LIST SPECIAL PROVISIONS SP-1 SCOPE OF WORK SP-2 BASIS OF CONTRACT AWARD SP-3 TIME AND ORDER OF COMPLETION SP-4 CALENDAR DAY SP-5 LIMITATION OF OPERATION SP-6 AIRPORT OPERATIONS SECURITY SP-7 CONTRACTOR'S-PL-ANT­SITE, STORAGEAND OFFICEAREA(S) SP-8 PROTECTION OF PROPERTY 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-15 PROGRESS SCHEDULE SP-16 PUBLIC CONVENIENCE AND SAFETY SP-17 FINAL CLEANING UP SP-18 INSURANCE SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK SP-22 DISPUTED CLAIMS FOR EXTRA WORK SP-24 INDEMNIFICATION SP-25 OPENING OF SECTION OF AIRPORT TO TRAFFIC SP-26 CONTRACTOR'S RESPONSIBILITY FOR WORK SP-27 CORRECTION OF FA ULTY WORK AFTER FINAL PAYMENT SP-28 SEPARATE CONTRACTS SP-29 SHOP DRAWINGS SP-30 ENGINEER SP-31 TRENCH SAFETY SP-32 ENGINEER'S FIELD OFFICE SP-33 PROGRESS MEETINGS SP34 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION SP-35 GEOTECHNICAL INFORMATION SP-36 OVERHEAD EQUIPMENT SAFETY 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 Architect 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 Architect 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-15 f ^ - 9/30/2009 AC 150/5370-i0E When se0arate 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 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. 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 Layout includes but is not limited to: Establishing elevation of concourse sill. Traffic markings on pavement. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications ortwact 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 nonconforming materials in question until such issues can be referred to the Architect 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 Architect. The Architect 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 Architect requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. t 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. GP-16 9/30/2009 AC 150/5370-10E 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=M- REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. Allwork that does not conform to the requirements of the -contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Architect as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or --any -other-cause found -to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection --titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Architect. Work done contrary to the instructions of the Architect, 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 Architect made under the provisions of this subsection, the Architect 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 Architect 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. GP-17 . 9/30/2009 AC 150/5370-10E Should the Contractor fail to respond to the Architect's notification, the -Owner -may -suspend any -work -necessary for the Owner to correct such unsatisfactory maintenance condition;_-. depending. 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 Architect to make final inspection -o# that -snit. -II-the-AArchitect #"mds 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 Architect and Owner will make an inspection. If afl-censtr-uaien provided-for-and-c-ontemplate-d-by-the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Architect 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 Architect 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 Architect 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 Architect 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 Architect 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 Architect 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 Architect 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 Architect, 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 architectural 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: GP-18 9/30/2009 AC 150/5370-10E a. A description of both existing contract requirements for performing the work and theproposed-changes with a discussion of the comparative advantages and disadvantages of each; m b. An itemization of the contract requirements that must be changed if the proposal is adopted; e. 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 completionofthe contract; and f. The contract items of work affected by the proposed changes, including- any quantity variation attributable to them. The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Architect, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Architect 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 Architect 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 Architect may disregard the contract bid prices if, in the Architect'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 Architect'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 GP-19 _ 9/30/2009 AC 150/5370-10E 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 g .. 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 Architect 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 Architect'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 Architect before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Architect 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 Architect, 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 Architect. 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 Architect. 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 Architect resumes on all testing organizations and individual persons who will be performing the tests. The Architect will determine if such persons are qualified. All the test data shall be reported to the Architect after the results are known. A legible, handwritten copy of all test data shall be given to the Architect 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 Architect 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 Architect 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-21 9/30/2009 AC 150/537.040E Materials or-assemblies-usedon-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 whetherinplace-or-not. The form and distribution of certificates of compliance shall be as approved by the Architect. NIMen—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 Architect shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Architect reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANTINSPECTION. The Architect 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 Architect conduct plant inspections, the following conditions shall exist: a. The Architect shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Architect 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 Architect, 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 Architect shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 Not used. 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 Architect. Materials to be stored on airport property shall not create i 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 Architect. 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 Architect a copy of the property owner's permission. GP-22 9/30/2009 AC 150/5370-10E All storage sites on private or airport properly shall be restored to their original -condition by- the -Contractor at his/her entire expense, except as otherwise agreed-to-(4n writing) -by the�wner-o�lesseeof 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 Architect. 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 Architect 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-23 i - 9/30/2009 AC 150/5370-10E 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 ail -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-obligeid-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: FAA Refer to Electrical Sheets Noel Owens Lubbock Tower 7001 N. MLK Blvd. Lubbock, Texas 79403 (806)766-6400 (806)548-0242 N oel.D.Owens@&FAA. GOV ALL WORK PERFORMED ON FAA -OWNED FACILITIES WILL BE BY CONTRACTOR UNDER DIRECT SUPERVISION -OF THE FAA. 2. Atmos Energy Sheet C-102 Sam Jones 5110 800 Street Lubbock, Texas 79424 (806) 798-4466 Sam.iones ,atniosenergy.com CONTRACTOR SHALL ALLOW ATMOS ENERGY TO MAKE "FIRST CUT" OF 12-INCH ABANDONED GAS PIPELINE PRIOR TO DEMOLITION OF THE PIPELINE. GP-25 9/30/2009 AC 150/5370-10E 3. Oneok WesTex Sheet_C-1-02 Jeff Pylant (806)354-6522 ipylant@oiieok.com -CONTi R,ACTOR-SHALL_ ALLOW ONEOK TO MAKE "FIRST CUT" OF 20-INCH ABANDONED GAS PIPELINE PRIOR TO. DEMOLITION -OF THE PIPELINE. 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 Architect. 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 Architect, 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. 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. i GP 26 �_ z 9/30/2009 AC 150/5370-10E When used during periods of darkness, such barricades, warning signs, and -hazard -markings shall be -suitably - illuminated. Unless otherwise specified, barricades, warning signs, and--mar3cings4or-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-confor-miry 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. 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 Architect. Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Architect 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 Architect 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 GP-27 9/30/2009 AC 150/5370-10E 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 Architect 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,—er-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); aetion(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. 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 Architect 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 Architect, 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 Architect'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 GP-28 9/30/2009 AC 150/5370-IOE 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- tcr 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 -adeq"-& pm-cautions-to-protect-ne-w-fie 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: 1. City of Lubbock Deputy Director: Steve Nicholson (806) 775-2036 Operations Supervisor: Gary Loftus (806) 775-3144 Field Maintenance: Steve Hemmeline (806) 775-2040 or (806) 777-7034 2. FAA Noel Owens: (806) 766-6400 or (806) 548-0282 3. Lubbock Power & Light LeRoy Martinez: (806) 775-2695 4. Atmos Energy Sam Jones: (806) 7984466 5. Oneok Westex Jeff Pylant: (806) 354-6522 6. Centurion Pipeline Tony Wofford: (325) 573-3589 7. AT&T David Savage: (806) 741-5306 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. t GP-29 LL 9/30/2009 AC 150/5370-10E 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 Architect. In addition -to -the genera -written notification hereinbefore provided, it shall be the responsibilityof 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 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 Architect. The Contractor's failure to give- the two day's notice hereinabove 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 Architect 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 Architect 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 Architect continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The 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 Not Used. 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 Architect, 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 stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. f 2 GP-30 9/30/2009 AC 150/5370-10E 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with afl-Feder--al—state,--and loca1-lavvs and regulations controlling pollution of the environment. He shall-take-necessmy-preeautions_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 Not Used. END OF SECTION 70 GP-31 9/30/2009 AC 150/5370-10E 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 Architect. 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 Architect. The Contractor sball-perform; with his organization, an amount of work equal to at least 25 percent of the total contract cost. !- 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor a._. 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 Architect in -the written notice to proceed, but in any event, the Contractor shall notify the Architect 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 Architect's approval within 10 days after -the effective date of the notice to proceed. The a_ Contractor's progress schedule, when approved by the Architect, 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 Architect'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 Architect at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 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 Architect) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Architect 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 GP-33 9/30/2009 AC 150/5370-10E 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: N/A 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 haw--it-proposes-to comply -withrthe-requirements prese-nted-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 Architect. 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 Architect, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Architect, 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 Architect. 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 Architect 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 contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Architect. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Architect 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 GP-34 9/30/2009 AC 1-5-0/5370=10E producing work in conformity with contract requirements. If, after trial use of the substituted--rnethods -or- equipment, the Architect determines that the work produced does riot -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 Architect may direct. No change will be made in basis of payment for the contract items involved nor in contract time -as --a result of authorizing a change in methods or equipment under -this subsection.. 80-06 TEMPORARY SUSPENSION OF THE -WORK. The -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 Architect's order to suspend work to the effective date of the Architect's order to resume the work. Claims for such compensation shall be filed- with the Architect within the -time period stated in the Architect's order to -resume work. The Contractor shall submit with his/her claim information substantiating the -amount shown on the claim. The Architect 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, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 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: & CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Architect. The Architect 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 Architect 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. notice to proceed. (2) The Architect will not make charges against the contract time prior to the effective date of the GP-3 5 1 9/30/2009 AC 150/5370-10E (3) The Architect will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Architect will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file_a written protest-setting-ferth--his/her objections to the Architect'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 -per-formance-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 complete-dquant-ities 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. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Architect 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 Architect I 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 t 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 architectural services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. GP-36 9/30/2009 AC 150/5370-10E SCHEDULE LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION TIME Substantial Completion $1,450.00 210 calendar days Final Completion $1,450.00 30 calendar days following substantial completion or a total of 240 calendar days Phase $1,450:00 .90--calendar. days -Phase 2 ' $3,750.00 30 calendar days Phase 3 $1,450.00 30 calendar days Phase 4 $1,450.00 30 calendar days Phase 5 $1,450.00 30 calendar days The maximum construction time allowed wJIFbe the sum of the time allowed for individual schedules but not more than 240 days. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of 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 Architect 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 Architect 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 Architect will be required for the completion of said contract in an acceptable manner. GP-37 9/30/2009 AC 150/5370-10E All costs andchargesincurred-by-the--Ownerrtogether 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 ON -FOR N-AT440NAL 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-0f unit$ -or -items -of wor-k-c-0mple-te-d-at-the-contract price or as mutually agreed for items- of -work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Architect. 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 Architect 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 a minimum or 500 feet from the centerline of an active runway and shall not penetrate the Threshold Siting Surface (TSS). No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 250 feet of an active runway at any time. END OF SECTION 80 GP-3 8 1 i_ i_ 1- 9/30/2009 AC 150/53-70=I GE SECTION 90 MEASUREMENT AND -PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will -be measured by the Architect, 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 architectural practice. 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-medrods will -be used. The thickness of plates and galvanized sheet used in the -manufacture of corrugated metal pipe-, meta+ -plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fractiorwcfinches. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). 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 Architect 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 wily -be accepted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. 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 Architect. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided -for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the ` GP-39 9/30/2009 AC 150/5370-10E 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 theacceptedquantities 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-ef-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 Architect 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 Architect 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 Architect'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 Architect'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 Architect'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 Architect 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 Architect 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 Architect with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. GP-40 �1_ 9/30/2009 AC 150/5370-10E (-3)-Quantities ofmatgualsi 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 Architect 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, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (95 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 5 percent retainage shall be deducted. When not less than 95 percent of the work has been completed, the Architect 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 Architect -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, 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: GP-41 9/30/2009 AC 150/5370=10E a. The material has been stored or stockpiled -in -a -manner acceptable -to -the Architect at or on an approved site. b. The Contractor has furnished the Architect with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The --Contractor -has fished the Architect 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 5 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 5 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 Architect will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Architect's final estimate or advise the Architect 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 Architect 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 Architect's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Architect's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Architect'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 GP-42 9/30/2009 AC 150/5370-10E 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 -deter -mined to be due the Contractor will be paid-pursuant-to-a-suppl.eniental-final estimate. j_ END OF SECTION 90 m:^ GP-43 SPECIAL PROVISIONS SP-1 SCOPE OF WORK The work to be --accomplished under these specifications, --including the. plans, consists of construction work for the Lubbock Preston Smith International Airport, including but not limited to the removal of nine (9) existing passenger boarding bridges, including pedestals, removal of an existing generator-an-d-fuel cell, the installation of nine (9) new apron drive passenger boarding bridges, including all necessary electrical connections, flashing to existing building and pedestals, modifications -to -existing structural boxes for pedestals, -and new generator and fuel cell. 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 lowest responsive/responsible Proposer. Refer to the City of Lubbock boiler plate documents for additional information. SP-3 TIME AND ORDER OF COMPLETION The construction covered by these specifications shall be completed (final completion) within 326 calendar days after the date of written Notice to Proceed. The Contractor may commence work upon receipt of the executed contract and shall commence work not later than the tenth (I O'h) day after the date of the Notice to Proceed. The Contractor will he permitted to nrnse.cute certain nortinne of the wonk in the order ---d mwaru,er of h— _ _ r _ _ _ _ ___ Ynortin ... ...... .. w,..., u,.. order w,., u,wu,..i va aria 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 Architect with his proposed progress schedule and Quality Control Plan for approval by the Architect 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 Architect. The Architect 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. 03270709 SP - I 08110 Liquidated damages will be assessed for delayed -completion in the -amount listed below per calendar day for each individual -phase orMfthase (Refer -to -Plans -for specific scope of each Phase). 1 Overall Project (Substantial Corpletion) $1,450 2 Overall Project (Final Completion, within 30 calendar days $1,450 following substantial completion) 3 Phase 1 — 90 calendar days $1,450 4 Phase 2 — 30 calendar Days $3,750 5 Phase 3 — 30 calendar Days $1;450 6 Phase 4 — 30 calendar days $1,450 7 Phase 5 — 30 calendar days $1,450 Stormwater pollution prevention plan measures shall be in -place and complete prior to the commencement of any construction work. Staging area preparation and construction will need to be performed prior to work or as approved by the Architect. In all phases of work, the contractor shall keep all equipment, personnel, etc. clear of the protected surfaces on the airfield as shown in "imaginary surfaces" detail in the plans and in the appendix of these specifications. Any deviation from the above sequences of construction must be submitted by the Contractor in writing and will require the prior approval of the Architect and Owner. The Contractor shall schedule his work well in advance of actual operations and shall keep the Architect advised of this schedule so that close coordination can be maintained with the Director of Aviation. Portions of the runways and taxiways may be closed as required for proper execution of the work, but at least fourteen (14) days notice will be required before closing any portion of a runway or taxiway. SP4 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. Valid weather days will be considered by the Architect. SP-5 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall the Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of the Architect. The Contractor shall be required to submit a schedule of operations to the Architect for approval. The Contractor shall not commence new work to the prejudice of work already started. The Contractor shall take all precautions necessary to insure the safety of operating aircraft and their passengers as well as that of his own equipment and personnel. Special considerations shall be given to flight schedules and other aircraft operations. The Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport area. The Contractor shall provide all such equipment with a flag on a staff so attached to the 03270709 SP - 2 08/ 10 equipment that the flag will be readily visible. The flag shall be not less than three feet square consisting of a checkered pattern of international orange and white squares of not less than one foot on each -side. During-nighttime--work,--the Contractor shall provide such equipment with approved flashing lights so attached to the equipment that -the lights will be readily visible. The Contractor shall make his own estimate of all difficulties to be encountered. Equipment not actually in operation shall be kept clear of landing areas; personnel shall not enter areas of the airport where -aircraft are operating without specific permission. Nighttime construction activities must be coordinated with the Architect. All operations shall be coordinated, through the Architect, with the Director of Aviation, to the end -that -no interference with7aircraft traffic on active runways, taxiways or aprons will result from the operations of the Contractor. Construction activities will not be allowed within the safety area -of any active runway or taxiway. The Contractor shall, at a minimum, use the procedures required in AC 150/5370-2E for construction within the AOA. Safety areas for runways and taxiways can be obtained from the Owner or the Architect if necessary. The Contractor shall maintain flagmen, as may be required, to direct his construction traffic if it becomes necessary for such traffic to cross or travel along any active taxiway or runway. Traffic shall be directed away from these facilities whenever possible and no traffic shall ever cross an active runway or taxiway -without having roper clearance from the control tower. Trenches, "drop offs" and manhole excavations within the limits of the safety area of any airfield pavfrig shall be backfilled as outlined in these specifications by the end of the work day or work period. Excavations outside the safety areas of any active airfield paving shall be barricaded as outlined in these specifications to the satisfaction of the Architect by the end of each work day or work period. All excavations shall be backfilled as soon as practicable. No open excavations shall be allowed within the safety area of any active airfield pavement unless otherwise approved by the Owner and the Architect. The FAA considers any deviation of more than 3-inches above or below the existing grade to be a hazard to aircraft operations. The FAA may issue warnings or fine the Airport for these violations. Such fines as may be handed out by the FAA as a result of the Contractor's activities shall be considered the Contractor's responsibility, and shall be promptly paid by the Contractor, at his sole expense. The Contractor shall schedule his work well in advance of actual operations and shall keep the Architect advised of this schedule so that close coordination can be maintained with the Director of Aviation. The Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint himself with the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by the Contractor's workmen shall-resuh-in the discharge of such men in accordance with the General Conditions. Continued violations -of safety rules and regulations by the Contractor, after having been notified of such violations by -the Architect, shall '^ constitute grounds for suspending the Contractor's operations until steps are taken that will insure a safe operation. The -Contractor shall be required -to equip vehicles used by his project -superintendent and -project -foremen on the project with radio receiver/transmitters for maintaining direct communication with the FAA control tower at Lubbock Preston Smith International Airport. The Contractor will provide a minimum of two (2) radios, as specified below. At the completion of the Droiect, the Contractor shall transfer ownership of the two (2) specified radios, chargers and attachments to the Owner. The radios shall be delivered to the Owner in good working condition. The cost -of -the two (2) radios, chargers and attachments will be considered a subsidiary obligation of the Contractor under this project, and no separate, direct payment will be made. The radios to be provided shall consist of the following: Two (2) Icom America, Model IC-A5 (or latest equivalent model), with AC charger, DC charger, carrying case, flexible antenna, headset adapter cable, headset desk charger, multi -charger, and two (2) 760 mAH heavy rechargeable battery packs. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, taxiway, or apron, or as directed by the Architect. 03270709 SP - 3 08/10 i_ areas of work. The Contractor shall be required to provide sufficient number of radios to maintain communication in all � The Contractor shall park all equipment not being used for construction purposes, and for parking of employee vehicles in an area approved by the Director of Aviation. No unauthorized employees or unauthorized vehicles will be allowed -within -the operationalareaof the airport. Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or runway without specific written authorization from the Architect.and the Director of Aviation. Any damage incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as required by the Architect and the Director of Aviation. The Contractor shall not permit water to stand in any excavation adjacent to existing pavements. To insure compliance with this requirement the Contractor shall maintain at the site not less than two dewatering pumps in good working condition at all times that any excavation adjacent to existing pavements is open. No work other than dewatering operations will be permitted on the project at any time water is standing in open excavations. The Contractor shall maintain the pavement surfaces which are allowed to be used as hauling routes, in -a clean condition, as determined by the Director of Aviation. The Contractor shall be subject to a pre -construction conference to discuss phasing and project safety control after award of contract. If the contractor would like to amend the proposed phasing plan it will be discussed, reviewed and approved or modified -at this meeting. SP-6 AIRPORT OPERATIONS SECURITY SP-6.1 General Airport security is a vital part of the Contractor's responsibilities during the course of this project. The following security guidelines and the rules and regulations of the Lubbock Preston Smith International Airport Operations Department (LBB Operations) and the Transportation Security Administration (TSA) 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 (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. When necessary to cross pavement surface on the airfield, the Contractor shall inspect all paved surfaces for Foreign Object Debris (FOD), on a daily basis and prior to reopening pavement surface to air traffic. DO NOT leave access under secure fence at any time. SP-6.3 LBB Operations -Issued Security Badges The Contractor shall be responsible for obtaining a photo -identification security badge issued by the LBB Operations for each supervisor or foreman of each work crew working within the AOA. The Contractor shall obtain LBB Operations 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 LBB Operations security badge, or obtain and display a Contractor -issued identification badge, as specified below, AND be escorted or directly supervised by an individual displaying a current LBB Operations- security badge. 03270709 SP - 4 08/10 The --Contractor may -obtain LBB Operations security badges --from the Lubbock Preston Smithhrternational- Airport -Operations Department-attheLubbock-Preston Smith International Airport. LBB Operations _ reserves the right to limit the number of security badges issued to the Contractor. LBB-Operations will charge the Contractor a forty-five dollar ($45.00) fee for each security badge issued. The cost for a responsible signee will be $45.00. An -additional fee will be charged, as noted later in this section, for lost or destroyed badges. LBB-Operations 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. LBB Operations security badge may be confiscated and all security rights revoked by LBR-Operations upon the breach of any security or safety regulations at the discretion of LBB Operations. The holder of-an-LBB Operations_ security badge shall surrender the badge at the completion of this project, --upon transfer or termination of employment, or at any other time at the request of LBB Operations. The Contractor shall conduct a background check of each applicant for an LBB Operations security badge utilizing standard background check forms provided by LBB Operations. The Contractor shall be responsible for completing the required forms, and for submitting the forms to LBB Operations 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 LBB Operations. LBB Operations shall be responsible for reviewing the background- checks. Only persons whose application is approved by LBB Operations shall be issued security badges. - LBB Operations reserves the right to bar -from- the AOA any individuals -found -by -the background check to be, in the opinion of LBB Operations, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LBB Operations -issued security badges to LBB Operations. LBB Operations will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed LBB Operations -issued security badge. All LBB Operations -issued security badges must be accounted for and surrendered at the completion of this*project. Failure to account for and surrender all LBB Operation - issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SP-6.4 Contractor -Issued Identification Badges 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 arridentification badge shall be made available -upon the request of LBB Operations, the Director of Aviation or the Architect. The format and content of the Contractor -issued identification badge shall be approved by LBB Operations 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 LBB Operations at the completion of the project. 03270709 SP - 5 08/10 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 LBB Operations - 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 LBB Operations -issued security badge at all times while within the AOA. Persons within the -AO not possessing a valid LBB Operations ---issued security badge, or escorted or directly supervised by an individual possessing a valid LBB Operations -issued security badge, shall be considered in violation of LBB Operations security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LBB Operations security -arrangements. SP-6.5 Contractor's Entrance Gate 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 LBB Operations 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 Architect, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess an LBB Operations -issued security badge. If this security arrangement is desired and approved, the gate shall be manned by the watchguard as long as the gate remains open. The watchguard shall be the Contractor's representative and shall be responsible for all movement through the gate. Again, only authorized persons and vehicles shall be allowed by the Contractor's watchguard to enter the AOA. At the Contractor's option, and upon approval of the Architect, 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 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. The escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of -the escort -vehicle and the escorted vehicles, the driver of -the escort vehicle shall be approved for, shall be issued, and shall display an LBB Operations security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures. 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 shallobeyall instructions from the Air Traffic -Control Tower. SP-6.7 ChalleneinQ Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LBB Operations security -badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LBB Operations security badge, or who cannot produce a valid LBB Operations security badge, or who is not under escort or under the direct supervision of a person possessing a valid LBB Operations security badge. The challenge shall consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, LBB Operations shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until LBB Operations arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of LBB Operations and shall be immediately confiscated by LBB Operations or the Director of Aviation. 03270709 SP - 6 f - 08/10 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. information is required When requesting approval for the use of a crane or other hoisting device, the following Exact location of construction activities utilizing -a -crane or other hoisting device. 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 34bot 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 Architect, or at any other time at the direction of the Director of Aviation or the Architect. The Contractor shall notify the Architect and Director of Aviation at least fogy -eight (48) hours prior to actual erection of the crane or other hoisting device. SP-7 CONTRACTOR'S, STORAGE AND OFFICE AREA(S) The Contractor shall make his own provisions for 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 storage and office areas. 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. 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 regradingdisturbed areas; complete removal of debris or any other material brought onto the site by the Contractor; 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 clear and grub the area, and remove and stockpile a minimum of 6-inches of existing topsoil. After completion of the project and after clearing the site of materials, equipment and debris, the Contractor shall replace, spread and grade the salvaged topsoil, followed by -seeding and fertilizing. 03270709 SP - 7 ` 08/10 5. All restoration activities shall be accomplished in accordance with applicable technical i specifications of these documents including but not limited to Items P-152, P-401 and T-901. 6. No direct payment will be made to the Contractor for preparing or restoring plant site haul routes, 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 performedbyothers. The Contractor shall be responsible forlocatingallundergroundfacilities that might be damaged by the proposed construction. The Contractor shall be responsible for all damage done to either public or private property during the course of construction except as specifically provided otherwise in these specifications. Various existing underground utilities and structures are shown on the plans. Their -locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with FAA Facilities at Lubbock Preston Smith International Airport. The Contractor should anticipate conflicts with existing utilities. Where conflicts are encountered, the Contractor shall reroute electrical conduits, ducts, water pressure lines and/or force mains around gravity lines which will take precedence over pressure lines for maintaining vertical alignment as shown on plans. Conflicts between pressure lines shall be resolved as ordered by the Architect. No additional payment will be made for rerouting utilities due to conflicts. Runway and taxiway lights and signs and electrical cables are not scheduled to be removed or abandoned under this contract. The Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways and taxiways which will be open for night operations. The Contractor shall protect existing lighting fixtures from damage during construction by his operations. An inventory of existing fixtures shall be taken before construction begins and the Contractor shall be responsible for the cost of replacement of any fixtures damaged by his operations. SP-9 -ELECTRIC POWER AND NATURAL GAS The Contractor may use the Owner's existing electrical, and the Owner shall pay for electricity, consumed L during the construction of the project. The Contractor shall take measures to conserve energy. - SP-10 LINES AND GRADES The Contractor will be responsible for laying out the work from existing paving and structures. The Architect 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 Architect 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 Archtiect may set for either his own or the Contractor's -guidance shall be scrupulously 03270709 SP - 8 08/10 If preserved by the Contractor_ -In--Ease of negligence- on -the part of the Contractor or his employees, resulting in the destruction of-such-stakes=orxnarkings, an amount -equal to -the cost of replacing same may be deducted from subsequent estimates due the Contractor, at the discretion of the Architect. SP-11 WATER FOR CONSTRUCTION The Contractor may use the- Owner's existing water and the Owner pay for all water consumed during the construction of the project. The Contractor shall take measures to conserve water. Arrangements for the location of water sources and for payment for water consumed by the Contractor during construction shall be coordinated with the -Director of Aviation. SP-12 MATERIAL TESTS Various -tests on materials of construction are required in the specifications. In general, the Contractor shall -.r bear the cost of all material tests required before approval of a material source or mix design. The City will bear the cost of all. passing -commercial laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of the Contractor. 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 the work and the safety of the public for both land and air traffic. Before closing existing runways or taxiways, warning signs for air traffic shall be placed at such locations and shall be visible day and night. A runway closed because of construction or other activities or hazards shall have appropriate FAA standard markings. Any movement of Contractor's vehicles or equipment on or across landing areas shall carry FAA standard markings or flags. Movement of other vehicles- responsible to the Contractor shall be under escort, as specified in Paragraph SP-6, AIRPORT OPERATIONS SECURITY. 03270709 SP-- 9 08/10 Taxiways closed to traffic shall be protected by effective -barricades. Spacing-oUbanicades shall be as directed by the Architect. Barricades for -aprons closed--to-traffic-.haU-consist of heavy duty barricades with reflective striping and a flashing light on each end as shown in detaiLon the plans. Barricades shall be spaced with no more than 10' clearance between the ends. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways, taxiways and roadways. Obstructions -shall be, illuminated at night. The proper illumination of obstructions is critical to the safe operation of aircraft on the Airport. All warning lights shall be equipped with photocell controls to automatically turn on the lights at night and=turn--them- off.at-daytime. The lights shall -be checked daily by the Contractor to assure that batteries or power cells are in working order. In addition, the lights shall be checked by the Contractor at night on a daily basis. Any lights found to be out of order, flashing weakly or in otherwise less than acceptable operating condition shall be immediately replaced -or —repaired. The Architect may suspend work on the project if the Contractor's warning lights are not maintained in an acceptable manner. A twenty-five dollar ($25.00) charge will be assessed the Contractor for each light, per day, found to be inoperative by Owner's personnel or re resentatives. SP-14 PROGRESS SCHEDULE Within ten (10) 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 Architect 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 Architect. Revision or changes in the approved progress schedule may be made only with approval of the Architect. SP-15 PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall, at all times, be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the Architect. 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. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from the Architect and Director of Aviation. The Contractor shall be responsible for -maintaining the pavement free of all rocks, gravel, dirt and other } debris in areas where hauling is permitted on or across any active apron, runway or taxiway, or in areas temporarily closed which are subject to opening on short notice. All rocks, gravel, dirt or other debris shall be removed immediately by the Contractor. SP-16 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, the Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. 03270709 SP - 10 08/10 SP-17 INSURANCE The Contractor shall not begin work under this contract until he has obtained -all -insurance as required -in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the Owner shall have approved same. The insurance coverage indicated in the General Conditions shall also include the Architect, 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 Er ._ Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the P Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. SP-18 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS All structures, utilities or obstructions found on the airport and shown on the plans which are not to remain in place or which are not to be used in the new construction shall be removed as directed by the Architect. 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 roe of the Contractor and shall be properly disposed of off airport roe b the Contractor. property rtY P P Y P rP property rtY Y SP-19 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from the plans which may be required by the exigencies of construction shall be determined by the Architect and authorized by him in writing. SP-20 . REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if it cannot be satisfactorily repaired, removed and replaced -at-the Contractor's -expense. Materials not conforming to the requirements -of the -specifications shall be removed immediately from the site of the work and replaced with satisfactory material by the Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized and, at the option of the Architect, 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 Architect, the Owner may recover for such defective work or materials on the Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor, which cost will be deducted from any money due him. 03270709 SP - 11 08/10 t_. SP-21 DISPUTED CLAIMS FOR EXTRA WORK In case the Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by the Architect as an extra, the Contractor shall notify the Architect 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 Architect every facility for keeping actual cost of the work. Failure on the part of the Contractor to give such notification or to afford the Architect 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 Architect shall not in any way be construed to prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his claim for extra compensation with the Architect, who will present it to the Owner for consideration. SP-22 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner, Architect 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 attomey'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, Architect or any of its officer, agents or employees, including attorney's fees. The Contractor shall indemnify and hold harmless and defend the Owner, Architect and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any claimed negligent act of the Owner, Architect, 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, Architect or any of its officers, agents or employees, including attorney's fees. The Contractor agrees that he will indemnify and save the Owner and Architect harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and finnishers 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-23 OPENING OF SECTION OF AIRPORT TO T3tAFFIC Whenever, in the opinion of the Architect and LBB Operations, a Passenger Boarding Bridge (PBB) is in an acceptable condition, it may be opened to traffic upon the written order of the Architect. The opening of any PBB will be held as an acceptance of said PBB but shall not be considered as a waiver of any of the provisions of these specifications or contract. Pending final completion and acceptance of the work, all necessary repairs and renewals on any PBB opened, due to defective material or work, to natural causes other than ordinary wear and tear, or to the operations of the Contractor, shall be performed by and at the expense of the Contractor. SP-24 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by the Architect 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, 03270709 08/ 10 SP - 12 whether arising from the execution -or -from -the non -execution -of --the work. The Contractor shall rebuilds repair, restore, and make good, at his ownxpense all -injuries or damage to any portion of the -work occasioned by any of the above causes before its completion and acceptance. SP 25 CO a. =TION 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-bLthe-Contractor-with-the requirements -of this -paragraph. 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 mTmxFother 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 Contractors coordination with other contractors shall require the approval of the Architect. See Paragraph SP-3 for additional requirements concerning separate contracts. r SP-27 SHOP DRAWINGS The Contractor shall submit to the Architect with such promptness as to cause no delay in his own work or in that of any other Contractor, electronic copies unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Architect shall pass upon them with reasonable promptness, making notations. The Contractor shall make any corrections required by the Architect, file with him the corrected copies and famish 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 Architect plus the copies desired by the Contractor and/or Manufacturer. The Architect'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 Architect'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 ARCHITECT Whenever the word Architect is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Lubbock, Amarillo, Midland, and El Paso, Texas and Las -Cruces, New Mexico, Architect of the Owner, or such other Architect, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP-29 TRENCH SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall provide alternate shoring details as prepared by a Licensed Professional Architect in the State of Texas. 03270709 SP - 13 08/10 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, Architect and all Subcontractors active on the site shall be represented. The Contractor shall coordinate and preside at the --meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be -to review the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to the work. SP-31 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION The Owner and the Architect shall be notified in writing at least seventy-two (72) hours in advance if any water line or fire hydrant will be out of service. Seventy-two (72Thour advance notification shall also be provided prior to performing any work that may close -or -affect an emergency rescue and firefighting route. SP-32 OVERHEAD EQUIPMENT SAFETY The Contractor shall strictly -comply with all requirements of the Occupational Safety and Health Administration (OSHA) — OSHA A25.550-(a) (15) when operating cranes and overhead equipment in the vicinity of overhead power lines. 03270709 SP - l4 08/ 10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 01025 MEASUREMENT AND PAYMENT E 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 variousitems. 1.1 BASE BID Payment will be made for constructing the base bid items as shown on the plans and as defined in the Specification on a lump sum basis. Prior to the start of construction, the Contractor shall prepare and submit an itemized schedule of values for approval by .the_ Architect using AIA. . - Document G702 and G703. The approved schedule of values will be the basis for monthly progress -payments. The price for the base bid work shall include all mobilization/demobilization, equipment, labor, materials, superintendence and all incidentals necessary to -complete the project as specified. i 1.2 JOBSITE CLEANUP Site cleaning will be considered subsidiary to all other bid items. No separate payment will be _ made. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03270709 MEASUREMENT AND PAYMENT 01025 - 1 08/ 10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SE-CTLON 01-027 APPLICATIONS FOR PAYMENT 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. Administrative and procedural requirements governing the following: 1. Contractor's Applications for Payment. 2. Sulredule-of Values 1.3 RELATED SECTIONS A. Section 01330 - Submittal Procedures. B. Section 01700 — Execution Requirements. 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 AIA G702/G703. 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 Architect at the earliest feasible date, but in no case later than 14 days after "Notice to Proceed". 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by the Architect 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 Architect 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. 03270709 08/10 APPLICATIONS FOR PAYMENT 01027 - 1 1_ Lubbock Preston Smith international Airport Passenger Boarding Bridge Replacement 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-bave 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 Architect 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 Architect. 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. 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. 03270709 APPLICATIONS FOR PAYMENT 01027 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boardine Bridize Replacement 9. List of incomplete Work, recognized as exceptions to Architect'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. L. Certified Payrolls: With each month's application for payment, submit certified payroll reports for the General Contractor and each Subcontractor. If no work was performed -during that period, submit a form and state "No work performed". PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03270709 APPLICATIONS. FOR PAYMENT 01027 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SEC—T -DN 01128 CHANGE ORDER PROCEDURES 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. 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. 1.3 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01330 — Submittal Procedures. C. Section 01700 — Execution Requirements. 1.4 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. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. B. 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. C. Support each claim for additional costs, and for work done on a time and material basis, with additional information: l . Origin and date of claim. 2. Dates and times work was performed, and by whom. 03270709 08/ 10 CHANGE ORDER PROCEDURES 01028 - 1 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.6 CHANGE PROCEDURES A. The Architect 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 Architect 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. Contractorwi i-prepare--and submit -an -estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Architect, 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. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Architect 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. 1.8 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 Architect. 1.9 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. 1.10 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. Architect 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. 03270709 CHANGE ORDER PROCEDURES 08/10 E j �€ t 01028 - 2 j[ 3 L I Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Order: Architect will issue Change Orders (on standard City - approved Change Order Form) for signatures of parties as provided in the Conditions of the Contract. 1.12 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 03270709 08/10 END OF SECTION CHANGE ORDER PROCEDURES 01028 - 3 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement S C--T10 lOMO SUMMARY 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 of this section. 1.2 SECTION -INCLUDES A. Project; Work covered -by Contract Documents. B. Work by Owner. C. Products fumished=by others. D. Contractor use-ofsite and -premises. E. Work Sequence. F. Owner occupancy. 1.3 PROJECT; WORK COVERED BY CONTRACT DOCUMENTS A. Without force or effect, work of the Project consists of the removal of nine (9) existing passenger boarding bridges, including pedestals, removal of an existing generator and fuel cell, the installation of nine (9) new apron drive passenger boarding bridges, including all necessary electrical connections, flashing to existing building and pedestals, modifications to existing structural boxes for pedestals, and new generator and fuel cell. 1.4 WORK BY OWNER A. Airlines will remove and retain possession of the following items prior to start of work: 1. Portable and fixed 400 Hz ground power units. 2. Portable and fixed POU preconditioned air units. B. Items Furnished by Airlines for Final Connection by Contractor: 1. Fixed 400 Hz ground power units. 2. Fixed POU preconditioned air units. C. Contractor's Responsibilities: 1. Review airline provided equipment for compatibility. 2. Receive and unload products at site; inspect for completeness or damage, jointly with Owner. 3. Handle, store, install and finish products. 4. Repair or replace items damaged after receipt. 1.5 CONTRACTOR USE OF SITE AND PREMISES A. Limit use of site and premises to allow: 1. Owner/Tenant occupancy. 2. Work by Others and Work by Owner. 03270709 SUMMARY 01100 - 1 08/10 I� . I Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement B. Construction Operations: Limited to areas designated by.Lubbock Preston-SmiflOnternational Airport Director of Aviation. C. Time Restrictions for Performing Work: Coordinate with Lubbock Preston Smith International Airport Director of Aviation. D. Utility Outages and Shutdown: Coordinate -with Lubbock Preston Smith International Airport Director of Aviation. ( 9 1.6 WORK SEQUENCE A. Construct Work in phases to accommodate Owner's occupancy requirements during the construction period, coordinate construction schedule and operations with Owner. 1.3 OWNER OCCUPANCY A. The Owner/Tenants will occupy the premises during entire period of construction for the conduct of normal operations. B. Cooperate with Owner/Tenants to minimize conflict, and to facilitate Owner's/Tenant's operations. C. Schedule the Work to accommodate this requirement. 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 proposer, to insure that the proposer fully understands and can comply with the requirements of the project. 3.2 PRECONSTRUCTION MEETING A. A pre -construction 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 Architect's personnel and explanation of administrative procedures. B. The Contractor shall also use this meeting for the following minimum agenda: 1. Construction Schedule. 2. Phasing. 3. Use of areas of the site. 4. Delivery and storage. 5. Safety. 6. Security. 7. Clean-up. 8. FAA requirements. 03270709 SUMMARY 01100 - 2 08/10 ., Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement C. Attendees shall include: 1. The Owner. 2. The Architect and any consultants. 3. The Contractor and its superintendent. 4. Major subcontractors, suppliers and fabricators. 5. Others interested in the work. 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. See the Supplementary Conditions. kc Vvlr:1 "Ali bd A. Contractor shall warrant 100 percent of the project for one (1) year after the date of final acceptance of the work (or portions thereof). Extended warranties are detailed in individual specification sections. B. On the eleventh month from the date of final acceptance (or portion thereof) -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/replaced. 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 03270709 SUMMARY 01100 - 3 08/10 No Text Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement rwr X . 01: 111 KBIC ADMINISTRATIVE 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. Coordination. B. Surveying. C. Preconstruution-meeting. D. Request for information. E. Site mobilization meeting. F. Progress meetings. G. Preinstallation meetings. H. Cutting and patching. I. Alteration project procedures. 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. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with -line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. E. Large Apparatus: Any large piece of apparatus which is to be installed in any space in the building, and which is too large to permit access through windows, doorways or shafts, shall be brought to the job by the Contractor_ involved and placed in the space before the enclosing structure is completed. F. 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. 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 1 08/10 Lubbock Preston Smith International Airport - Passenger Boarding Bridge Replacement r G. Coordinate completion and clean up of Work of separates-ectionsin4r M=tion�ar__Substantial '. Completion -and for portions of Work designated for Owner's partial -occupancy. H. After Owner occupancy of premises, -coordinate access to site with Owner for correction of rill defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 SURVEYING A. Use personnel experienced in surveying to locate survey control and reference points. B. Protect survey control and reference points. C. Verify and confirm drawing dimensions and elevations. 1.5 PRECONSTRUCTION MEETING A. Architect will schedule a meeting and set Notice to Proceed. B. Attendance Required: Owner, Architect, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, list of products,—,Nchedule of Values, and progress schedule. 4. Designation of personnel representing the parties in Contract and the Architect. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, Request for Information (RFI), and Contract closeout procedures. 6. Review Notice to Proceed (NTP) and Substantial Completion Dates. 7. Workmen's Identification and Background Checks. 8. Scheduling. a. Use of premises by Owner and Contractor. b. Owner's requirements and partial occupancy. C. Temporary utilities provided by Owner. d. Building layout. e. Security and housekeeping procedures. f. Construction progress meetings. 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. 9. Scheduling activities of Construction Material Testing (CMT) lab, Engineer. D. Architect shall record minutes and distribute copies within three -days after meeting to participants with two copies to those affected by decisions made. 1.6 REQUEST FOR INFORMATION A. Contractor shall use Architect's standard form when submitting Requests For Information i (RFI). Architect will issue a copy of this form to Contractor in both -hard copy and electronic 1 media. Only Contractor can submit RFIs to Architect. RFI requests from subcontractors or material suppliers will not be considered. 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 2 08/10 ! Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement B. All information indicated on the form to be provided by Contractor shall be complete before a request can be submitted to the Architect's office. Requests withincomplete information will be returned to the Contractor. Submission of a complete RFI request by Contractor does -not constitute an RFI until Architect makes the determination. If Architect determines that request can not be answered with the information provided in -the, Contract Documents, Architect will then assign an RFI tracking number. Requests determined by Architect not to be an RFI-will be returned to Contractor without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. C. If request and proposed solution -cannot fit on the form, an attachment may be identified in the Request or Contractor Proposed Solution areas, then attached to the form and submitted to Architect. RFIs may contain more than one item when the items are related issues. Otherwise, only one item shall be addressed on -each RFI request. D. Architect's response to the RFI will be in writing on the same form, or by attachment.. and issued to Contractor and Owner. E. Responses from Architect will not change any requirement of the Contract Documents. Should Contractor believe an RFI response to cause a change to -the Contr-M, Contractor shall give written notice to Architect in accordance with the requirements in the Contract. Written notice shall include specific reasons and an order of magnitude of Cost and/or Time that Contractor deems appropriate based on the Architect's RFI response. Contractor's written notice does not constitute a Change Order, but provide a basis for further review and discussion with- the Architect. 1.7 SITE MOBILIZATION MEETING A. Architect will schedule a meeting at the Project site prior to Contractor occupancy. B. Attendance Required: Architect, Special Consultants, Contractor, Contractor's Superintendent, '. and major Subcontractors. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements and partial occupancy. 3. Security and housekeeping procedures. 4. Schedules. D. Architect shall record minutes and distribute copies within three days after meeting- to .' participants with three copies to those affected by decisions made. 1..8 PROGRESS MEETINGS A. Architect shall schedule and administer meetings throughout progress of the Work at minimum bi-weekly intervals. B. Architect will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, and Architect, as appropriate to agenda topics for each meeting. D. Agenda: l . Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 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. 10. Coordination of projected progress. l l . Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Architect shall record minutes, and distribute copies within three days to Architect, participants, and those affected by decisions made. L.9 PREINSTALLATION"MEETING A. When required in individual specification Sections, 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 Architect 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. Record minutes, and distribute copies within three days after meeting to participants, with three copies to Architect. PART 2-PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual specification sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. C. Cord and Plug: Provide minimum 6 foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual specification sections. 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. Verify that existing substrate is capable of structural attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify that utility services are available, of the correct characteristics, and in the correct location. 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 4 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 3.2 PREPARATION A. Clean -substrate surfaces -prior- to -applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply -any -manufacturer required -or recommended substrate primer, sealer, or conditioner prior to applying any new -material or substance in contact or bond. 3.3 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. 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. D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. 1. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For an assembly, refinish entire unit. J. Identify any hazardous substance or condition exposed during the Work to the Architect for decision or remedy. 3.4 ALTERATION PROJECT PROCEDURES A. Materials: As specified in product -Sections; match.existing products and work for patching and extending work. B. Employ skilled and experience installer to perform cutting and patching. C. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. D. Remove, cut, and patch work in a manner to minimize damage and to provide a means of restoring products and finishes to original condition unless otherwise specified. E. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent finishes. F. Where new work abuts or aligns with existing, perform a smooth and even transition. Patched work to match existing adjacent work in texture and appearance. 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 5 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement G. When finished surfaces are cut so that a smooth transition -with - new- work- is not--po-ssible, terminate existing surface along a straight line at a natural line of division and submit recommendation to Architect for review. H. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing other _imperfections. 1. Finish surfaces as specified in individual product Sections. END OF SECTION 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 6 08/10 PARKHILL 11 `T&GOOPER RF1 TO: Parkhill, Smith 8 Cooper, Inc. FROM: PROJECT NAME: Lubbock Preston -Smith International Airport Passenger [No.] Boarding Bridge Replacement (assigned by PSC) PROJECT NO.: 03270709 DATE: Items to be completed by Contractor before submittal to PSC for review *Specification Section/Paragraph No.: *Drawing- Reference/Detail No.: *Request: *Contractor Proposed Solution: *Signed by: *Response needed in days ❑ No RFI tracking number assigned Response: ❑ Attachments: Date Rec'd: Date Ret'd: Signed by: Copies: ❑ Owner ❑ Consultants ❑ Amarillo El Paso Las Cruces Lubbock Midland ❑■ 11DATA11Proiects1,NM707. MCLERICALISPECS165%U707-01300E.doc.. 4222 85th Street Lubbock, Texas 79423 806.473.2200 Fax 806.473.3500 1 1- Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SEC— IxT=81<38 SUBMITTAL —PROCEDURES 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. Submittal procedures. B. Construction progress schedules. C. Proposed products list. D. Shop drawings. E. Product data. F. Samples. G. Design data. H. Test reports. I. Certificates. J. Manufacturers' instructions. K. Manufacturers' field reports. L. Erection drawings. 1.3 RELATED SECTIONS A. Section 01400 - Quality Requirements: Manufacturers' field services and reports; Testing Laboratory Services. B. Section 01700 - Execution Requirements: Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.4 SUBMITTAL PROCEDURES A. Submit to Architect for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Produce copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes described in Section 01700. C. Transmit each submittal separately with -Contractor's standard transmittal letter including Contractor's name, address and phone number. Each submittal shall contain only one specification section. D. Sequentially number transmittal forms using Section number or Contractors other sequential numbering system. E. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification Section number, appropriate to submittal. F. 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. 03270709 SUBMITTAL PROCEDURES 01330 - 1 '' 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement G. Schedule submittals -to expedite the Project, and -de -liver --to- Architect —at -business -address. Coordinate submission -of related items. H. For each submittal for review, allow 15 days -excluding delivery time to and from the Contractor. I. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed-. W-or-k. J. Allow space on submittals for Contractor and Architect review stamps. K. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. L. Submittals not requested will not be recognized or processed. M. Format 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple -files -for the same submittal will not be accepted. 2. Submittals in any other format, including .ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each -page -is -legible, .PDF pages of drawings shall be -the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals -will be uploaded to Architect's Info Exchange website. N. The submittal procedures described in this Article applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples to be submitted, not digital files), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, Erection Drawings and any other type of submittal submitted to Architect. 1.5 RESUBMITTAL REQUIREMENTS A. Revise and resubmit submittals, as required, and resubmit to meet requirements as specified and as noted on submittal reviews. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical or numeric suffix for each re -submittal. 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule for Architect's review within -15-days-after date established in Notice to Proceed. B. Revise and resubmit as required. C. Submit revised schedule with each Application for Payment, identifying changes since previous version. D. Indicate estimated percentage of completion for each item of Work at each submission. 1.7 SHOP DRAWINGS A. Indicate special utility and electrical characteristics, utility connection requirements, and r location of utility outlets for service for functional equipment and appliances. B. Printable Image Size: Minimum 8 '/z x 11 inches and maximum 30 x 42 inches. C. Draw details to a minimum scale of 1/2 inches equal to 1 foot. D. Draw site plans to same scale indicated on contract drawings. 03270709 SUBMITTAL PROCEDURES 01330 - 2 08/10 ,y 1} _ Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement E. Draw all other plans to a minimum scale of 1/8 inch equal to I foot. F. Construction Documents (electronic or paper for -mat) issued by the Architect cannot be used in any shape, form or fashion in the creation and development- of shop drawings, except that electronic files containing floor plans or site plans which have been purchased from the Architect may be used as "backgrounds" for Contractor, subcontractors, sub -subcontractors and material suppliers in the Shop Drawing process. G. Electronic Files 1. Electronic drawing files are available for purchase from the Architect upon request. Cost of the files are indicated below plus applicable taxes. 0 — 3 sheets $100.00 per sheet 4 — 6 sheets $400.00 flat fee 7 — 9 sheets $500.00 flat fee Only the Contractor or his subcontractors and sub -subcontractors may purchase an .electronic -file. An electronic file will be provided in AUTOCAD format of the release currently used by the Architect. File will be provided via—ArchitecVs-Info Exchange website. Prior to delivery of the. -file, -purchaser shall sign an Electronic File Transfer Release Form. Payment for an electronic file shall occur upon delivery of file to purchaser. Electronic file shall be used only for the production of information required by this project and shall not be used in any other form (in whole or part). In the creation and publication of Shop Drawings, under no circumstances shall the Design Professional's seal or title block of the drawing be reproduced. All shop drawings must be original works from the Contractor subcontractors, sub -subcontractors and material suppliers. 1.8 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B. Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. C. Include notation of special coordination requirements for interfacing with adjacent work and building utilities where applicable. D. After review, distribute in accordance with Article titled SUBMITTAL PROCEDURES above and provide , copies for Record ---Documents described in Section 01700 — Execution - Requirements. 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. Unless otherwise specified, submit samples of finishes from manufacturers' full range of standard colors, textures, and patterns, for Architect'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. 03270709 SUBMITTAL PROCEDURES 01330 - 3 08/10 i Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement E. Submit -the -number of samples specified in individual specification Sections; one of which will be retained by Architect. F. Reviewed samples which may remain as part of the Work are indicated in individual specification Sections. G. Samples will not be used for testing purposes unless specifically stated in individual specification section. 1.10 DESIGN DATA A. Submit for Architect's knowledge as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.1-1 TEST REPORTS A. Submit for Architect's knowledge as contract administrator or for Owner. B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.12 CERTIFICATES A: When specified in individual specification sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Architect. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product, but must be acceptable to Architect. 1.13 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing. 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. 1.14 MANUFACTURER'S FIELD REPORTS A. Submit reports for Architect's benefit as contract administrator or for Owner. B. Submit report within 30 days of observation to Architect for information. C. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.15 ERECTION DRAWINGS A. Submit drawings for Architect's benefit as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by Architect or Owner. 03270709 SUBMITTAL PROCEDURES 01330 - 4 08/10 Lubbock Preston Smith International- Airport Passenger Boarding Bridge Replacement PART 2.PRODUCTS Not Used PART 3-EXECUTION Not Used 02700 O@!D END OF SECTION SUBMITTAL PROCEDURES 01330-5 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 01400 QUALITY 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. Quality control and control of installation. B. Tolerances. C. References. D. Testing and Inspection services. E. Manufacturers' field services. F. Examination G. Preparation 1.3 RELATED SECTIONS A. Section 01330 - Submittal Procedures: Submission of Manufacturers' Instructions and Certificates. B. Section 01600 - Product Requirements: Requirements for material and product quality. C. Section 01700 - Execution Requirements: Starting of Systems. 1.4 QUALITY CONTROL AND CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. 13. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer. G. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 03270709 QUALITY REQUIREMENTS 01400 - 1 ' 08/10 i f x Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1 £. P � 1.5 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers'tolerances. Should manufacturers'tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing in place. 1.6 REFERENCES A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard, except when more rigid requirements are specified or are required by applicable codes. 13. Conform to reference standard by date of issue current on date of Contract Documents, except - where a specific date is established by Code. C. Obtain copy of standards when required by specification section. D. Neither contractual relationship, duties nor responsibilities of parties in Contract nor those of the Architect shall be altered from Contract Documents by mention or inference otherwise in any -reference document. 1.7 TESTING AND INSPECTION SERVICES A. The independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Architect or the Owner. B. Testing, inspections and source quality control may occur on or off project site. Perform off -site testing as required by Architect or Owner. C. Independent Testing Laboratory firm's reports will be submitted to the Architect, with a copy to the Contractor. Reports will indicate observations and results of tests and will indicate compliance or non-compliance with Contract Documents. D. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, provide safe access to project site, and provide assistance by incidental labor as requested. l . Notify Architect and independent firm 48 hours prior to expected time for operations requiring services. 2. Pay for additional samples and tests required for Contractor's use. E. Employment of independent testing agency or laboratory does not relieve Contractor from performing Work to contract requirements. F. Re -testing and/or re -inspection required because of non-conformance to specified requirements will be charged to the Contractor by deducting re -testing and/or re -inspection charges from the Contract Sum/Price. 1.8 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification Sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, and start-up of equipment, test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Architect 30 days in advance of required observations. Observer subject to approval of Architect. 03270709 QUALITY REQUIREMENTS 01400 - 2 ; 08/ 10 i Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement ff..ir l .. C. Report observations -and -site de-c4ionn or .+.atr,.ntions-given-t"pplicaters or installers that -are supplemental or contrary to manufacturers' written instructions. D. Refer to Section-OI330 -SUBMITTAL PROCEDURES, MANUFACTURERS' FIELD REPORTS article. PART 2 - PRODUCTS Not Used PART 3 EXECUTION 3.1 EXAMINATION A. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance -of existing conditions. B. Verify existing substrate is capable.ofstructur-al support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described -in -individual specification sections. D. Verify utility services are available, of correct characteristics, and in correct locations. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond. END OF SECTION 03270709 QUALITY REQUIREMENTS 01400 - 3 ' 08/10 1_ Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 01500 TEMPORARY FACILITIES & CONTROLS 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. Temporary Utilities: Electricity and sanitary facilities. B. Temporary Controls: Barriers, enclosures, fencing, and protection of the Work. C. Construction Facilities: Field offices storage sheds, vehicular access, parking,__.pmgress cleaning, and project identification. 1.3 RELATED SECTIONS A. Section 01700 - Execution Requirements: Final Cleaning 1.4 TEMPORARY ELECTRICITY A. Connect to existing power service. Power consumption shall not disrupt Owner's need for continuous service. B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Power Service Characteristics: As indicated on drawings. D. Permanent convenience receptacles may be utilized during construction. 1.5 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Existing building lighting maybe utilized during construction. Owner will maintain lighting and pay cost of energy used. Exercise measures to conserve energy. 1.6 TEMPORARY COMMUNICATION SERVICES A. Provide, maintain and pay for telephone service to field office at time of project mobilization. B. Owner's communication systems shall not be used unless otherwise approved by Owner. C. As a minimum, provide cellular mobile telephone service for the on -site superintendent and home office telephone service. 1.7 TEMPORARY SANITARY FACILITIES A. Existing designated facilities may be used during construction operations. Maintain daily in clean and sanitary condition. B. At end of construction, return facilities to same or better condition than originally found. 03270709 TEMPORARY FACILITIES & CONTROLS 01500 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement - 14 FIELD -OFFICES -AND SHEDS A. Existing spaces may be used for field offices as indicated designated by the Owner. B. Storage Areas And Sheds I . Size storage to requirements for products of individual Sections, allowing for access and orderly provision for maintenance and for inspection of products to requirements of Section 01600. 2. Fire Extinguishers: Appropriate type fire extinguisher at each storage area. 3. Interior Materials in Storage Sheds: As required to provide specified environmental conditions for storage of products. 1.9 VEHICULAR ACCESS A. Location as approved by Owner. B. Provide unimpeded access for emergency vehicles. C. Provide and maintain access to fire hydrants and control valves free of obstructions. D. Provide means of removing mud from vehicle wheels before -entering on site -paved areas streets. 1.10 PARKING A. Use of designated existing on -site streets and driveways for construction traffic is permitted. B. Mud From Site Vehicles: Provide means of removing mud from vehicle wheels before entering AOA. 1.11 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. D. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.12 TRAFFIC REGULATION A. Signs, Signals, And Devices: 1. Post Mounted and Wall Mounted Traffic Control and Informational Signs: As approved by authority having jurisdiction. 2. Traffic Control Signals: As approved by local jurisdictions. 3. Traffic Cones and Drums, Flares and Lights: As approved by authority having jurisdiction. 4. Flagperson Equipment: As required by authority having jurisdiction. B. Flag Persons: Provide trained and equipped flag persons to regulate traffic when construction operations or traffic encroach on public traffic lanes. C. Flares and Lights: Use flares and lights during hours of low visibility to delineate traffic lanes and to guide traffic. 03270709 TEMPORARY FACILITIES & CONTROLS 01500 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement D. Haul Routes: 1. Consult with authority having j-urisdiction, establish--public-thoroughfares-to be used for haul routes and site access. 2. Confine construction traffic to designated haul routes. 3. Provide traffic control -at critical areas of -haul -routes to regulate traffic, to minimize interference with-publ-ic-iraffac. E. Traffic Signs and Signals: 1. Provide signs at approaches to site and on site, at crossroads, detours, parking areas, and elsewhere as needed to direct construction and -affected public traffic. 2. Provide, operate, and maintain traffic control signals to direct and maintain orderly flow of traffic in areas under Contractor's control, and areas affected by Contractor's operations. 3. Relocate as Work progresses, to maintain --effective traffic control. F. Removal: 1. Remove equipment and devices when no longer required. 2. Repair damage caused by installation. 3. Remove post settings to depth of 2 feet. 1.13 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Protect site improvements including but not limited to pavements, walkways and drainage structures from damage. Replace damaged site improvements to original condition. C. Protect non -owned vehicular traffic and stored materials from damage. 1.14 SECURITY A. Security Program: 1. Protect Work from theft, vandalism, and unauthorized entry. 2. Initiate program in coordination with Owner's existing security system at project mobilization. 3. Maintain program throughout construction period until Owner occupancy. Owner acceptance precludes need for Contractor security. B. Personnel Identification: 1. Identification - badge --for each person authorized- to enter premises will be required; coordinate with Owner. 2. Maintain list of accredited persons, submit copy to Owner on request. 3. Require return of badges at expiration of their employment on the Work. C. Restrictions: 1. Do not allow cameras on site or photographs taken except by written approval of Owner. 1.15 DUST CONTROL A. Execute Work by methods to minimize raising dust from construction operations. B. Provide positive means to prevent air -borne dust from -dispersing into atmosphere. 03270709 08/10 TEMPORARY FACILITIES & CONTROLS 01500 - 3 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1.16 EROSION AND SEDIMENT CONTROL A. Plan and execute construction by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. B. Minimize surface -area of bare soil exposed at one time. C. Provide temporary measures including berms, dikes, and drains, and other devices to prevent water flow that would result in erosion. D. Construct fill and waste areas by selective placement to avoid -erosive surface silts or clays. E. -Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 1.17 NOISE CONTROL A. Provide methods, means, and facilities to minimize disruption of Owner's operations and activities due to noise produced by construction operations and noise transfer from construction areas to Owner -occupied areas. B. Conduct activities that will produce noise that will or potentially will interfere with Owner's operations and activities at times agreed to by Owner. 1.18 PEST AND RODENT CONTROL A. Provide methods, means, and facilities to prevent pests, insects and rodents from damaging the Work or entering facility. 1.19 POLLUTION CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction. 1.20 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 openings in walls, roof, and soffits. D. Protect finished walkways, drives, 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. 03270709 TEMPORARY FACILITIES & CONTROLS 01500 - 4 08/l 0 whether arising from the execution-or-fr-om-the non -execution -of -the work. The Contractor shall rebuilds repair, restore, and make good, at his owrr xpenseralLinjuries 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-Contracter-with-the_ requirements -of this -paragraph. 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 affmd-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 Architect. See Paragraph SP-3 for additional requirements concerning separate contracts. 8 SP-27 SHOP DRAWINGS The Contractor shall submit to the Architect with such promptness as to cause no delay in his own work or in that of any other Contractor, electronic copies unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Architect shall pass upon them with reasonable promptness, making notations. The Contractor shall make any corrections required by the Architect, 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 Architect plus the copies desired by the Contractor and/or Manufacturer. The Architect'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 Architect'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 ARCHITECT Whenever the word Architect is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Lubbock, Amarillo, Midland, and El Paso, Texas and Las -Graces, New Mexico, Architect of the Owner, or such other Architect, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP-29 TRENCH SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall provide alternate shoring details as prepared by a Licensed Professional Architect in the State of Texas. 03270709 SP - 13 08/10 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, Architect and all Subcontractors active on the site shall be represented. The Contractor shall coordinate -and preside at the -meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall beAo review the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to the work. SP-31 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION The Owner and the Architect shall be notified in writing at least seventy-two (72) hours in advance if any water line or fire hydrant will be out of service. Seventy-two (72)-hour advance notification shall also be provided prior to performing any work that may close -or -affect an emergency rescue and firefighting route. SP-32 OVERHEAD EQUIPMENT SAFETY The Contractor shall strictly -comply with all requirements of the Occupational Safety and Health Administration (OSHA) — OSHA A26.550-(a) (15) when operating cranes and overhead equipment in the vicinity of' overhead power lines. 03270709 SP - l4 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 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 includedin_the prices_on the various -items.. 1.1 BASE BID Payment will be made for constructing the base bid items as shown on the plans and as defined in the Specification on a lump sum basis. Prior to the start of construction,. the Contractor shall prepare and submit an itemized schedule of values for approval by the Architect using AIA.. Document G702 and G703. The approved schedule of values will be the basis for monthly progress payments. The price for the base bid work shall include all mobilization/demobilization, equipment, labor, materials, superintendence and all incidentals necessary to -complete the project as specified. 1.2 JOBSITE CLEANUP Site cleaning will be considered subsidiary to all other bid items. No separate payment will be made. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03270709 MEASUREMENT AND PAYMENT 01025 - 1 08/10 - Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTLON-01-027 APPLICATIONS FOR PAYMENT 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 SECT -ION 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 01330 - Submittal Procedures. B. Section 01700 — Execution Requirements. 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 AIA G702/G703. 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 Architect at the earliest feasible date, but in no case later than 14 days after "Notice to Proceed". 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by the Architect 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 Architect 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. 03270709 APPLICATIONS FOR PAYMENT 01027 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement-§ D. Application Preparation: Complete every entry- on. the- form; -ineluding-notar-i-zation 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 Architect 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 Architect. 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. 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. 03270709 APPLICATIONS FOR PAYMENT 01027 - 2 08/10 - Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 9. List of incomplete Work, recognized as exceptions to Architect'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. L. Certified Payrolls: With each month's application for payment, submit certified payroll -reports for the General Contractor and each Subcontractor. If no work was performed -during that a period, submit a form and state "No work performed". PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03270709 APPLICATIONS -FOR PAYMENT 01027 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SE -CT -DN 014M -CHANGE ORDER PROCEDURES PART 1- GENERAL l 1.1 RELATED DOCUMENT'S 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. 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. 1.3 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01330 — Submittal Procedures. C. Section 01700 — Execution Requirements. 1.4 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. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME ( A. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. - B. 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. C. 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. 03270709 CHANGE ORDER PROCEDURES 01028 - 1 08/10 Lubbock Preston Smith International Airport - Passenger Boarding Bridge Replacement -, 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.6 CHANGE PROCEDURES A. The Architect 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 Architect 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 executingthe change. Contractor-wi i-prepare-and-submit-an-estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Architect, 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. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Architect 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. 1.8 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 Architect. 1.9 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. 1.10 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. Architect 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. 03270709 CHANGE ORDER PROCEDURES 01028 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridee Replacement 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Order: Architect will issue Change Orders (on standard City - approved Change Order Form) for signatures of parties as provided in the Conditions of the Contract. 1.12 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 03270709 08/10 END OF SECTION CHANGE ORDER PROCEDURES 01028 - 3 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement I SAC- ON 01300 SUMMARY PART 1 - GENERAL I � 7W1II_ 111 10Z4111STI;M1 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. Project; Work covered -by Contract Documents. B. Work by Owner. C. Products furnished -by others. D. Contractor use of -site and -premises. E. Work Sequence. F. Owner occupancy. 1.3 PROJECT; WORK COVERED BY CONTRACT DOCUMENTS A. Without force or effect, work of the Project consists of the removal of nine (9) existing passenger boarding bridges, including pedestals, removal of an existing generator and fuel cell, the installation of nine (9) new apron drive passenger boarding bridges, including all necessary electrical connections, flashing to existing building and pedestals, modifications to existing structural boxes for pedestals, and new generator and fuel cell. 1.4 WORK BY OWNER A. Airlines will remove and retain possession of the following items prior to start of work: 1. Portable and fixed 400 Hz ground power units. 2. Portable and fixed POU preconditioned air units. B. Items Furnished by Airlines for Final Connection by Contractor: 1. Fixed 400 Hz ground power units. 2. Fixed POU preconditioned air units. C. Contractor's Responsibilities: 1. Review airline provided equipment for compatibility. 2. Receive and unload products at site; inspect for completeness or damage, jointly with Owner. 3. Handle, store, install and finish products. 4. Repair or replace items damaged after receipt. 1.5 CONTRACTOR USE OF SITE AND PREMISES A. Limit use of site and premises to allow: 1. Owner/Tenant occupancy. 2. Work by Others and Work by Owner. 03270709 SUMMARY 01100 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement B. Construction Operations: Limited to areas designated by.Lubbock Preston-Smith-Intemational Airport Director of Aviation. C. Time Restrictions for Performing Work: Coordinate with Lubbock Preston Smith Intemational Airport Director of Aviation. D. Utility Outages and Shutdown: Coordinate -with Lubbock Preston Smith Intemational Airport Director of Aviation. 1.6 WORK SEQUENCE A. Construct Work in phases to accommodate Owner's occupancy requirements during the construction period, coordinate construction schedule and operations with Owner. 1:7 OWNER OCCUPANCY A. The Owner/Tenants will occupy the premises during entire period of construction for the conduct of normal operations. B. Cooperate with-Owner/Tenants to minimize conflict, and to facilitate Owner's/Tenant's operations. C. Schedule the Work to accommodate this requirement. 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 proposer, to insure that the proposer fully understands and can comply with the requirements of the project. 3.2 PRECONSTRUCTION MEETING A. A pre -construction 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 Architect's personnel and explanation of administrative procedures. B. The Contractor shall also use this meeting for the following minimum agenda: 1. Construction Schedule. 2. Phasing. 3. Use of areas of the site. 4. Delivery and storage. 5. Safety. 6. Security. 7. Clean-up. 8. FAA requirements. 03270709 SUMMARY 01100 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boardiniz Bridge Replacement C. Attendees shall include: 1. The Owner. 2. The Architect and any consultants. 3. The Contractor and its superintendent. 4. Major subcontractors, suppliers and fabricators. 5. Others interested in the work. 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. See the Supplementary Conditions. 3.4 WARRANTY A. Contractor shall warrant 100 percent of the project for one (1) year after the date of final acceptance of the work (or portions thereof). Extended warranties are detailed in individual specification sections. B. On the eleventh month from the date of final acceptance (or portion thereof) Owner's Representative will schedule an annual inspection with the presence ofthe 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/replaced. 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 03270709 SUMMARY 01100 - 3 08/10 .................... ......... ......... ...... Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement pal DIN". 11116,19,1110111 ADMINISTRATIVE 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. Coordination. B. Surveying. C. Preconstruction-meeting. D. Request for information. E. Site mobilization meeting. F. Progress meetings. G. Preinstallation meetings. H. Cutting and patching. I. Alteration project procedures. 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. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. E. Large Apparatus: Any large piece of apparatus which is to be installed in any space in the building, and which is too large to permit access through windows, doorways or shafts, shall be brought to the job by the Contractor_ involved and placed in the space before the enclosing structure is completed. F. 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. 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 1 08/10 Lubbock Preston Smith International Airport - Passenger Boarding Bridge Replacement G. Coordinate completion and clean up of Work of separate -Sections in4wgiaration for -Substantial Completion -and for portions of Work designated for Owner's partial -occupancy. H. After Owner occupancy of premises, -coordinate access to site with Owner for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 SURVEYING A. Use personnel experienced in surveying to locate survey control and reference points. B. Protect survey control and reference points. C. Verify and confirm drawing dimensions and elevations. 1.5 PRECONSTRUCTION MEETING A. Architect will schedule a meeting and set Notice to Proceed. B. Attendance Required: Owner, Architect, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, list of products,_chedule of Values, and progress schedule. 4. Designation of personnel representing the parties in Contract and the Architect. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, Request for Information (RFI), and Contract closeout procedures. 6. Review Notice to Proceed (NTP) and Substantial Completion Dates. 7. Workmen's Identification and Background Checks. 8. Scheduling. a. Use of premises by Owner and Contractor. b. Owner's requirements and partial occupancy. C. Temporary utilities provided by Owner. d. Building layout. e. Security and housekeeping procedures. f. Construction progress meetings. 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. 9. Scheduling activities of Construction Material Testing (CMT) lab, Engineer. D. Architect shall record minutes and distribute copies within three —days after meeting to participants with two copies to those affected by decisions made. 1.6 REQUEST FOR INFORMATION A. Contractor shall use Architect's standard form when submitting Requests For Information (RFI). Architect will issue a copy of this form to Contractor in bath -hard copy and electronic media. Only Contractor can submit RFIs to Architect. RFI requests from subcontractors or material suppliers will not be considered. 03270709 08/10 ADMINISTRATIVE REQUIREMENTS 01300-2 E J �- Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement B. All information indicated on the form to be provided by Contractor shall be complete before a request can be submitted to the Architect's office. Requests with incomplete information will be returned to the Contractor. Submission of a complete RFI request by Contractor does -not constitute an RFI until Architect makes the determination. If Architect determines that request can not be answered with the information provided in_the._Contract Documents, Architect will then assign an RFI tracking number. Requests determined by Architect not to be an RFI-will be returned to Contractor without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. C. If request and proposed solution -cannot fit on the form, an attachment may be identified in the Request or Contractor Proposed Solution areas, then attached to the form and submitted to Architect. RFIs may contain more than one item when the items are related issues. Otherwise, only one item shall be addressed on -each RFI request. D. Architect's response to the RFI will be in writing on the same form, or by attachmentand issued to Contractor and Owner. E. Responses from Architect will not change any requirement of the Contract Documents. Should Contractor believe an RFI response to cause a change to -the Contrast, Contractor shall give written notice to Architect in accordance with the requirements in the Contract. Written notice shall include specific reasons and an order of magnitude of Cost and/or Time that Contractor deems appropriate based on the Architect's RFI response. Contractor's written notice does not constitute a Change Order, but provide a basis for further review and discussion with- the Architect. 1.7 SITE MOBILIZATION MEETING A. Architect will schedule a meeting at the Project site prior to Contractor occupancy. B. Attendance Required: Architect, Special Consultants, Contractor, Contractor's Superintendent, and major Subcontractors. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements and partial occupancy. 3. Security and housekeeping procedures. 4. Schedules. D. Architect shall record minutes and distribute copies within three days after meeting to participants with three copies to those affected by decisions made. 1.8 PROGRESS MEETINGS A. Architect shall schedule and administer meetings throughout progress of the Work at minimum bi-weekly intervals. B. Architect will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, and Architect, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 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. 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. Architect shall record minutes, and distribute copies within three days to Architect, participants, and those affected by decisions made. L9 PREINSTALLATION-MEETING A. When required in individual specification Sections, 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 Architect 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. Record minutes, and distribute copies within three days after meeting to participants, with three copies to Architect. PART 2 - PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual specification sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. C. Cord and Plug: Provide minimum 6 foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual specification sections. 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. Verify that existing substrate is capable of structural attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify that utility services are available, of the correct characteristics, and in the correct location. 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 4 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 3.2 PREPARATION A. Clean -substrate surfaces -prior .to- applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply -any manufacturer required -or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 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: l . Structural integrity of element. 2. Integrity of weather -exposed -or moisture -resistant dements. 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: I . Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 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. D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For an assembly, refinish entire unit. J. Identify any hazardous substance or condition exposed during the Work to the Architect for decision or remedy. 3.4 ALTERATION PROJECT PROCEDURES A. Materials: As specified in product -Sections; match -existing products and work for patching and extending work. B. Employ skilled and experience installer to perform cutting and patching. C. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. D. Remove, cut, and patch work in a manner to minimize damage and to provide a means of restoring products and finishes to original condition unless otherwise specified. E. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified. condition for each material, with a neat transition to adjacent finishes. F. Where new work abuts or aligns with existing, perform a smooth and even transition. Patched work to match existing adjacent work in texture and appearance. 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 5 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement G. When finished surfaces are cut so that a smooth transition -with - new- work- is noLpossible; terminate existing surface along a straight line at a natural line of division and submit recommendation to Architect for review. H. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing other .imperfections. I. Finish surfaces as specified in individual product Sections. END OF SECTION 03270709 ADMINISTRATIVE REQUIREMENTS 01300 - 6 08/10 i PAR KHILL P r'TH&GOOPER r p I TO: Parkhill, Smith & Cooper, Inc. R l FROM: PROJECT NAME: Lubbock Preston -Smith International Airport Passenger [No.] Boarding Bridge Replacement (assigned by PSC) PROJECT NO.: 03270709 DATE: Items to be completed by Contractor before submittal to PSC for review- f -Specification Section/Paragraph No.: '`Drawing-Reference/Detail No.: -Request: f� -Contractor Proposed Solution: 1, v -Signed by: ❑ No RFI tracking number assigned Response: ❑ Attachments: J Date Rec'd: Date Ret'd: Signed by: Copies: ❑ Owner ❑ Consultants ❑ Amarillo El Paso Las Cruces Lubbock Midland *Response needed in days 11DATA11Pr*cfs1200912707.091CLERICALISPEC SI651612707-01300E.doc.. 4222 85th Street Lubbock, Texas 79423 806.473.2200 Fax 806.473.3500 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SEC—THAN=-0�38 SUBMITTAL —PROCEDURES 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. Submittal procedures. B. Construction progress schedules. C. Proposed products list. D. Shop drawings. E. Product data. F. Samples. G. Design data. H. Test reports. I. Certificates. J. Manufacturers' instructions. K. Manufacturers' field reports. L. Erection drawings. 1.3 RELATED SECTIONS A. Section 01400 - Quality Requirements: Manufacturers' field services and reports; Testing Laboratory Services. B. Section 01700 -Execution Requirements: Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.4 SUBMITTAL PROCEDURES A. Submit to Architect for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Produce copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes described in Section 01700. C. Transmit each submittal separately with -Contractor's standard transmittal letter including Contractor's name, address and phone number. Each submittal shall contain only one specification section. D. Sequentially number transmittal forms using Section number or Contractors other sequential numbering system. E. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification Section number, appropriate to submittal. F. 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. 03270709 SUBMITTAL PROCEDURES 01330 - 1 08/10 i._ Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement G. Schedule submittals --to expedite the Project, and--deliver-to- Archittem - business- address. Coordinate submission -of related items. H. For each submittal for review, allow 15 days -excluding delivery time to and from the Contractor. I. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed-Y-0rk. J. Allow space on submittals for Contractor and Architect review stamps. K. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. L. Submittals not requested will not be recognized or processed. M. Format 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple- files- for -the same submittal will not be accepted. 2. Submittals in any other format, including .ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each -page -is -legible, .PDF pages of drawings shall be -the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals will be uploaded to Architect's Info Exchange website. N. The submittal procedures described in this Article applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples to be submitted, not digital files), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, Erection Drawings and any other type of submittal submitted to Architect. 1.5 RESUBMITTAL REQUIREMENTS A. Revise and resubmit submittals, as required, and resubmit to meet requirements as specified and as noted on submittal reviews. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical or numeric suffix for each re -submittal. 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule for Architect's review within -1 5-days- after dateestablished in Notice to Proceed. B. Revise and resubmit as required. C. Submit revised schedule with each Application for Payment, identifying changes since previous version. D. Indicate estimated percentage of completion for each item of Work at each submission. 1.7 SHOP DRAWINGS A. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. B. Printable Image Size: Minimum 8 '/z x 11 inches and maximum 30 x 42 inches. C. Draw details to a minimum scale of 1/2 inches equal to 1 foot. D. Draw site plans to same scale indicated on contract drawings. 03270709 SUBMITTAL PROCEDURES 01330 - 2 , 08/10 1.' Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement E. Draw all other plans to a minimum scale of l /8 inch equal to -1 foot. F. Construction Documents (electronic or -paper format) issued by the Architect cannot be used in any shape, form or fashion in the creation and development. of shop drawings, except that electronic files containing floor plans or site plans which have been purchased from the Architect may be used as "backgrounds" for Contractor, subcontractors, sub -subcontractors and material suppliers in the Shop Drawing process. G. Electronic Files I . Electronic drawing files are available for purchase from the Architect upon request. Cost of the files are indicated below plus applicable taxes. 0 — 3 sheets $ l 00.00 per sheet 4 — 6 sheets $400.00 flat fee 7 — 9 sheets $500.00 flat fee Only the Contractor or his subcontractors and sub -subcontractors may purchase an electronic -file. An electronic file will be provided in AUTOCAD format of the release currently used by the Architect. File will be provided via Architect's Info Exchange website. 2. Prior to delivery of the -file, -purchaser shall sign an Electronic File Transfer Release Form. Payment for an electronic file shall occur upon delivery of file to purchaser. 3. Electronic file shall be used only for the production of information required by this project and shall not be used in any other form (in whole or part). 4. In the creation and publication of Shop Drawings, under no circumstances shall the Design Professional's seal or title block of the drawing be reproduced. All shop drawings must be original works from the Contractor subcontractors, sub -subcontractors and material suppliers. 1.8 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B. Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. C. Include notation of special coordination- requirements for interfacing with adjacent work and building utilities where applicable. D. After review, distribute in accordance with Article titled SUBMITTAL PROCEDURES above and provide. copies for Record -Documents described in Section 01700 — Execution Requirements. 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. Unless otherwise specified, submit samples of finishes from manufacturers' full range of standard colors, textures, and patterns, for Architect'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. 03270709 SUBMITTAL PROCEDURES 01330 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement E. Submit the -number of samples speci-fied in individual specification Sections; one of which -will be retained by Architect. F. Reviewed samples which may remain as part of the Work are indicated in individual specification Sections. G. Samples will not be used for testing purposes unless specifically stated in individual specification section. L I 0 DESIGN DATA A. Submit for Architect's knowledge as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.I1 TEST REPORTS A. Submit for Architect's knowledge as contractadministrator or for Owner. B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.12 CERTIFICATES A: When specified in individual specification sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Architect. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product, but must be acceptable to Architect. 1.13 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing. 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. 1.14 MANUFACTURER'S FIELD REPORTS A. Submit reports for Architect's benefit as contract administrator or for Owner. B. Submit report within 30 days of observation to Architect for information. C. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.15 ERECTION DRAWINGS A. Submit drawings for Architect's benefit as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by Architect or Owner. 03270709 SUBMITTAL PROCEDURES 01330 - 4 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used 03270709 08/10 END OF SECTION SUBMITTAL PROCEDURES 01330 - 5 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement PART-2-= PRQDUCTS Not Used PART 3 - EXECUTION Not Used 03270709 08/10 END OF SECTION TEMPORARY FACILITIES & CONTROLS 01500 - 5 �77 .... Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement PRODUCT 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. Products. B. Product delivery, storage and handling. C. Product options. D. Substitutions. 1.3 RELATED SECTIONS A. Section 01400 - Quality Requirements: Product quality monitoring. Testing Laboratory Services. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable -components of the same manufacturer, for similar components. D. Materials required to match existing work and not otherwise specified, shall be equal to the existing work in quality, color and finish. Workmanship and installation shall be comparable to adjacent existing work. The Architect shall be the sole authority in determination of acceptable work. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accord with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. 03270709 PRODUCT REQUIREMENTS 01600 - 1 08/10 1! Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement - B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals -and labels intact and legible. 2. Store sensitive products in weather -tight, climate controlled enclosures. 3. For exterior storage of fabricated products, place on supports, above ground, sloped to drain water. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Products. 5. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 6. Arrange storage of products to permit access for inspection -.Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 7. Materials, products and equipment may be stored off site in a bonded and insured warehouse approved by the Architect and Owner. Pay all -costs incurred -for off site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Architect. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. 1.7 SUBSTITUTIONS A. Instructions to Proposers specify time restrictions for submitting requests for Substitutions during the proposal period to requirements specified in this Section. B. Substitutions (after the proposal period) may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Proposer: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner Architect and Engineer for review or redesign services associated with re -approval by authorities. 03270709 PRODUCT REQUIREMENTS 01600 - 2 ;✓ 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement t =- E. Substitutions will not -he considered when they are indicated or implied on shop drawing -or product data submittals, without separate written request, or when -acceptance -w-ill-require revision to the Contract Documents. F. Substitution Submittal Procedure: l . Submit four copies of request for Substitution for consideration. Limit each -request to one proposed Substitution. 2. Such requests shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitution including drawings, ._ performance and test data, and other information necessary for an evaluation. 3. An item by item (line by line) comparison of each item -listed in the specification shall be compiled and submitted comparing specified material/product with proposed - substitution. 4. A statement setting forth changes in other material, equipment- or other portions of the Work including changes in the work of other contracts that incorporation of the proposed substitution would require shall be included. 5. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 6. The Architect will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03270709 PRODUCT REQUIREMENTS 01600 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SEES-1 4165A- STARTING OF SYSTEMS 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. Starting systems. B. Demonstration and instructions. C. Testing, -adjusting, and balancing. 1.3 RELATED SECTIONS A. Section 01400 - Quality Requirements: Manufacturers -field reports. B. Section 01700 — Execution Requirements: System operation and maintenance data and extra materials. C. Division 16 - Testing Adjusting and Balancing. 1.4 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or -system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01400 that equipment or system has been properly installed and is functioning correctly. 1.5 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. B. For equipment or systems requiring seasonal operation, perform demonstration for other season. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. 03270709 STARTING OF SYSTEMS 01650 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servwmg, maintenance, and shutdown of each -item of equipment at agreed -upon times, at equipment location. E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03270709 STARTING OF SYSTEMS 01650 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boarding -Bridge Replacement SECTION 01-700 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. Starting of systems. D. Demonstration and instructions. E. Testing, adjusting and balancing. F. Protecting installed construction. G. Hazardous materials affidavits. H. Project record documents. I. Operation and maintenance data. J. Manual for materials and finishes. K. Manual for equipment and systems. L. Spare parts and maintenance products. M. Product warranties and product bonds. N. Maintenance service. 1.3 RELATED SECTIONS A. Division 16 Section - Testing, Adjusting and Balancing: Testing, Adjusting and Balancing services. 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 Arch itect/Engineer's review. B. Provide submittals to Architect required by authorities having jurisdiction. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. D. Owner will occupy portions of building as specified in Section 01100. 1.5 FINAL CLEANING A. Execute final cleaning prior to final project assessment. B. Clean equipment and fixtures to sanitary condition with cleaning materials appropriate to surface and material being cleaned. C. Replace filters of operating equipment. 03270709 EXECUTION REQUIREMENTS 01700 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement -D. Cleandebrisfrern-roafs; gutters, downspouts; -arid drainage systems. E. Clean site; sweep paved -areas, rake clean_ landscaped surfaces. F. Remove waste and surplus materials, rubbish, and construction facilities from site. 1.6 STARTING OF SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect seven days prior to start-up of each item. C. Verify each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by equipment or system manufacturer. E. Verify wiring and support components .for_equipment are complete and tested. F. Execute _start-up under supervision of applicable manufacturer's representative in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized -representative ..to be present. -at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01330 that equipment or system has been properly installed and is functioning correctly. 1.7 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of products to Owner's personnel prior to date of Substantial Completion. B. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance. C. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, and at equipment location. D. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. E. Required instruction time for each item of equipment and system is specified in individual sections. 1.8 TESTING, ADJUSTING AND BALANCING A. Testing, adjusting and balancing will be performed in accordance with requirements specified -in Division 15 Section — Testing, Adjusting and Balancing. B. Reports will be submitted by independent firm to Architect indicating observations and results of tests and indicating compliance or non-compliance with requirements of Contract Documents. 03270709 EXECUTION REQUIREMENTS 01700 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1.9 PROTECTING INSTALLED CONSTRUCTION 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 prevent damage. C. Provide protective coverings at walls, projections, ambs, sills, and soffits of openings. D. Protect finished floors, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. 1.10 HAZARDOUS MATERIALS AFFIDAVITS A. Contractor, -each subcontractor, each _sub-subcontractorrand-each material/product supplier to provide a notarized affidavit declaring that hazardous materials were not incorporated into construction of or delivered to the Project. B_ Hazardons_materials include asbestos, lead polychlorinated -:biphenyl (PCB), prohibited termite eradication chemicals or any -substance -of any proportion determined or suspected by an agency of federal or state government -to create a health -hazard. C. Provide table of contents listing all affidavits in alphabetical order and assemble with metal prong binder in durable plastic presentation cover. D. Prepare binder cover with printed title "AFFIDAVITS OF NON -INCORPORATED HAZARDOUS MATERIALS", Title of Project, Project Address, Owner's Name, Address and Phone and date of Construction Completion. E. Provide two complete, identical binders of the aforementioned information in the prescribed format. F. Submit prior to final Application for Payment. 1.11 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Complete set of MSDS sheets for all materials. 7. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for -construction. D. Record information concurrent with construction progress, not less than weekly. E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: l . Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. 03270709 EXECUTION REQUIREMENTS 01700 - 3 08/ 10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement F. Record Drawings and ---Shop Drawings: Legibly mark each item to -record---actual construction -including: 1. Measured depths of foundations in relation to finish main concorse-f-leor datum. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract drawings. G. Material Safety Data Sheets (MSDS) 1. Comply with the most current requirements of the Department of State Health Services; _T-exas Asbestos Health Protection Rules (TAHPR), Title 25., HEALTH SERVICES, Part I, Chapter 295-Occupational Health, _§ 295.34-Asbestos Management in Facilities and -Public Buildings, paragraph (i) as a minimum and as outlined below. 2. Submit MSDS on -all products used in construction of Project. 3. Submit MSDS in 8 % x l l inch format text pages, bound in three D-ring binders with durable plastic covers. 4. Prepare binder cover with printed . title "MATERIAL SAFETY DATA SHEETS (MSDS)", Title of Project, Project Address, Owner's Name, Address -and Phone, and Date of Construction Completion. 5. Internally subdivide the binder contents with permanent page dividers, organized into the 16 Division CSI format, with tab title clearly printed- under reinforced laminated plastic tabs. 6. Prepare a table of contents, listing each of the 16 Divisions headings and listing each material/product under each heading by manufacturer and material/product name. 7. Submit two complete, identical binders of the aforementioned information and in the prescribed format. 8. Submit binders with Application for final Payment. Binders shall include all MSDS for materials/products delivered or installed in Project. 9. Failure to submit updated MSDS binders will cause Application for Payment to be held by Architect (not submitted to Owner for processing) until such time updated MSDS binders are received and reviewed for compliance by Architect. H. Submit documents to Architect with claim for final Application for Payment. 1.12 OPERATION AND MAINTENANCE DATA A. Submit data bound in 8-1/2 x 11 inch (A4) text pages, three D side ring binders with durable plastic covers. B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. C. Internally subdivide binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. D. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. 03270709 EXECUTION REQUIREMENTS 01700 - 4 08/10 ,_j �- Lubbock Preston'Smith International Airport Passenger Boarding Bridge Replacement E. Contents: Prepare Table of Contents for each volume, with each product or system description identified, typed on white paper, in. three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 2. 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: a. Significant design criteria. b. List of equipment. C. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special. finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product -data. b. Air and water balance reports. C. Certificates. d. Originals of warranties and bonds. 1.13 MANUAL FOR MATERIALS AND FINISHES A. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect/Engineer will review draft and return one copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance. C. Submit one copy of completed volumes 15 days prior to final inspection. Draft copy be reviewed and returned after final inspection, with Architect comments. Revise content of document sets as required prior to final submission. D. Submit two sets of revised final volumes in final form within 10 days after final inspection. E. Building Products, Applied Materials, and Finishes: Include product data, with catalog number, size, composition, and color and texture designations. Include information for re -ordering custom manufactured products. F. I istructions for Care and Maintenance: Include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. G. Moisture Protection and Weather Exposed Products: Include product data listing applicable reference standards, chemical composition, and details of installation. Include recommendations for inspections, maintenance, and repair. H. Additional Requirements: As specified in individual product specification sections. I. Include listing in Table of Contents for design data, with tabbed fly sheet and space for insertion of data. 03270709 08/ 10 EXECUTION REQUIREMENTS 01700 - 5 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1.14 MANUAL FOR-QUHWENT AND SYSTEMS A. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance. C. Submit one copy of completed volumes 15 days prior to final inspection. Draft copy be reviewed and returned, after final inspection, with Architect comments. Revise content of document sets as required prior to final submission. D. Submit two sets of revised final volumes in final form within 10 days after final inspection. E. Each Item of Equipment and Each System: Include description of unit or system, and component parts. Identify function, normal operating characteristics, and limiting conditions.. Include performance curves, with engineering data and tests, and complete nomenclature and model number of replaceable parts. F. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed- G. Include color coded wiring diagrams as installed. H. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and special operating instructions. I. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. J. Include servicing and lubrication schedule, and list of lubricants required. K. Include manufacturer's printed operation and maintenance instructions. L. Include sequence of operation by controls manufacturer. M. Include original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. N. Include control diagrams by controls manufacturer as installed. O. Include Contractor's coordination drawings, with color coded piping diagrams as installed. P. Include charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. Q. Include list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. R. Include test and balancing reports as specified in Section 01400. S. Additional Requirements: As specified in individual product specification sections. T. Include listing in Table of Contents for design data, with tabbed dividers and space for insertion of data. 1.15 SPARE PARTS AND MAINTENANCE PRODUCTS A. Furnish spare parts, maintenance, and extra products in quantities specified in individual specification sections. B. Deliver to and place in location as directed by Owner; obtain receipt prior to final payment. _? 03270709 EXECUTION REQUIREMENTS 01700 - 6 08/10 ,£ I Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1.1-6 -PRODUCT WARRANTIES AND PRODUCT BONDS A. Obtain warranties and bonds executed ---in duplicate by responsible subcontractors, suppliers, and manufacturers, within ten days after completion of applicable item of work. B. Execute -and assemble transferable warranty -documents and bonds from subcontractors, suppliers, and manufacturers. C. Verify documents are in proper form, contain full information, and are notarized. D. Co -execute submittals when required. E. Include Table of Contents and assemble in three D side ring binder with durable plastic cover. F. Submit prior to final Application for Payment. G. Time -Of Submittals: 1. For equipment or component parts -of equipment put into_service during construction with Owner's permission, submit. documents within ten--days-after acceptance. 2. Make other submittals within ten days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed --beyond Date of -Substantial Completion, submit within ten days -Ater acceptance, listing- date of acceptance as - beginning of warranty or bond period. 1.17 MAINTENANCE SERVICE A. Furnish service and maintenance of components indicated in specification sections for one (1) year from date of Substantial Completion. B. ' Examine system components at frequency consistent with reliable operation. Clean, adjust, and lubricate as required. C. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by manufacturer of original component. D. Do not assign or transfer maintenance service to agent or Subcontractor without prior written consent of Owner. E. Furnish extended service and maintenance of component contract for Owner consideration. PART 2-- PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03270709 EXECUTION REQUIREMENTS 01700 - 7 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement r,_ SECTION 02466 DRILLED PIERS PART 1 - GENERAL 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. 1.2 SECTION INCLUDES A. Dry -installed drilled piers. 1.3 RELATED SECTIONS A. Division 1 Section "Temporary Facilities and Controls." B. Division 3 Section "Cast -In -Place Concrete" for General Structural and Building Applications of Concrete. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Laboratory Test Reports: For evaluation of all concrete materials, admixtures, and mix design. Include aggregate gradation report. 2. Submitted compressive test results must be less than 3 months old. C. Shop Drawings: For concrete reinforcement detailing fabricating, bending, supporting, and placing. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM C 1077, ASTM D 3740, and ASTM E 329 for testing indicated. B. Drilled -Pier Standard: Comply with ACI336.1, reference .specifications for the construction of drilled piers unless modified in this Section. C. Survey Work: Engage a qualified land surveyor or professional engineer to perform surveys, layouts, and measurements for drilled piers. Before excavating, lay out each drilled pier to lines and levels required. Record actual measurements of each drilled pier's location, shaft diameter, bottom and top elevations, deviations from specified tolerances, and other specified data. 1. Record and maintain information pertinent to each drilled pier. �r 03270709 DRILLED PIERS 02466 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1.6 PROJECT -CONDI-T-IONS A. Existing Utilities: Locate existing underground utilities before excavating drilled piers. If utilities are to remain in place, provide protection from damage during drilled -pier operations. 1. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, adapt drilling procedure if necessary to prevent damage to utilities. Cooperate with Owner and utility companies in keeping services and facilities in operation without interruption. Repair damaged utilities to satisfaction of utility owner. PART2-PRODUCTS 2.1 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed. B. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60, plain. Cut bars true to length —with ends square and free of burrs. 2.2 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I/II. a. Fly Ash: ASTM C 618, Class C. B. Normal -Weight Aggregate: ASTM C 33, graded, 3/4-inch nominal maximum coarse - aggregate size. C. Water: ASTM C 94/C 94M and potable. D. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water -Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Water -Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 3. High -Range, Water -Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 4. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type ll. E. Sand -Cement Grout: Portland cement, ASTM C 150, Type 11; clean natural sand, ASTM C 404; and water to result in grout with a minimum 28-day compressive strength of 1000 psi, of consistency required for application. 2.3 CONCRETE MIXTURES A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 211.1 and ACI 301. 1. Use a qualified testing agency for preparing and reporting proposed mix designs for laboratory trial mix basis. E B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement according to ACI 301 limits as if concrete were exposed to deicing E chemicals. ,- € i 03270709 DRILLED PIERS 02466 - 2 08/ 10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement - C. Limit water-soluble, chloride -ion content in hardened- tby:ag lht,�nf cement. D. Proportion mixes according to ACI 211.1 and-ACI 301 to provide -normal -weight concrete properties as follows: 1. Compressive Strength (28 Days): 3000 psi. 2. Minimum Slump: Capable of maintaining the following slump until completion of placement: a. 4 inches for dry, uncased, or permanent -cased drilling method. 3. Air Content: Do not air entrain concrete. E. Concrete -mix design adjustments may he considered if characteristics of materials, project conditions, weather test results or other circumstances warrant. Resubmit and obtain approval of proposed changes to concrete -mix proportions. 2.4 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM'C 94/C 94M, and furnish batch ticket information. 1. Maintain concrete temperature to not exceed.90 deg F. PART 3 - EXECUTION 3.1 PREPARATION A. Protect. structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, vibration, and other hazards created by drilled -pier operations. - , 3.2 EXCAVATION A. Classified Excavation: Excavation is classified as standard excavation, special excavation, and obstruction removal and includes excavation to bearing elevations as follows: 1. Standard excavation includes excavation accomplished with conventional augers fitted with soil or rock teeth, drilling buckets, or underreaming tools attached to drilling equipment of size, power, torque, and downthrust necessary for the Work. 2. Obstructions: Payment for removing unanticipated boulders, concrete, masonry, or other subsurface obstructions that cannot be removed by conventional augers fitted with soil or rock teeth, drilling buckets, or underreaming tools attached to drilling equipment of size, power, torque, and downthrust necessary for the Work will be according to Contract provisions for changes in the Work. B. Prevent surface water from entering excavated shafts. Conduct water to site drainage facilities. C. Excavate shafts for drilled piers to indicated elevations. Remove loose material from bottom of excavation. 1. Excavate bottom of drilled piers to level plane within 1:12 tolerance. D. Notify and allow testing and inspecting agency to test and inspect bottom of excavation. If unsuitable bearing stratum is encountered, make adjustments to drilled piers as determined by Architect. 1. Do not excavate shafts deeper than elevations indicated unless approved by Architect. 2. Additional authorized excavation will be according to Contract provisions for changes in the Work. 03270709 DRILLED PIERS 02466 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement E. Excavate shafts for closely spaced drilled piers and for drilled piers occurring in fragile -or sand strata only after adjacent drilled. -piers are filled with concrete and allowed -to set- F. Bells: Excavate bells for drilled piers to shape, base thickness, and slope angle indicated. Excavate bottom of bells to level plane and remove loose material before placing concrete. 1. Shore bells in unstable soil conditions to prevent cave-in during excavation, inspection, and concreting. G. Tolerances: Construct drilled piers to remain within ACI 336.1 tolerances. 1. If location or out -of -plumb tolerances are exceeded, provide corrective construction. Submit design and construction proposals to Architect for review before proceeding. 3.3 STEEL REINFORCEMENT A. Comply with recommendations-in--C-RSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy bond with concrete. C. Fabricate and install reinforcing cages symmetrically about axis of shafts in a single unit. D. Accurately position, support, and secure reinforcement against displacement —during concreting. Maintain minimum cover over reinforcement. E. Use templates to set anchor bolts, leveling plates, and other accessories furnished in work of other Sections. Provide blocking and holding devices to maintain required position during final concrete placement. F. Protect exposed ends of extended reinforcement, dowels, or anchor bolts from mechanical damage and exposure to weather. 3.4 CONCRETE PLACEMENT A. Place concrete in continuous operation and without segregation immediately after inspection and approval of shaft by Owner's independent testing and inspecting agency. 1. Construct a construction joint if concrete placement is delayed more than one hour. Level top surface of concrete and insert joint dowel bars. Before placing remainder of concrete, clean surface laitance, roughen, and slush concrete with commercial bonding agent or with sand -cement grout mixed at ratio of 1:1. B. Dry Method: Place concrete to fall vertically down the center of drilled pier without striking sides of shaft or steel reinforcement. 1. Where concrete cannot be directed down shaft without striking reinforcement, place concrete with chutes, tremies, or pumps. 2. Vibrate top 60 inches -of concrete.- C. Screed concrete at cutoff elevation level and apply scoured, rough finish. Where cutoff elevation is above the ground elevation, form top section above grade and extend shaft to required elevation. D. Protect concrete work, according to AC1301, from frost, freezing, or low temperatures that could cause physical damage or reduced strength. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other mineral -containing antifreeze agents or chemical accelerators. 03270709 08/10 DRILLED PIERS 02466 - 4 in Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement E. Iflyovweathex--cenditiuns=exist that would seriously impair -quality and strength -of -concrete, place concrete according to ACI 301 to maintain delivered temperature of -concrete -at -no more than 90 deg F. 1. Place concrete immediately on delivery. Keep exposed concrete surfaces and formed shaft extensions moist by fog sprays, wet burlap, or other effective means for a minimum of seven days. 3.5 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. B. Concrete Tests and Inspections: ASTM C 172 except modified for slump-te-comply with ASTM C 94/C 94M. 1. Slump: ASTM C 143/C 143M; one test at point of placement for each compressive -strength test but no fewer than one test for each concrete load. 2. Concrete Temperature: ASTM C 1064/C 1064M; 1 test hourly when air temperature is 40 deg F and below and 80 deg F and above, and I test for each- set of compressive -strength specimens. 3. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard cylinders for each compressive -strength test unless otherwise indicated. Mold and store cylinders for laboratory -cured test specimens unless field -cured test specimens are required. 4. Compressive -Strength Tests: ASTM C 39; one set for each drilled pier but not more than one set for each truck load. One specimen will be tested at 7 days, 2 specimens will be tested.at 28 days, and l specimen will be retained in reserve for later testing if required. 5. If frequency of testing will provide fewer than five strength tests for a given class of concrete, testing will be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 6. If strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in -place concrete. 7. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified -compressive strength by more than 500 psi. 8. Report test results in writing to Architect, concrete manufacturer, and Contractor within .24 hours of testing. List Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests in reports of compressive -strength tests. 9. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 10. Additional Tests: Testing and inspecting agency will make additional tests of concrete if test results indicate that slump, compressive strengths, or other requirements have not been met. 03270709 DRILLED PIERS 02466 - 5 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 3.6 DISPOSAL -OF SU-RPi TTc euDwn-ST-E--MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil and legally dispose of it off Owner's property. END OF SECTION 03270709 DRILLED PIERS 02466 - 6 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement . ! SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I -Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete materials, mix design, placement procedures, and finishes. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with ---one or more of blended hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.4 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. 1. Form materials and form -release agents. 2. Reinforcement accessories. 3. Admixtures 4. Waterstops. 5. Curing materials. 6. Bonding agents. 7. Adhesives 8. Epoxy joint filler. 9. Joint -filler strips. 10. Repair materials. B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. 1. Laboratory Test Reports: For evaluation of all concrete materials, admixtures, and mix design. Include aggregate gradation report. 2. Submitted compressive test results must be less than 3 months old._ 3. Indicate amounts of mix water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement prepared according to ACI315, "Details and Detailing of Concrete Reinforcement." Include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcement. Include special reinforcement required for openings through concrete structures. 03270709 CAST -IN -PLACE CONCRETE 03300 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified -according to ASTM C 1-077 and ASTM E 329 to conduct -the testing indicated, as documented according -to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's -plant, each --aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: 1. ACI 301, "Specification for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." F. Preinstallation Conference: Conduct conference at project site to comply with requirements in Division 1 Section "Project Meetings." 1. Prior to placing any concrete, hold a pre -installation conference meeting involving the Superintendent, Architect, applicable subcontractors, and testing lab. The meeting will include the following subject (minimum): a. Site Preparation. b. Grades and drainage. C. Reinforecement and placement. d. Joints. e. Flatness and levelness. f. Concrete materials, production, placement and delivery. g. Compaction of soif.- h. Finishing tools and finishing. i. Curing/Sealing/hardeners: type and timing/duration of application. j. Testing and inspection. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. PART 2 - PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. I . Plywood, metal, or other approved panel materials. I �s 03270709 CAST -IN -PLACE CONCRETE 03300 - 2 08/10 J Lubbock Preston Smith International Airport Passenger_.Boarding Bridge Replacement B. RoughzFwmed Firrishod Concrete: Plywood, lumber, metal, earth, or another approved material. Provide -lumber dressed on at least two edges and one side for tight. ft. C. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass -fiber -reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads without detrimental deformation D. Chamfer -Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. E. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate from -release agent with rust inhibitor for steel form -facing materials. F. Form Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form -ties designed to resist lateral _pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed concrete surface. 2_ Furnish ties that, when removed, will leave holes not larger than 1 inch -in -diameter in concrete surface. 3. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. 2.2 STEEL REINFORCEMENT - A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. . Steel Bar Mats: ASTM A 184, assembled with clips. 1. Steel Reinforcement: ASTM A 615, Grade 60, deformed bars. 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as follows: 1. For concrete surfaces exposed--to—view-where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. 2. Plastic, wood, concrete or clay blocks and other devices are not permissible. B. Joint Dowel Bars: Plain -steel bars, ASTM A 615/A 615M, Grade 60. Cut --bars true to length with ends square and free of burrs. C. Joint Dowel System: Diamond dowel system from PNA Construction Technologies, Speed Plate System from Greenstreak Group, Inc. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type MI. 1. Fly Ash: ASTM C 618, Class C. B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: 1. Class: Moderate weathering region, but not less than 3M. 2. Nominal Maximum Aggregate Size: 3/4 inch. 03270709 CAST -IN -PLACE CONCRETE 03300 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 3.4 SHORES AND RES14OR=ES A. Comply with ACI318, ACI301, and recommendations in ACI347R for design, installation, and removal of shoring and reshoring. B. In multistory -construction, extend --shoring or reshoring over a sufficient number of stories to distribute loads in such a manner that no floor or member will be excessively loaded or will induce tensile stress in concrete members without sufficient steel reinforcements. C. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support -construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. General: Comply- with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. C. Accurately position, -support,-,and-=secure reinforcement against displacement. Locate and support reinforcement with bar -supports to maintain minimum concrete cover. Do not tack weld crossing.reinforcing bars. D. Set wire ties with ends directed into concrete; -not toward exposed concrete surfaces. E. Install welded wire fabric in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. F. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. 4. Locate horizontal joints in walls and -columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. 5. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: I. Sawed Joints: Form contraction joints with early entry power saw. Cut 1/8-inch wide joints into concrete within l to 2 hours after the finishing process and before final set. 03270709 CAST-]N-PLACE CONCRETE 03300 - 8 08/10 I Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement D. Isolation Joints in Slabs -on -Grade: After removing formwork, install -joint -fine stripy -at slab Junctions -with vertical surfaces, such as column pedestals, foundation wails, grade beams, and other locations, as indicated. 1. Extend joint -filler strips full width and depth of joint, terminating flush with finished concrete surface, unless -otherwise indicated. 2. Terminate full -width joint -filler strips not less than '/z inch or more than 1 inch below finished concrete surface where joint sealants, specified in Division 7 Section "Joint Sealants," are indicated. 3. Install joint -filler strips in lengths as long as practicable. Where more -than one {ength is required, lace or clip -sections together. E. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. 1. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete. bonding to one side of joint. 3.7 WATERSTOPS A. Self -Expanding Strip Waterstops: Install in construction joints- and at other .locations indicated, according to manufacturer's written instructions, bonding or mechanically fastening and firmly pressing into place. Install in longest lengths practicable. 3.8 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high -range water -reducing admixtures to mix. 2. Do not add water to concrete beyond the limit of water withheld from the plant. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. D. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. I. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 03270709 CAST -IN -PLACE CONCRETE 03300 - 9 08/10 Lubbock Preston Smith International Airport _ Passenger Boarding Bridge Replacement 2. Maintain reinforcement in position on- chairs during concrete placement. 3. Screed slab surfaces with a straightedge--and-strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane, free of humps or hollows; before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. F. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more"than 80-deg F at point of placement. 2. Do not use frozen materials or materials .containing ice or- snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical -accelerators, unless otherwise specified and approvedin-mix-designs. G. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows, when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.9 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding ACI 347R limits for class of surface specified. B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch in height. 1. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. C. Rubbed Finish: Apply the following to smooth -formed finished concrete: 1. Smooth -Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. 2. Grout -Cleaned Finish: Wet concrete surfaces and apply grout of a consistency of thick paint to coat surfaces and fill small holes. Mix one part Portland cement to one and one-half parts fine sand with a 1:1 mixture of bonding admixture and water. Add white Portland cement in amounts determined by trial patches so color of dry gout will match adjacent surfaces. Scrub grout into voids and remove excess grout. When 03270709 08/ 10 CAST -IN -PLACE CONCRETE 03300 - 10 i� Lubbock Preston Smith International Airport Passenger Boarding. Bridge Replacement g h tense rub -surface -with -clean burlap and keep surface damp -by fog spray for at-ieast3-6-hours. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.10 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: WMe still plastic, texture concrete surface that has been screeded- and bull -floated or darbied. Use stiff brushes, brooms, or rakes. 1. Apply scratch finish to surfaces indicated and to surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and other bonded cementitious floor finishes. C. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small: or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to floor and slab surfaces to be covered with fluid -applied or sheet waterproofing, built-up or membrane roofing, or sand -bed terrazzo. D. Trowel Finish: After applying float finish, apply first trowel finish and consolidate concrete by hand or power -driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film -finish coating system 2. Finish surfaces to the following tolerances, measured within 24 hours according to ASTM E 1155 for a randomly trafficked floor surface: a. Specified overall values of flatness, f(F) 40; and levelness, F(L) 25; with minimum local values of flatness, F(F) 20; and levelness, F(L) 15. E. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin -set method. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. F. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with -fiber -bristle broom perprendicular to main traffic route. Coordinate required final finish with Architect before application. 03270709 CAST -IN -PLACE CONCRETE 03300 - 11 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 3.11 MISCELLANEOUS CONC-RETE ITEMS A. Filling In: Fill_ in -holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provideothermiscellaneous concrete filling indicated or required to complete Work. Q B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates of manufacturer furnishing machines and equipment. 3.12 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by the following method: 03270709 CAST -IN -PLACE CONCRETE 03300 - 12 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement C. Unformed Surfaces: Begin curing immediately after finishing concrete, Lure—unfned- surfaces, including --floors and slabs, concrete floor toppings, and other surfaces, by. -the following method: 1. Initial curing period of three days: a. Moisture Curing: Keep surfaces continuously moist for -not -less than seven ;- days with the following materials: 1) Water. 2) Continuous water -fog spray. 1 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and_eilges with 12-inch lap over adjacent absorptive covers. b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches,_ and _sealed_by-.waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any " holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure.. or use moisture -retaining covers" --to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with a moisture -retaining cover that the manufacturer recommends for the -use e. with floor coverings. 3.13 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. l . Defer joint filling until concrete has aged at least six months. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semirigid epoxy joint filler full depth in saw -cut joints and at least 2 inches deep -in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.14 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove -and replace concrete that cannot be repaired and patched -to -Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, - spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. i 03270709 CAST -IN -PLACE CONCRETE 03300 - 13 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 2. Repair defects on surfaces exposed toviewby blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and. smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of &M inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low area-s and replacing with patching_moHtr. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.15 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control may include -those specified in this Article. 03270709 CAST -IN -PLACE CONCRETE 03300 - 14 , 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement B, T. sti.ng—.s; :=Ovner-will-engage-qualif eA independent -testing and inspecting agency to sample materia-s,—perform tests,. -and submit test reports during concrete placement. Sampling and testing for quality control may include those specified in this Article. C. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM--C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. a. When frequency of testing will provide fewer than five compressive -strength tests for each concrete mix, testing shall be conducted from at least five i randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM-C -143; one test at point of placement for each composite sample, but not less than one test for -each- days_ pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method, for normal -weight concrete; - ASTM C 173, volumetric method, for structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31; cast and laboratory cure one set of four standard cylinder specimens for each composite sample. a. Cast and field cure one set of four standard cylinder specimens for each composite sample. 6. Compressive -Strength Tests: ASTM C 39; test two laboratory -cured specimens at 7 days and two at 28 days. a. Test two field -cured specimens at 7 days and two at 28 days. b. A compressive -strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested at age indicated. 7. Testing specimens are to be taken after all admixtures and/or field added water has been added and incorporated into concrete. D. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in -place concrete. E. Strength of each concrete mix will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. F. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. G. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 03270709 CAST -IN -PLACE CONCRETE 03300 - 15 08/ 10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement --H. Additional Tests: Testing-and-inspectiggnr make-make-tests-af concrete when test results indicate that slump; . air entrairm ent - compressive strengths, or other requirements have -not been met, as directed ---by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42 or by other -methods as directedby Architect. END OF SECTION 03270709 CAST -IN -PLACE CONCRETE 03300 - 16 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 07600 SHEET METAL PART 1 - GENERAL 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. Flashing. B. Counterflashings. 1.3 RELATED SECTIONS A. Section 07900 - Joint Sealers. B. Section 14950 - Passenger Boarding Bridges: Flashing to walls. 1.4 REFERENCES A. ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet and Strip. B. ASTM A653/A653M - Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated by the Hot -Dip Process. C. ATM A755/A755M - Steel Sheet, Metallic coated by the Hot -Dip Process and Prepainted by the Coil -Coating Process for Exterior Exposed Building Products. D. ASTM A792 - Steel Sheet, 55% Aluminum -Zinc Alloy Coated by the Hot -Dip Process. E. ASTM B32 - Solder Metal. F. FS TT-C-494 - Coating Compound, Bituminous, Solvent Type, Acid Resistant. G. AISI (American Iron and Steel Institute) - Stainless Steel - Uses in Architecture. H. NRCA (National Roofing Contractors Association) - Roofing Manual. I. SMACNA - Architectural Sheet Metal Manual - Fifth Edition with Addendum No. 1. 1.5 SUBMITTALS A. Submit under provisions of Section 01330. B. Shop Drawings: Indicate material profiles, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. C. Product Data: Submit data on manufactured components metal types, finishes, and characteristics. 1.6 QUALITY ASSURANCE A. Perform work in accordance with SMACNA and NRCA standard details and requirements. 03270709 SHEET METAL 07600 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement L7 QUALIFICATIONS A. Fabricator and Installer: Company specializing in sheet metal flashing work with seven years documented experience. 1.8 PRE -INSTALLATION CONFERENCE A. Convene one week prior to commencing work of this section, under provisions of Section 01039. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. C. Prevent contact with materials which may cause discoloration or staining. 1.10 COORDINATION A. Coordinate work under provisions of Section 0 103 9. B. Coordinate with the work of Section 14950 for installing flashing. PART 2 - PRODUCTS 2.1 SHEET MATERIALS A. Pre -Finished Galvanized Steel Sheet: ASTM A755/A755M using ASTM A653/A653M, G90 (Z275) zinc coated sheet; 24 gage core steel, pre -coated with PVDF (polyvinylidene fluoride) coating. 2.2 ACCESSORIES A. Fasteners: Same material as item being attached with same finish as flashing metal, with soft neoprene washers at exposed locations. B. Sealant: Specified in Section 07900. C. Reglets: Surface mounted type. D. Paste Solder: ASTM B486; type suitable for application and material being soldered. E. Touch-up Paint: To match factory finish. 2.3 COMPONENTS A. Termination Bar Cover: Manufacturer's standard prefinished galvanized steel, color as selected by Architect. 2.4 FABRICATION A. General l . Form sections true to shape, accurate in -size, square, and free from distortion or defects. 2. Fabricate cleats of galvanized steel type sheet metal. 03270709 SHEET METAL 07600 - 2 08/10 q� 1 Lubbock Preston Smith Intemational Airport Passenger Boarding Bridge Replacement 3: Form pieces n',r, longest possible -lengths. 4. Fabricate with required connection=ieces. 5. Hem exposed edges on underside 1/2 inch; miter and seam corners. 6. Form material with flat lock seams. 7. Fabricatevertical faces with bottom edge formed outward 1 /4 inch and hemmed to form drip._ 8. Fabricate flashings to allow toe to extend 2 inches over roofing. Return and brake edges. B. Fabricate all sheet metal exposed to normal view from pre -finished galvanized steel sheet. 2.5 FINISH -_ A. Prefinished Metal: Fluoropolymer coating produced with Hylar 5000 or Kynar 500 resin complying -with the following: 1. Salt -Spray Test a. Withstand salt spray test for a minimum of 1000 hours in accordance with ASTM B 1-17, including scribe requirement in test. b. Receive -a rating of 10, no blistering, as determined by ASTM D'714 immediately upon removal of panel from- test, and rating of 7, 1/16-inch failure at scribe, as determined--by-ASTM D 1654. 2. Formability Test. No evidence of fracturing to naked eye when subjected to a 180-degree bend over a 3/8-inch diameter mandrel in accordance with ASTM D 522. 3. 2000 Hour Accelerated Weathering Requirements a. Test Conformance: ASTM G 23 using a Type D apparatus. b. No cracking, peeling, blistering, loss of adhesion of protective coating, or corrosion of base metal. C. Loss of Adhesion: Protective coating that can be readily removed from base metal with tape in accordance with ASTM D 3359, Test Method B. d. Chalking: Not greater than No. 8 rating in accordance with ASTM D 4214 test procedures. e. Color Change: Maximum 2 NBS units in accordance with ASTM D 4214 and ASTM D 2244 test procedures. 4. Humidity Test: No signs of blistering, cracking, creepage or corrosion when scored panel subjeeted to a -humidity cabinet test in accordance with--ASTM-D 2247 for 1000 hours. 5. Impact Resistance: Withstand direct 'and reverse impact in accordance with ASTM D 2794 equal to 1.5 times metal thickness in mils, expressed in inch -pounds, with no loss of adhesion. 6. Abrasion Resistance Test: Withstand a minimum of &0 liters of sand before appearance of base metal when subjected to falling sand test in accordance with ASTM D 968. 7. Pollution Resistance: No visual effects when immersion tested in a 10 percent hydrochloric acid solution for 24 hours in accordance with ASTM D 1308. 8. Color a. As selected by Architect from manufacturer's standard line. B. Exposed Fasteners: Factory finished to match color of item being fastened. 03270709 SHEET METAL 07600 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement PART 3 - EXECUTION 3.1 EXAMINATION A. Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, reglets in place, and nailing strips .-_located. B. Verify roofing termination and base flashings are in place, sealed, and -secure. 3.2 PREPARATION A. Install starter and edge strips, and cleats before starting installation. B. Install surface mounted reglets true to lines and levels. Sea] top of reglets with sealant. 3.3 INSTALLATION A. Apply bituminous protective backing on surfaces in contact .with dissimilar materials. . B. Fill back of cap flashing with plastic roofing cement. C. Backbed lap joints of flashings in horizontal position. D. Insert cap flashing into flashing receiver to form tight fit. Bend -top -of flashing receiver down F over cap flashing without hammer marks, dents--or-other visual distractions. E. Termination Bars 1. Install in longest practical lengths. 2. Sea] top of bar to supporting construction with sealant as specified in Section 07900 - JOINT SEALERS. F. Fit flashings tight in place. G. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. H. Seal metal joints watertight. 3.4 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01410. B. Inspection will involve surveillance of work during installation to ascertain compliance with specified requirements. END OF SECTION 03270709 SHEET METAL 08/10 t_ . g� tJ 07600 - 4 t Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 07900 JOINT SEALERS 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. Preparing sealant substrate surfaces. B. Sealant and backing. 1.3 RELATED SECTIONS A. Section 07600 - Sheet Metal: Sealants used in conjunction with metal flashings. B. Section 14950 — Passenger Boarding Bridges: Sealants used in conjunction with -new factory. 1.4 REFERENCES A. AAMA 803.3 - Voluntary Specification for Narrow -Joint Seam Sealer. B. AAMA 808.3 - Voluntary Specification for Exterior Perimeter Sealing Compound C. ASTM C719 - Adhesion and Cohesion of Elastomeric Joint Sealants Under Cyclic Movement. D. ASTM C792 - Effects of Heat Aging on Weight Loss, Cracking, and Chalking of Elastomeric Sealants. E. ASTM C570 - Oil and Resin - Base Caulking Compound for Building Construction. F. ASTM C834 - Latex Sealing Compounds. G. ASTM C920 - Elastomeric Joint Sealants. H. ASTM C1311 - Solvent Release Sealants. 1. ASTM C1193 - Use of Joint Sealants. J. ASTM D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber. K. ASTM D1667 - Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Closed -Cell Foam). 1.5 SUBMITTALS A. Product Data I. Submit product data indicating sealant chemical characteristics, performance criteria, limitations and color availability. 2. Submit manufacturer's standard printed installation instructions. B. Samples I . Submit four sample kits in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. 03270709 08/10 JOINT SEALERS 07900 - 1 t Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement C. Certificates 1. Submit manufacturer's certificate that products meet -or exceed -specified requirements and are suitable for use indicated. 2. Joint sealant manufacturer's certification that sealants, primers, and cleaners required for sealant installation comply with local regulations controlling use of volatile organic compounds. 1.6 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing the products specified in this Section with minimum ten years documented experience. B. Applicator: Company specializing in applying the work of this Section with minimum five years- documented experience. C. Conform to ASTM C1193 requirements for materials and installation. 1. Obtain joint sealant materials from a single manufacturer for each different product required. 2 Provide joint sealants, joint fillers, and other related materials that are compatible -with one another and with joint substrates under conditions of service and application, as demonstrated by sealant -manufacturer based on -testing and field experience. D. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Requirements 1. Do not install solvent curing sealants in enclosed building spaces. 2. Do not install sealants when joint substrates are -wet. 3. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.9 SEQUENCING AND SCHEDULING A. Coordinate the work of this Section with all Sections referencing this Section. 1.10 WARRANTY A. Provide five year warranty. B. Warranty: Include coverage of installed sealants and accessories which fail to achieve air tight and watertight seal, exhibit loss of adhesion or cohesion, or do not cure. i 03270709 JOINT SEALERS 07900 - 2 08/10 L'I (- Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement PART 2 - P-RODUCT-S 2.1 MA­T`ERIALS A. Elastomeric Sealants 1. General: -.Manufacturer's standard chemically curing, urethane, polyurethane, or polysulfide .polymer based elastomeric sealant complying with ASTM C 920. 2. Types a. S-1: Type M, Grade P, Class 25. b. S-2: Type S, Grade P, Class 25_ C. S-3: Type M, Grade NS, Class 25. - d. S-4: Type S, Grade NS, Class 25. 3. Color: As selected by Architect from -manufacturer's full range of standard colors. 4. Use -Locations: As indicated in Schedule at end of this Section. B. Latex Sealants 1. General: Manufacturer's standard one -part, nonsag, mildew-resistant,_paintable_latex sealant of formulation indicated that is recommended for exposed applications on interior and protected exterior locations and that accommodates indicated percentage change in joint width -existing at time of installation without failing either- adhesivelyor cohesively. 2. Types a. S-5; Acrylic -Emulsion Sealant 1) Composition: Manufacturer's standard product accommodating joint movement of not more than 5 percent in both extension and compression for a total of 10 percent. 2) Conformance: ASTM C 834 b. S-6; Silicone Emulsion Sealant 1) Composition: Manufacturer's standard product that accommodates joint movement of not more than 25 percent in both extension and compression for a total of 50 percent. 2) Conformance: ASTM C 834 and, except for weight loss measured per ASTM C 792, ASTM C 920. 3) Special Properties: Fungus and mildew resistant. 3. Color: As selected by Architect from manufacturer's full range of standard colors. 4. Use Locations: As indicated in Schedule at end of this Section. C. Type S-7; Acrylic Sealant 1. General: Manufacturer's standard one -part, nonsag, solvent -release -curing acrylic terpolymer sealant complying with AAMA 808.3, with capability to withstand 15 percent maximum cyclic movement (7-1/2 percent movement in both extension and compression) at time of application and remain adhered to joint substrates indicated for Project without failing cohesively when tested for adhesion and cohesion per ASTM C 719. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. D. Type S-8; Butyl Sealant 1. General: Manufacturer's standard one -part, nonsag, nonstaining, paintable, solvent -release -curing, polymerized butyl sealant formulated with minimum of 75 percent solids and tack -free time of 24 hours or less, complying with ASTM C 1311. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. 03270709 JOINT SEALERS 07900 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement E. Type S-9; Pigmented Narrow Joint -Sea -lane 1. General: Manufacturer's standard, solvent -release -curing, pigmented -synthetic -rubber sealant formulated for seating joints 3/16 inch- or smaller in width, complying with AAMA 803.3 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated -in -Schedule -at -end -.of -this Section. F. Accessories 1. Primer: Non -staining type, recommended by sealant manufacturer to suit application. 2. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. 3. Joint Backing: ANSI/A­STM-DI056; round, closed cell polyethylene foam rod; oversized 30 to 50 percent larger than joint width. 4. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. 5. Masking Tape: Non -staining, non -absorbing type as recommended by sealant manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that joint openings are ready to receive work and field measurements are as shown on Drawings and recommended by the manufacturer. B. Beginning of installation means installer accepts existing conditions and substrate. 3.2 PREPARATION A. Clean and prime joints in accordance with manufacturer's instructions. B. Remove loose materials and foreign matter which might impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. D. Perform preparation in accordance with ASTM C 1193. E. Install masking tape where required to protect adjacent finished surfaces. 3.3 INSTALLATION A. Perform installation in accordance with ASTM C1193 and manufacturer's written instructions. B. Measure joint dimensions and size materials to achieve required width/depth ratios. C. Install joint backing to achieve a neck dimension no greater than 1/2 the joint width. D. Install bond breaker where joint backing is not used. E. Remove and replace joint backing which has become wet, dirty, or -exposed to weather for extended period of time. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. H. Tool joints concave in accordance with ASTM C1193 and manufacturer's written instructions. 03270709 08/10 JOINT SEALERS 07900 - 4 ............ Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 3A CLEANING AND REPAIRING A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. B. Repair or replace defaced or disfigured finishescausedby work of this Section. C. Cut out and remove damaged or deteriorated joint sealants and repair so that repaired areas are indistinguishable from original work. 3.5 PROTECTION OF FIMSHED-WORK A. Protect joint sealants during and after curing period from contact with contaminating substances '^ or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. 3.6 SCHEDULE A. Exterior Joints 1. Horizontal -traf c_joints not exposed to fuel or gas spillage: Sealant types. S-1 or S-2. 2. Horizontal traffic joints exposed to fuel or gas spillage: Sealant types S-1 or -S 2. 3. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-2, S-3 or S-4. - 4. Vertical or inclined joints such as panel, coping and control: Sealant types S-3 or S-4. 5. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations: Sealant types S-3 or S4. 6. Threshold Bedding: Sealant type: S-8. 7. Joints in Masonry Flashing: Sealant Type S-9. 8. Joints in Sheet Metal Flashing: Sealant Type S-9. B. Interior Joints 1. Horizontal traffic joints not exposed to fuel or gas spillage: Sealant types S-1, or S-2. 2. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-2, S-3, or S-4. 3. Vertical or inclined joints such as.panel, coping and control: Sealant types S-3, S-4. 4. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations: Sealant types S-3, S-4 or S-6. g 5. Non-structural hollow metal doors and borrowed lites. Sealant types S-3, S4 S-5, S-6 or S-7. 6. Non-structural perimeter seals around plumbing fixtures, joints between ceramic tile and joints between ceramic tile and dissimilar materials: Sealant type S-6. 7. Non-structural perimeter seals at joints between countertops, backsplashes and walls: Sealant type S-7. END OF SECTION 03270709 JOINT SEALERS 07900 - 5 08/10 - Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement ti. 00` 0s i PASSENGER BOARDING BRIDGES 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. -Passenger Boarding- -Bridges (PBB), accessories and components for a complete installation. B. Baggage Lift. 1.3 SUBMITTALS A. Product Data: 1... Submit.for each -passenger boarding bridge the following: a. Manufacturer's literature providing complete description of the passenger boarding bridge construction and operational features. b. Interior and exterior finishes and all manufacturer's standard and premium options. C. Control systems. d. Warranty: Initial warranty and extended warranty contracts. B. Color Samples: 1. Provide color samples of all interior and exterior passenger boarding bridge finishes. 1.4 PERFORMANCE REQUIREMENTS A. Industry Standards: 1. The Passenger -Boarding-Bridge (PBB) shall be designed in accordance with good engineering- practices and the standards developed and adopted by the passenger boarding bridge industry. Particular attention will be given to keeping components simple rugged and easily accessible for routine maintenance, including lubrication component exchange -and ease of adjustment. All access panels and openings shall be sized to accommodate the component being changed or adjusted, as well as the equipment and personnel necessary to accomplish the work. B. Structural Loads: 1. The passenger boarding bridge will support the following loads. The design will be based on the combination, which imposes the most adverse loading. In addition to the dead loads and strain caused by movement, the entire passenger boarding bridge shall support: a. Floor Live Loads: 40 pounds per square foot. b. Wind Loads: 1) Retracted and Stowed: 25 pounds per square foot. 2) Operational: 12.5 pounds per square foot. 03270709 PASSENGER BOARDING BRIDGES 14950 - 1 08/ 10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement C. Seismic Loads: 1) The PBB shall be designed to withstand the earthquake induced forces. d. Roof Live Loads: 25 pounds per square foot. 2. The structural design shall provide sufficient torsional rigidity to avoid excessive sway when the passenger boarding -bridge is brought -to a gradual stop. 3. All mechanisms for actuating, guiding and restraining the passenger boarding bridge and its components shall be designed so that no noise, sway or sense of insecurity is apparent to passengers. No operating vibrations or loads shall be transmitted to the terminal building. C. Environmental Considerations: 1. Passenger boarding bridge shall operate satisfactorily under ambient temperature conditions of-25 degrees F to 125 degrees F with wind up to 60 mph. 2. All components and materials shall Jhe_individually. and collectively designed. or selected for long service life under such -conditions. D. Power Characteristics: The passenger boarding bridge shall operate on 480 V.A.C., 3 phase, 60 Hz. Electrical. power, and separate ground-(4 wire). The-41MN A.C. shall be transformed to 120/240 V.A.C. for lighting -and -controls. 1.5 QUALITY ASSURANCE A. No asbestos products, components or additives shall be used in this work or supplied to the job. B. Manufacturer: Minimum of ten (10) years successful experience in the design, fabrication and installation of similar passenger boarding bridges. C. Installer: Either passenger boarding bridge manufacturer or an independent installer approved by the manufacturer with no less than ten (10) years experience in the installation of comparable passenger boarding bridges. D. Regulatory Requirements: Conform to the following codes and standards where applicable: 1. AISC - American Institute of Steel Construction. 2. ASME - American Society of Mechanical Engineers. 3. ASTM A36 - Specification for Carbon Structural Steel. 4. ASTM A53 - Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless. 5. ASTM A307 - Specification for Carbon Steel --Bolts and Studs, 60,000 PSI Tensile Strength. 6. ASTM A325 - Specification for Structural Bolts, Steel, Heat -Treated, 120/105 ksi Minimum Tensile Strength. 7. ASTM A490 - Specification for Heat -Treated Steel, Structural Bolts, 150 ksi Minimum Tensile Strength. 8. ASTM A500 - Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 9. ASTM A514 - Specification for High -Yield Strength, Quenches and Tempered Alloy Steel Plate, Suitable for Welding. 10. ASTM A1011 - Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon Structural, High -Strength Low -Alloy with Improved Formability. l l . AWS - American Welding Society. 12. NEC - National Electric Code. 13. NEMA - National Electrical Manufacturers Association. 03270709 PASSENGER BOARDING BRIDGES 14950 - 2 08/10 i Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 14. NFPA 4-15 - Airport Ter -urinal Buildings, Fueling Ramp Drainage and Loading Walkways. 15. NPA - National Plywood Association. 16. SAE - Society of Automotive Engineers. 17. SSPC - Structural Steel Painting Council. 1.6 WARRANTY A. Manufacturer shall guarantee all components and accessories comply fully with the Contract Documents and are free from defects in material and workmanship, under normal use, for a period of twelve (12)-mouths. B. Manufacturer shall guarantee all -work and materials- are- new and of good quality, and -free from any liens, encumbrances and title defects. C. Signed acceptance or customer use of passenger boarding bridge shall commence the warranty period. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Passenger Boarding Bridge: a. ThyssenKrupp Airport Systems. b. JBT AeroTech. C. FMC Jetway. 2.2 PASSENGER BOARDING BRIDGE (PBB) A. General: Passenger Boarding Bridge (PBB) specified shall be complete with requirements of this section. 1. The passenger boarding bridge shall be apron drive type with three tunnels. 2. All door locks to be compatible with airport security requirements specified by the Owner. 3. Intended Aircraft; Regional -Jets, including ERJ, CRJ, Narrow Body, and Wide Body as applicable for the project. 4. PBB manufacturer to coordinate with Owner to determine known and anticipated aircraft to be in use of each gate. B. Rotunda Assembly: The rotunda assembly shall be made up of a corridor, rotunda and support pedestal. The assembly shall be designed so that it does not transmit any live or dead loads or vibrations to the terminal building. 1. The rotunda assembly shall be designed at the terminal end pivot for passenger boarding bridge's vertical and horizon motion. As the main pivot for passenger boarding bridge, the rotunda assembly shall allow the passenger boarding bridge to rotate a total of 175 degrees, 87 '/2 degrees clockwise and 87 '/2 degrees counter clockwise from the corridor center line. 03270709 PASSENGER BOARDING BRIDGES 14950 - 3 08/ 10 j Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 2. Slope, over -travel and operational swing limits shall be located on the rotunda assembly. Slope limits shall be adjustable up to 10 percent (5.71--degrees) for both up and down slopes. This limit shall be adjustable to meet local operating conditions and requirements. 3. Swing sensors shall be provided at rotunda that senses the position of the PBB and sounds an audible alarm at the operator's control console prior to activation of the over -travel swing limit. These sensors shall be arranged to provide left and right swing limits and shall be adjustable over the full range of bridge swing. Activation of the slow -down sensor shall put the bridge in slow -down speed and provide an audible alarm as the bridge nears the swing limit. Activation -of-the swing limit shall stop the bridge, provide an audible and visual alarm, and allow the operator to travel only in the opposite direction. 4. An adjustable over -travel swing limit shall be provided. When activated, limit switch shall cut off all power preventing bridge from traveling further.. ..A keyed maintenance override switch shall be provided on the control console. 5. Corridor: The corridor interface between the rotunda and the terminal building shall have a minimum inside clear width -of 4'-11" and minimum -clear height. of 7'-6" for a minimum of 15 inches. Corridor design shall allow installation of flexible weather seals and floor threshold to the face of the building. 6. Rotunda: Rotunda floor shall remain stationary and level at all times and provide a smooth transition between the terminal and telescoping tunnels. Flap type seals shall be provided for weather protection between the rotunda and the hinged telescoping tunnel section. 7. Support Pedestal: Support pedestal shall provide the structural support for the passenger boarding bridge. The support column shall rest on a foundation and anchor bolt pattern that is supplied by others. a. An electrical panel shall be mounted on the pedestal to provide incoming power and control wiring termination points from the terminal. Separate disconnect switches shall be provided for the bridge and any supplied auxiliary equipment including PCA, 400 Hz, and potable water cabinets. C. Tunnel Assembly: Tunnel assembly connects the rotunda assembly and aircraft cab assembly. 1. Telescoping tunnels shall be rectangular in cross section. The tunnel with the largest cross section shall be closest to the aircraft. 2. The exterior side, roof, and floor panels of the telescoping tunnel sections shall be manufactured from 14 gauge corrugated steel, or 14 gauge formed galvannealed steel panels attached to a framework of angle and tubing. These panels are formed, welded, sealed and painted to form the tunnel enclosure. Roof shall be flat to prevent the collection of water. 3. Hinged transition ramps shall accommodate the difference in elevation where telescoping tunnel sections overlap. 4. Minimum interior clear dimensions are as follows: a. Minimum Floor Width: 4'-10". b. Minimum Interior Height: 6'-11". C. Minimum Inter -Tunnel Ramp Width: 4%8". d. Minimum Corridor Width: 4'4-1/2". 03270709 PASSENGER BOARDING BRIDGES 14950 - 4 08/10 E Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 5. The-telescoping-tunnels-shalibe-:cquippgd with -aside or -under bridge- mounted exterior electrical cable conveyance system. This system is accessible to maintenance personnel for inspection or cable addition at all passenger boarding bridge positions and operations -conditions. Access to the conveyance system shall not --impede passenger traffic or passenger boarding bridge operation. The system shall be capable- of -supporting a combination of cables and hoses with a maximum weight of 14 pounds per square foot. The largest tunnel shall be equipped with an aluminum or --galvanized wire way to continue electrical cable routing beyond the electrical cable conveyance system. 6. The tunnels shall be -equipped with a mechanical stop. D. Aircraft Cab: 1. The aircraft cab shall -be designated to rotate a minimum of M-degrees. Rotation shall -be- t--least 92.5-_degrees counter clockwise -and 3.2.5_degrees clockwise from tunnel centerline. 2. The cab shall be rotated --at a nominal speed of 145 degrees per minute. Limit switches and physical stops shall control the rotation limits. 3. The cab shall be equipped with a forward facing control- console. The console shall be -located behind 4-aminated glass windows. Operation of the passenger boarding bridge will be accomplished without opening the weather doors. Visibility shall be -provided with vision panels in the cab side -coiling curtains and windows located in front and to -the left and -right of the operator. 4. An electric roll up door is to be installed on the right side of the operators control console to secure the passenger boarding bridge from unauthorized access and protect the interior of the passenger boarding bridge from adverse weather conditions when the door is closed. The minimum clear width of the weather door is 5'-0: and the minimum door height is 7'-6". 5. A full width spacer shall be located at the aircraft end of the cab floor. The spacer material shall meet the fire protection specifications of NFPA-415, shall be flexible, and non-abrasive to prevent scratching or other damage to the aircraft fuselage. 6. The aircraft end of the cab shall be equipped with an articulating cab floor that automatically compensates for changes in bridge slope. The floor shall be actuated and independently adjustable to adapt to all aircraft doorsills. It shall be designed to level automatically and shall be equipped with a manual override control switch. The --.floor shall be capable of providing a level surface adjacent to the aircraft doorsill for passenger boarding bridge slopes from -8.33% to +8.33%. 7. The articulating floor shall be a double hinge design that provides a smooth transition between the level floor and the tunnel section. The transition floor shall provide a smooth platform sloped in the direction of the passenger traffic flow. No raised surfaces which may introduce a tripping hazard to the passenger shall be permitted. 8. Exterior floodlights shall be provided for nighttime operation to illuminate the apron area ahead of the passenger boarding bridge. A floodlight shall also be provided to illuminate the drive column wheel bogey area. This light shall be located under the tunnel section. 9. A weatherproof fluorescent fixture shall be provided outside the weather doors to illuminate the cab -aircraft interface. 03270709 PASSENGER BOARDING BRIDGES 14950 - 5 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement E. Aircraft Closure: The aircraft end of the _cab -shall -be- -equipped with-aLfuWing--bellows aircraft closure. The closure, when fitted against the fuselage, -shall surround -both -the open aircraft door and the doorway to protect passengers from the elements. Covering shall be not absorb water, shall be highly tear resistant and shall remain flexible form -31 degrees F to 127 degrees F. The aircraft enclosure color -shall -be gray. 1. Each side of the aircraft closure shall independently -seal -against aircraft contours. 2. A means of preventing excessive pressure on the aircraft shall be incorporated into the canopy operating mechanism. 3. The contacting seal shall be soft material to prevent scratching or damage to the aircraft skin. The seals that contact the aircraft shall be designed for easy replacement. F. Service Access: A service door, landing and stair leading to the apron areas shall constitute the service access. Service access shall -be -located -on the right-hand side of the cab end of the passenger boarding bridge; it provides_access_between .the passenger boarding bridge and apron for authorized personnel. 1. Service door shall be steel, hollow core with wire glass window, and meets or exceeds the 3fo-hour fire rating per ASTM-E 152. Door width shall be 30" to 36" wide and 6 feet 8 inches high -.--Door shall be equipped with medium -duty commercial -type hardware and automatic door closure. The door shall open 90 degrees outward onto the service stair landing. A cipher lock is to be provided on the exterior and knob on the interior. A 30-inch stainless steel -kick plate shall cover the lower inside portion of the door. 2. Service stair landing shall be parallel to the adjacent tunnel floor. The landing shall be made of hot dipped galvanized steel, open mesh grating. The landing shall be protected on the open sides by galvanized steel handrails, which meet OSHA standards. A switch operated light shall be provided above the landing. 3. Service stair shall be equipped with self-adjusting risers and treads made from expanded metal with a serrated edge for a gripping surface. All steps shall have an equal rise. The tread width shall be a minimum of 28 inches and the maximum tread height shall be 9-1/2 inches. The service stair shall be protected on each side by handrails designed to meet OSHA standards. The entire service stair assembly shall be galvanized steel. The service stair assembly shall be accessible to ramp service personnel at all operational heights and positions of the passenger boarding bridge. G. Control Station: The control station shall- -be-located at the aircraft end of the passenger boarding bridge. It shall provide the operator with a control console, service utilities, -and control interlocks required to accomplish passenger boarding bridge operation. Station shall be positioned on the left side of the cab and oriented to position the operator facing forward in full view of the aircraft during maneuvering and docking operations. 1. Control Console: The control console shall be located in the operator compartment and shall be protected from the outside environment. a. Controls: All passenger boarding bridge motion -controls shall be momentary contact type (deadman) controls. All of the motion controls shall be designed to be relative to the function of the passenger boarding bridge being controlled, i.e., raise and lower functions, the "raise" push button will be located above "lower" push button. The control console shall include the following controls. 1) A three -position master key switch used to select "OFF", "OPERATE" or "AUTO" (automatic leveling). The key may be removed only in the "OFF" or "AUTO" positions. 03270709 PASSENGER BOARDING BRIDGES 14950 - 6 08/ 10 r Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 2) A 4--way lever arm or "joystick" to control fmr and and reverse and steering motions. As the -joystick is -moved progressively forward or back, passenger boarding bridge speed increases proportionally with the position of the joystick. Steering, left or right, may be accomplished at the same time as forward and reverse motions. An interlock shall prevent the passenger boarding bridge from being driven forward when the aircraft closure is deployed. 3) Push button switches for raising and lowering the cab end of the passenger boarding bridge. 4) Push button sw-itches for cab rotation, left or right. 5) Push button(s) to deploy the bellows -type aircraft closure. 6) Switch for floodlights that illuminate the apron area under the aircraft anddrivecolumn undercarriage. 7) Switch to change the cab floor level adjustment from an automatic operation to a manual operation. 8) Relative motion push-button switch to control the cab floor level adjustment while in the manual -mode_ 9) Red illuminated emergency stop button, which shuts down all passenger boarding bridge movement when pressed. 10) Lamp test button to allow function testing of all indicator lights. 11) Switch for cab light to illuminate the area forward of the cab door. 12) Horn button to alert that the bridge is above to move. b. Indicators: The control console shall have indicators that display the current passenger boarding bridge status. The passenger boarding bridge status indicators shall be as follows: 1) Digital position indicator to display the relative vertical position of the lift column. This indicator is used to vertically pre -position the passenger boarding bridge prior to the arrival of the aircraft. 2) Wheel position indicator, which displays wheel orientation with respect to the operator's position. This wheel position indicator maintains correct wheel orientation while cab or wheels are rotated. 3) An amber light to indicate auto -level system is energized and functioning. 4) A red light and audible warning to indicate the auto leveler sustained travel time has -tripped. 5) A visual and audible indicator that the passenger boarding bridge has reached the operational horizontal rotation limits. This is preceded by an audible warning. 6) A visual and audible indicator that the PBB drive wheels have reached the over steer limits. 7) A red light to indicate aircraft closure is deployed. 8) A red light to indicate vertical drive column fault (for electromechanical lift). 9) A green light to indicate power is on. C. A flashing amber beacon shall be mounted under the cab. The beacon shall indicate that power is on and the passenger boarding bridge may move at any moment. 03270709 PASSENGER BOARDING BRIDGES 14950 - 7 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1 £. d. Two additional flashing amber beacons shall be mounted on the ends of the crossmember. They shall flash whenever the passenger boarding bridges is moving. e. An audible warning bell shall be mounted on the crossmember and shall ring whenever the passenger boarding bridge is moving. The bell sound loudness shall be at least 94 db at 10 feet. 2. Utilities: a. A six pair (twelve conductor) wire outlet for the installation of telephone or intercom equipment shall be located on left side wall adjacent to the control console. b. Duplex outlets (unswitched 120 volt, single phase, GCFI, 15 ampere) shall be located on the side wall of the control console, on the lower portion of the drive -column, and in the- rotunda corridor. 3. Control Features and Interlocks: a. Mechanical interlocks shall be provided to prevent damage to control circuits or passenger boarding bridge components by selecting opposite motions simultaneously. For example, depressing the up button prevents actuation of the down button. b. When the master key switch is in the "OFF" or "AUTO" position, the controls for horizontal and vertical movement, steering, aircraft closure and cab rotation shall be inoperative. H. Automatic Leveling: The passenger boarding bridge shall be equipped with an automatic leveling system, allowing the passenger, boarding bridge to adjust to changes in the aircraft elevation that occur during aircraft loading and unloading. The system shall function with equal reliability for all aircraft contours. The auto leveler shall be located on the right side of the cab and in full view of the operator at the control console. 1. The auto leveler shall be engaged when the master key switch is positioned to "AUTO". 2. The auto leveler circuit shall include a sustained travel timer. Timer shall limit auto level operation shall be adjustable from 1.6 seconds to a maximum of 6 seconds. If the operation exceeds the set time limit a fault condition is assumed, all motor power shall be disconnected; audible and visual alarms shall be energized. 3. The main auto level -sensing switch is activated by a 5-degree or more auto level wheel rotation. I. Drive Column: The drive column shall provide the vertical and horizontal motion for the passenger boarding bridge. The drive column and control systems shall be designed for smooth, quiet operation. The vertical and horizontal movements shall be operable at the same time. The drive column shall be divided into two major components; Vertical Drive and Horizontal Drive. 1. Vertical Drive: a. Hydraulic Lift System: 1) The passenger boarding bridge shall move vertically by means of two extra capacity hydraulic ram assemblies, 2) Each ram is independent of the other and shall be capable of supporting the passenger boarding bridge under full design load. The design shall provide 100% redundancy, 3) The lift cylinders are equipped with internally mounted pilot operated check valves that prevent the bridge from descending in the event of a hose break or other system failure. 03270709 PASSENGER BOARDING BRIDGES 14950 - 8 ' 08/10 i Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 4) Mechanical.—stgs---ii ---the-- cyliTKkxs- shall - `be- pr-ovided to prevent over -travel -of the lift column-. The sy-stem_shall not be damaged if the bridge is raised -or lowered to the cylinder stops. 5) The vertical travel speed shall be a minimum of 2.5 feet per minute, measured at the spacer. b. Electrical Mechanical Lift System: I) The lift mechanism shall consist of two (2) re -circulating ball bearing screw assemblies. Each assembly shall be independent of the other, with individual motors, and be capable of supporting the bridge under full design load and raising and lowering the bridges at an approximate speed of 2 feet, 6 inches per minute measured at the cab bumper. The ball nut of this assembly shalt be equipped with wiper brushes to remove grit or dirt from screw threads_ and- a_self locking Acme. -type thread -to prevent -unit collapse in the event of a ball nut failure. 2) The vertical drive motors shall be fitted with spring -applied brakes that release only when electric power is applied and vertical motion, up or down, is signaled from operator's console or the -auto -leveler system. 3) The brakes shall hold securely at all elevations, without creeping, . whether the bridge is in operation or not. 4) The fault detector circuit shall shut down the electrical power to the vertical drivemotors and set the breaks independently of the operator. This shall occur if the bridge is in the vertical operate mode and there is differential motion at the ball screws. 2. Horizontal Drive: A variable speed, electromechanical drive system shall provide horizontal travel. a. Solid rubber tires shall be provided. b. Drive wheels shall be driven independently by electric motors with integral breaks. A solid-state controller (VFD) shall be provided for drive wheel speed control Horizontal speed shall vary from 0 to 90 feet per minute. C. A steer angle of 180 degrees shall be possible. d. A regenerative braking system shall allow the passenger boarding bridge to come to smooth controlled stops. Integral spring -applied electrically released brakes shall be provided with each drive motor. The brakes shall lock the passenger boarding bridge in place when it is not being driven horizontally. e. Horizontal drive motors shall be equipped with manual brake releases, allowing the passenger boarding bridge to be towed in the event of a power failure. f. Two (2) two lugs shall be a component of the lower wheel frame. Interior Finishes: The interior finish of the passenger boarding bridge shall be designed to be durable and easy to clean. 1. Ceiling should be continuous coil coat painted galvanized sheets. If planked type panels are used, they must be manufactured from 0.020-inch thick aluminum, with a white based -on enamel finish. Planks shall run perpendicular the tunnel centerline and continuously from wall to wall, 2. Interior light fixtures shall be recessed and blend with the ceiling design. Light fixtures shall be located a maximum of 8 ft on center. The average light intensity at the floor shall be a minimum of 18-foot candies. Fixtures shall utilize T8, 40 Watt, 3150 lumens, Cool White fluorescent lamps. 3. Light fixture in the rotunda shall be a flush mounted. 03270709 PASSENGER BOARDING BRIDGES 14950 - 9 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 4. Three-way switches shall be located in -the —rotunda --or- rotunda e --off A -tunnel, and near the service door at the aircraft cab. These_ switches--shall-control interior tunnel, bubble and rotunda lights. 5. Aluminum corner molding shall be used to cover the ends of the ceiling panels and the top edge of the wall panels. 6. Sub floor in the cab and bubble area shall be smooth galvannealed steel or'/a inch marine grade plywood with high resistance to moisture and moisture damage. Sub floor in the remainder of the passenger boarding bridge %-inch thick moisture resistant, fire retardant plywood or oriented strand board -exposure 1, made with exterior phenolic resin adhesive, or smooth galvannealed steel. 7. Ribbed rubber 3/16 inch thick shall be applied to the floor from the aircraft end of the passenger boarding bridge to the terminal side of the service door. 8. Passenger boarding bridge interior floor covenng,_(not including the cab and bubble area) shall be._carpet, provided and installed by the ,passenger boarding bridge manufacturer. Aluminum carpet molding shall be provided at the junction between the tunnel and the cab bubble. a. Carpet: Mohawk- Stati-Tuft III or equal. 9. The tunnel wall treatment shall consist --of floortoceiling fiigh=pressure laminate phenolic and melamine plastic panels. Wall panels shall be individually replaceable and shall be supported by clear anodized aluminum trim, with a black accept strip. 10. Wall treatments in the pivoting sections (rotunda and -cab bubble) shall be galvanized steel slats. K. Paint System: 1. The coating system shall be specifically designed to provide long-term protection from the harmful affects of corrosion on passenger boarding bridges. 2. A prime coat of Epoxy followed by a topcoat of Polyurethane for a combined average dry film thickness of 7 mils. 3. A topcoat of Polyurethane that is available in a wide variety of standard colors. Custom colors are also available per contractual agreement. 4. Exceptional performance in all environments. 5. Normal life expectancy is 10-15 years with proper maintenance, which consists of monthly inspection and repair of scratches, broken film, or delamination. Semi-annual power washing is also recommended. 6. These coatings are environmentally friendly due to very low VOC (Volatile Organic Compounds) in the primer and the topcoat. 7. Interior Coating System a. Clean area to be painted in accordance with SSPC-SP1, solvent cleaning. This specification calls for the removal of all visible oil, grease, dirt, loose mill scale, rust, and loose paint. b. Surface must be dry immediately prior to application of paint. C. Coating Description 1) American Coatings Epoxy Primer Rustlock 8000 Series or equal. 2) American Coatings SU Series Polyurethane or equal. d. Apply to a total dry film thickness of 6-7 mils. 8. Exterior Coating System a. Surface Preparation — Hot Roll/Cold Roll Steel Only 1) Clean area to be coated in accordance with SSPC-SP6, commercial blast cleaning. This specification calls for the removal of all rust, mill [i 03270709 PASSENGER BOARDING BRIDGES 14950 - 10 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement scale, paint, and other foreign matter except for any slight staining of same in less than -one-third of each square inch of blasted area. 2) The anchor pattern shall be no less than 1.5 mils nor more than 2.5 mils. 3) Surface must be dry and free of any foreign -matter to include blast debris prior to coating. b. Surface Preparation - Galvanized Steel Panels Only 1) Clean area to be coated in accordance with SSPC-SP1, solvent cleaning. 2) Do not blast or utilize any -chemical cleaning product -.that could inhibit proper adhesion to the galvanized surface. 3) Surface must be dry prior to coating application. C. Coating Description - Primer - Hot Roll/Cold Roll -Steel Only 1) American Coatings Epoxy PrimerRustlok 8000 Series Epoxy or equal. 2) American Coatings SU Series High Solids Polyurethane or equal. (a) Aliphatic Polyurethane color coat with satin gloss finish (60-65 @ 60 degree gloss --meter). d. Apply to a total dry film thickness of 6-7 mils. 9. Pre -Painted Items E._ a. Purchased components that are factory painted shall not be repainted. Typical items include the hydraulic power unit, cab rotate drive motor, hydraulic drive r motor, control power transformer, control console, limit switches, electrical junction boxes, conduit, etc. b. The finish color for the above items will be the individual manufacturer's standard. 10. Fire Protective Coating - Fixed and Rotating Cab Floors Only a. Surface Preparation. b. Cab floors must be primed per exterior coating application procedures. C. Surface must be dry prior to coating application. d. Coating Description: 1) Fire Protective Epoxy Coating - thermo Lag 220 or equal. e. Allow to dry per manufacturer's instructions prior to topcoat application. f. Apply to a total dry film thickness of 9-10 mils. L. Fire Protection I . NFPA-415: The passenger boarding bridge shall meet the requirements of the latest version of the National Fire Protection Agency (NFPA) "Airport Terminal buildings, Fueling Ramp Drainage and Loading Walkways", NFPA415. 2. The passenger boarding bridge shall provide a fire rated enclosure designed to provide safe means of egress from the aircraft for a period of 5 minutes under fire exposure conditions equivalent to a free -burning jet fuel spill fire. All finishes, floor, roof and wall construction, service doors and hardware will conform to NFPA-415. M. Baggage Lift 1. Baggage lift system equal to: a. NOVA Baggage Lift by U.S.A. Applied Mechanics, Inc., Tarpon Springs, Florida, (727) 939-8717. 2. Max Load: 500 lbs. 3. Power Characteristics: 110 VAC or any 3 phase voltage. 4. Door Width: 4 feet. 5. Mounting: Mount to service stair landing. 03270709 PASSENGER BOARDING BRIDGES 14950 - 11 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 6. Load Susing:- Unit -to shut dawn -automatically due to an obstruction or ice jam and toslow_atground level before landing on tarmac. P*IRT 3 - EXECUTION 3.1 EXAMINATION A. Verify that the following are of proper size and type to receive the Passenger Boarding Bridge (PBB): 1. Foundations including anchor bolt patterns. 2. Electrical work including electrical power, emergency power and circuit protection. 3. Location of assigned gates and aircraft parking positions. B. Report conditions detrimental to proper and timely completion of the installation of the passenger boarding bridge. 3.2 INSTALLATION A. Coordinate installation of passenger boarding bridge with Owner and General Contractor. B. Installation shall be provided in strict compliance with all governing regulations. C. Installation shall conform to the manufacturer's recommendations and to the standards established by the industry. D. All permanent utility connections shall be responsibility of the installer, connections will be provided in a weather tight condition. E. The rotunda corridor of the passenger boarding bridge will be flashed to the exterior face of the concourse. The flashing will provide a neat and weather right condition. 3.3 FIELD QUALITY CONTROL A. Acceptance testing, perform tests with the Owner present prior to placing the passenger boarding bridge in service. B. Adjust the passenger boarding bridge for proper operation. 3.4 PROTECTION AND CLEANING A. Protect the passenger boarding bridge from time of installation until acceptance by the Owner. B. All finish surfaces shall be delivered to the Owner free of any soil or damage. C. Repair or replace any damage to the passenger boarding bridge prior to -Owner -acceptance. 3.5 MANUALS A. Operation and Maintenance Manuals shall be provided and be prepared in accordance with Air Transport Association (ATA) Specification 101. Included in the manuals shall be preventative maintenance requirements and problem solving procedures. B. Three notebook copies of the O&M manual are required along with one (1) electronic copy on CD or DVD. 03270709 PASSENGER BOARDING BRIDGES 14950 - 12 08/ 10 Lubbock Preston -Smith International Airport Passenger Boarding Bridge Replacement 3.6 DEMONSTRATION AND-TRAA DUNG A. Passenger boarding bridge operator training shall be provided to the Owner, by passenger boarding bridge manufacturer, at scheduled times during the installation. The Owner shall set the training schedule. B. Provide instruction of designated Owner personnel in proper use, operation, and daily maintenance of the passenger boarding bridge prior to date -of acceptance. C. Demonstrate that control systems -and all operations are functioning properly. END OF SECTION 03270709 PASSENGER BOARDING BRIDGES 14950 - 13 08/10 i Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 16000 BASIC ELECTRICAL METHODS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contractfor Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 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: B. National Electrical- Code (NEC) C. National Electrical Safety Code (NESC) D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. E. All temperature control wiring and associated conduit and boxes, shall be provided under other sections of the specifications. All power and control wiring, not identified under Division 15, shall be provided under Division 16. F. The work covered by Division 16 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all electrical work required in the Contract Drawings. G. In the event that additional or special construction is required, the Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. H. The contractor shall familiarize himself with the existing conditions of the site and advise the Architect of any discrepancy or conflict prior to bidding. I. The contractor shall be responsible for all permits, fees, and licenses required for the project. All cost of such permits or fees shall be included in the bid. J. All equipment and material shall be installed in accordance with the applicable manufacturer's recommendations and standards. K. Install sleeves, sealant pans, and roof penetrations as required for the installation of the electrical work. All such work is subject to the approval of the Architect. L. Any fees or charges associated with delivering permanent power for the project shall be included in the Contractor's bid. 1.3 SUBMITTALS A. Within 10 days after award of the contract, and before orders are placed, Contractor shall submit specific information on list of equipment and principal materials specified. Contractor shall indicate and/or provide names of manufacturers, catalog and model numbers, cut sheets, and such other supplementary information as necessary for evaluation. Minimum of six (6) copies, or as directed by the Engineer, of each shall be submitted and shall include all items mentioned by model number and/or manufacturer's name in the specifications or in schedules on the drawings. 03270709 BASIC ELECTRICAL METHODS 16000 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement B. Requirements -for each -submittal: 1. Bear a -dated stamp or specific written indication that the Contractor has reviewed and approved all submittal prior to submission to Engineer. 2. Have all information deleted by Contractor that pertains to the means and methods of construction or to fabrication, assembly, installation, or erection (approval by Engineer shall not extend to these areas unless specifically noted by Engineer). 3. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other pieces of equipment that may occur on the same page. 4. Be clearly marked as to which available options are being submitted that are associated with a piece of equipment. 5. Be complete with respect to quantities, dimensions, specific performance, materials, and similar data -to enable -the Engineer to review the proposed equipment. Omission by Contractor of any of the above requirements or submittals will subject submittal to automatic rejection without review. Any submittals received by Engineer that were not requested shall be returned without review of any --kind. PART2-PRODUCTS 2.1 EQUIPMENT 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, overcurrent 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. B. 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. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the -altitude of the project site. D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6" wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30" deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 03270709 BASIC ELECTRICAL METHODS 16000 - 2 08/10 ' Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 4. Blue: Water systems. 5. Green: Sewer systems. E. Backfill Material 1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 2. Material more-than12'above--pipes=aid--conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8" in -any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PART 3 - EXECUTION 3:1 GENERAL 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-"fehe-ck all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report an) -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. Surfaces requiring coatings will be completed prior to installation of any electrical work on these surfaces. B. The electrical drawings are diagrammatic. The installation requirements shall be carefully coordinated with structural, architectural and mechanical conditions and shall be adjusted to avoid conflict. C. All work shall be concealed in walls, ceilings, chases unless specifically noted to be exposed or otherwise approved. D. The locations of electrical equipment is approximate and are not intended to convey the exact details and mounting of location of outlets, equipment and other items. Exact locations are to be field determined by actual measurements. E. The location height and projection of fixtures illuminating signs or special features shall be approved by Architect prior to installation. F. Contractor shall coordinate -the location of all exterior fixtures with Architectural drawings and specifications. G. Consult the Architectural Drawings to determine wall finishes and locations of wall mounted equipment, counter top splashes and similar items to avoid conflict with electrical equipment. H. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. I. Excavation for Pipe and Conduit 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12" higher than top of pipe or conduit, unless otherwise indicated. 03270709 BASIC ELECTRICAL METHODS 16000 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement a 3. Trench Bottoms: Excavate and shape trench bottoms to -provide nnif .1-- aring and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate-trench-bottom"nd-support-pipe and conduit on an undisturbed subgrade. b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4" deeper than elevation -required in rock or other unyielding bearing material to allow for bedding course. r i 4. Place backfill and fill materials in layers not more than 8"-in-loose depth for material compacted -by heavy compaction equipment, and notmorethan 4" in loose depth for material compacted by hand -operated tampers. " 5. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM-D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12" of existing subgrade and each layer --of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6"-below subgrade and -compact -each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and compact -each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6" below subgrade under pavements and slabs. 7. Protection a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and I , erosion. Keep free of trash and debris. i "^ b. Repair and reestablish grades to specified tolerances where completed or partially 1 ' 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 M Architect; 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 1 adjacent work, and eliminate evidence of restoration to the greatest extent _ possible. 8. 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 unless otherwise directed by Owner. # b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. J. It shall be the responsibility of the Division 16 Contractor to provide for all disconnecting and motor control devices for all equipment. The Contractor shall coordinate to detennine voltage, phase and configurations. Any changes necessary to coordinate these items between Division ' 15 and Division 16 shall be considered part of this contract. 03270709 BASIC ELECTRICAL METHODS 16000 - 4 08/10 � f Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 3.2 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. B. After the interior wiring system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices and equipment after installation, to assure -that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. C. After motor operation has been verified make voltage -readings at all panelboards and -starters. Based on these readings, make final adjustments of primary taps on all transformers in the building as directed, or coordinate with the utility proper building voltage. D. Perform such -other tests as required by other sections of these specifications or as requested to prove acceptability. E. Furnish all instruments and labor for testing. F. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where -available. G. Refer to the individual technical sections for additional testing requirements. 3.3 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals -shall comply with the applicable provisions included in the individual specification sections. B. . Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on the drawings is intended to establish a standard of quality of the product. It is the responsibility of the contractor to review all items he intends to submit. If equipment other than that indicated on drawings is proposed by the contractor, the information will be reviewed at the time of the submission of the submittal. C. Floor plan background drawings are available in Auto Cad format from Parkhill, Smith & Cooper, Inc. Each drawing shall be provided at a cost of $100.00 per sheet. END OF SECTION 03270709 BASIC ELECTRICAL METHODS 16000 - 5 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECT-ION-16 CONDUIT PART 1- GENERAL 1.1 RELATED DOCUMENTS U S 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. Metal conduit. i B. Flexible metal conduit. C. Liquidtight flexible metal conduit. D. Electrical metallic tubing. E. Fittings and conduit bodies. 1.3 RELATED SECTIONS A. Section 16130 - Boxes. B. Section 16170 - Grounding and Bonding. C. Section 16190 - Supporting Devices. D. Section 16195 - Electrical Identification. 1.4 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. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.5 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.6 SUBMITTALS A. Submit under provisions of Section 01330. _., B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. �i 03270709 CONDUIT 16111 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 13 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 1.8 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. 1.9 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. 1.10 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 steel or liquid tight flexible conduit. C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations. D. Below Slab: Non metallic PVC conduit is acceptable within limitations specified. E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non metallic PVC conduit within limitations specified. F. MC Cable: Shall not be utilized on this project. G. Fittings: All conduit and tubing fittings shall be provided with nylon insulated throat bushings. 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. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings. 03270709 CONDUIT 16111 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 2.3 FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Greenfield 2. Electri-Flex 3. Allied Tube 4. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction. Aluminum is not permitted. C. Fittings: ANSI/NEMA FB 1 with fittings approved for steel flex. D. Applications: Use for final connections to motorized equipment, connections to recessed lighting fixtures located in accessible ceilings, and connections to dry type transformers. Utilization of 3/8" in lieu of the minimum 3/4" is acceptable under the limitations of the National Electrical Code. 2.4 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Ultratite 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 and areas subjected to moisture (kitchen). 2.5 ELECTRICAL METALLIC TUBING (EMT) A. Manufacturers: 1. Allied 2. Substitutions: Under provisions of Section 01600. B. Description: ANSI C80.3; galvanized tubing. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel, compression. D. Applications: Do notusebelow grade or in exterior locations. Use only in interior locations. 2.6 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. 03270709 CONDUIT 16111 -3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement +. 2.7 N944-ME-TALLIC-PVC-CONDUIT A. Manufacturers: 1. Carlon. 2. Allied. 3. Substitutions: Under provisions of Section 01.600. B. Description: NEMA TC2; Schedule 40 PVC. Flame retardant type resistant to bending and cracking. C. Fittings and .conduit bodies: NEMA TC3. D. Vertical risers and ells installed below grade shall be rigid steel with wrapping. E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. 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 I I. Do not attach conduit to ceiling support wires. 1. Arrange conduit to maintain headroom and present neat appearance. a J. Route exposed conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings parallel and perpendicular to walls. i L. Maintain adequate clearance between conduit and piping. ,. M. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. N. Cut conduit square using saw or pipecutter; de -burr cut ends. O. Bring conduit to shoulder of fittings; fasten securely. P. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet nl locations and to cast boxes. Q. 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. R. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, M1� control and expansion joints.N T. Provide suitable pull string in each empty conduit except sleeves and nipples. U. Use suitable caps to protect installed conduit against entrance of dirt and moisture. �. V. Ground and bond conduit under provisions of Section 16170. W. Identify conduit under provisions of Section 16195. X. Ducts shall be cleaned with an flexible mandrel assembly. 03270709 CONDUIT 16111 - 4 08/10 9 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement Y. All -conduits passing verticall#roug-h slabs on. -grade shall-v-PVC-eeated; rigidsteel. Rigid steel conduits shall be applied -with protective coatings as indicated -he -rein. Z. Underground branch circuit extensions to parking lot lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance PVC conduit shall be concrete encased in accordance with the drawings unless otherwise approved by the Engineer. AA. Minimum cover for under-ground--conduits-shall-be 24-inches unless otherwise noted. BB. All conduit shall be routed concealed as much as possible including conduit serving roof -mounted equipment. Roof penetrations for conduits shall adhere to the requirements and details as indicated on the Architectural drawings. CC. For -conductor in vertical applications, provide conductor supports at intervals as required by NEC Article 300.19, 2005. DD. Contractor shall coordinate routing of all conduit with General Contractor and other trades prior to any installation. 3.2 INTERFACE WITH OTHER PRODUCTS A. Install conduit to preserve fire resistance rating of partitions and other elements. B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. Coordinate location with roofing installation. END OF SECTION 03270709 CONDUIT 16111 - 5 { 08/10 i, a _ Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 16123 BUILDING WIRE AND CABLE _ PART 1 - GENERAL 1.1 RELATED DOCUMENTS t 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. Building wire and cable. B. Wiring connectors and connections. 1.3 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.4 REFERENCES A. Section 01400 - Quality Control Requirements: Requirements for references and standards. B. NECA Standard of Installation (National Electrical Contractors Association). C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). D. NFPA 70 - National Electrical Code. 1.5 SUBMITTALS FOR REVIEW A. Section 01330 — Submittal Procedures: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.6 SUBMITTALS FOR INFORMATION A. Section 01330 — Submittal Procedures: Procedures for submittals. 1' B. Test Reports: Indicate procedures and values obtained. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.7 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 — Execution Requirements: Procedures for submittals. _ B. Project Record Documents: Record actual locations of components and circuits. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 03270709 BUILDING WIRE AND CABLE 16123 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge -Replacement PART-2--PRODUCTS- 2.1 OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. B. Luminaire- and Equipment Supporting Boxes: Rated for weight of equipment supported; include half -inch --male fixture studs where required. C. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. D. Wall Plates for Finished Areas: As specified in Section 16140. 2.2 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box: C. Material: Galvanized cast iron. D. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. E. Kitchen/Scullery Area Boxes: All boxes that are stubbed up for dedicated equipment use or are used in a non -concealed application shall be cast. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify locations of outlets in all locations areas prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Set wall mounted boxes at elevations to accommodate mounting heights specified in section for outlet device.' D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. E. Orient boxes to accommodate wiring devices oriented as specified in Section 16140. F. Maintain headroom and present neat mechanical appearance. G. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. H. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire. I. Install boxes to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Section 07270. J. Coordinate mounting heights and locations of outlets mounted above counters, benches, and backsplashes with Architectural drawings and other trades.' K. Locate outlet boxes to allow luminaires positioned as shown on reflected ceiling plan. L. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices.= M. Use flush mounting outlet box in finished areas. N. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. 03270709 BOXES 16130 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement O. Do not install flush mounting box back-to-back-in-v a,", --ovide-min m-64ne-hesseparation. Provide minimum 24 inches separation in acoustic rated -walls. P. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. Q. Use stamped steel bridges to fasten flush mounting outlet box between studs. R. Install flush mounting box without.-da—g-in-wall-insulation-nr reducing its effectiveness. S. Use adjustable steel channel fasteners for hung ceiling outlet box. T. Do not fasten boxes to ceiling support wires. U. Support boxes independently of conduit. V. Use gang box where more than one device is mounted together. -Do not use sectional box. W. Use gang box with plaster ring for single device outlets. X. Use cast outlet box in exterior locations exposed to the weather and wet locations and at all locations serving kitchen equipment. Y. Large Pull Boxes: Use hinged enclosure in -interior dry, locations, surface -mounted cast metal box in other locations. Z. Coordinate with other trades for box rough -in, such that control devices are grouped (i.e., thermostats, wall switches, volume controls, etc.). 3.3 INTERFACE WITHOTHERPRODUCTS A. Coordinate installation of outlet box for equipment connected under Section 16180. 3.4 ADJUSTING A. Section 01700 - Execution Requirements: Adjusting installed work. B. Adjust flush -mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused box openings. 3.5 CLEANING A. Section 01700 -Execution Requirements: Cleaning installed work. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed -surfaces and restore finish. 3.6 REPAIR A. Repair any areas or surfaces damaged -during conduit installation. B. Paint (resurface) to original condition. END OF SECTION 03270709 BOXES 08/10 16130 - 3 r Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 16170 GROUNDING AND BONDING 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. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.3 REFERENCES A. Section 01400 - Quality Requirements: Requirements for references and standards. 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 GROUNDING SYSTEM DESCRIPTION A. Metal underground water pipe. B. Metal frame of the building. C. Rod electrodes. 1.5 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. 1.6 SUBMITTALS FOR REVIEW A. Section 01330 — Submittal Procedures: Procedures for submittals. B. Product Data: Provide for grounding electrodes and connections. 1.7 SUBMITTALS FOR CLOSEOUT A. Section 01700 — Execution Requirements: Procedures for submittals. B. Project Record Documents: Record actual locations of components and grounding electrodes. C. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 03270709 GROUNDING & BONDING 16170 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1.8 QUALIEICATIONS 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. 1.9 REGULATORY REQUIREMENTS A. Conform to requirements ofNFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. PART-2 -.PRODUCTS 2.1 ROD ELECTRODES A. Material: Copper. B. Diameter: 3/4 inch. C. Length: 10 feet. 2.2 MECHANICAL CONNECTORS A. Material: In lieu of exothermic connections compression connectors equal to Bumdy Hy -Ground, twelve ton compression fittings are acceptable. 2.3 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.4 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Minimum size to meet NFPA 70 requirements or as indicated on the drawings. PART 3-EXECUTION 3.1 EXAMINATION A. Section 01300 — Administration Requirements: Verification of existing conditions prior to beginning work. B. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Section 01400 - Quality Requirements: Manufacturer's instructions. B. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance to ground of 10 ohms or less. Rods shall be installed with a minimum separation of 6 feet. 03270709 GROUNDING & BONDING 16170 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement C. Provide bonding to meet Regulatory Requirements. D. Bond together metal siding not attached -to grounded structure; bond -to -ground. E. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. F. Grounding Electrode System: The new grounding electrode system shall consist of the common bonding of building steel, underground. -steel -water -piping and -supplemental ground rods as detailed on the drawings. Building steel is present in the new -construction -of -the elevator shafts and stair towers. G. Provide proper bonding of the electrical system's grounded conductor (neutral) and the grounding electrode system sized in accordance with N.E.C. Article.250. This bonding shall occur at all locations where there -are -separately derived systems. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Requirements: Field inspection, testing, adjusting. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION 03270709 08/10 GROUNDING.& BONDING 16170 - 3 Lubbock -Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 16180 EQUIPMENT WIRING SYSTEMS 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. Electrical connections to equipment specified under other sections. 1.3 RELATED SECTIONS A. Section 16000 - Basic Electrical Methods. 1.4 REFERENCES A. NEMA WD 1 - General Purpose Wiring Devices. B. NEMA WD 6 - Wiring Device Configurations. C. ANSI/NFPA 70 - National Electrical Code. 1.5 SUBMITTALS A. Submit under provisions of Section 01330. B. Product Data: Provide wiring device manufacturer's catalog information showing dimensions, configurations, and construction. C. Manufacturer's 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. 1.6 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. 1.7 COORDINATION A. Contractor shall provide all power and communication for each boarding bridge. Coordinate connection requirements with manufacturer. B. Coordinate work under provisions of Section 01300. C. Obtain and review shop drawings, product data, and manufacturer's instructions for equipment furnished under other sections. D. Determine connection locations and requirements. 03270709 EQUIPMENT WIRING SYSTEMS 16180 - 1 08/10 Lubbock Preston Smith International Airport Passenger. Boarding Bridge Replacement E. Sequence rough -in—ef—e-le-ctrical--connections to coordinate with installation schedule for equipment. F. Sequence electrical -connections to coordinate with start-up schedule for equipment. PART 2 - PRODUCTS 2.1 CORDS AND CAPS A. Attachment Plug Construction: Conform to NEMA W 3 1. B. Configuration: NEMA WD 6; match receptacle configuration at outlet provided for equipment. C. Cord Construction: ANSI/NFPA 70, multiconductor flexible cord with identified equipment grounding conductor, suitable for use in damp_ locations. D. Size: Suitable. -for connected load of equipment, length of cord, and rating of branch circuit overcurrent protection. E. Division 16 - Contractor shall be responsible for providing matching cord/receptacle for all equipment not furnished with such equipment. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify conditions under provisions of Section 0 13 00. B. Verify that equipment is ready for electrical connection, wiring, and energization. 3.2 ELECTRICAL CONNECTIONS A. Make electrical connections in accordance with equipment manufacturer's instructions. B. Make conduit connections to equipment using flexible conduit. Use liquidtight flexible conduit with watertight connectors in damp or wet locations including all locations serving kitchen equipment. Utilize pvc-coated, rigid steel conduit for all conduit stub -ups serving kitchen equipment. All boxes for use in the kitchen shall be for use in wet locations (last type). C. Make wiring connections using wire and cable with insulation suitable for temperatures encountered in heat producing equipment. D. Provide receptacle outlet where connection with attachment plug is indicated. Provide cord and cap where field -supplied attachment plug is indicated. E. Provide suitable strain -relief clamps and fittings for cord connections at outlet boxes and equipment connection boxes. F. Install disconnect switches, controllers, control stations, and control devices as indicated. G. Modify equipment control wiring with terminal block jumpers as indicated. H. Provide interconnecting conduit and wiring between devices and equipment where indicated. 1. Check and modify phase connections as required for proper motor rotation. J. Provide power to equipment only after equipment supplier verifies acceptance to receive and approves. K. Contractor shall coordinate with all equipment to verify exact power and control wiring as required to properly serve equipment. 03270709 EQUIPMENT WIRING SYSTEMS l 6l 80 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement L. The Division 16 Contractor shall carefully-coordinate--with-the—E4evator Contractor4e-verify location of equipment, conduit provisions, etc. All such -coordination shall -be completed -prior to equipment rough -in. Provide conduit -and-wiring provisions for elevator interlocks from main line auxiliary contacts that coordinate with de-enerigazation-of elevator battery lowering systems. M. Site conduits to support power, telephone--and—other—cnication services shall be coordinated with each service provider. Provide all necessary extensions -and -terminations as required for each utility. END OF -SECTION 03270709 08/10 EQUIPMENT WIRING SYSTEMS 16180 - 3 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement — SECTION 16190 SUPPORTING DEVICES 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 in this section. 1.2 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA - National Electrical Contractors Association. B. ANSI/NFPA 70 - National Electrical Code. 1.4 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. PART 2 - PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. 4. Sheet Metal: Use sheet metal screws. 5. Wood Elements: Use wood screws. 03270709 SUPPORTING DEVICES 16190 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement PART 3 - EXEC-UTI9N 3.1 INSTALLATION A. Install products in -accordance with manufacturer's instructions. B. P-rovide-anclwrs,-fasteners, and supports in accordance with NECA "Standard of Installation". C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Engineer before drilling or cutting structural members. E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of four anchors. G. In wetanddamp locations use steel channel -supports -to stand cabinets and panelboards one inch off wall. H. Install conduit supports a maximum spacing specified in the NEC. END OF SECTION 03270709 SUPPORTING DEVICES 16190 - 2 08/l 0 t i Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 16195 - ELECTRICAL IDENTIFICATION 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 in this section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. t, 1.3 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2 - PRODUCTS 2.1 NAMEPLAT$S AND LABELS A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background. B. Locations: I. 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/CONDUITBOX MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. 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. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings. D. Boxes: - 1. Label each junction box in accessible locations to indicate the type of system (i.e.; security; power circuit - 1,3,5; etc.) 2. Boxes serving fire alarm system shall have box covers painted red. 03270709 ELECTRICAL IDENTIFICATION 16195 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 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 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. (see specification Section 16000) 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. END OF SECTION 03270709 ELECTRICAL IDENTIFICATION 16195 - 2 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECT -ION 16441 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 apply to work of this section. 1..2 SECTION INCLUDES A. Fusible switches. B. Non -fusible switches. C. Fuses. 1.3 REFERENCES A. NEMA KS 1 - Enclosed Switches. B. NFPA 70 - National Electrical Code. C. UL 198C - High -Interrupting Capacity Fuses; Current Limiting Type. D. UL 198E - Class R Fuses. E. NEMA AB 1 — Molded Case Circuit Breakers F. NECA — Standard of Installation 1.4 SUBMITTALS A. Submit under provisions of Section 01330. B. Product Data: Provide switch ratings and enclosure dimensions. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by UL as suitable for purpose specified and shown. 03270709 08/10 ENCLOSED SWITCHES 16441 - 1 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement PART 2 - PRODUCTS- 2.1 MANUFACTURERS A. Square D B. Genera] -Electric C. Eaton D. Siemens 2.2 ENCLOSED SWITCHES A. Fusible or Non -fusible as indicated. B. Switch Assemblies: NEMA KS 1, Type HD -load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover .with switch in ON position. Handle lockable in OFF position. C. Fuse Clips: Designed to accommodate NEMA FU1, class R fuses. D. Enclosures: NEMA KS 1. E. Interior Dry Locations: Type 1. F. Exterior Locations: Type 3R or 4. G. NEMA ratings of enclosures as specified on drawings take precedence over location specification. H. Current rating of switch to be equal to or greater than that of the circuit it is interrupting. 2.3 FUSES A. Manufacturers: 1. Bussman 2. Littlefuse 3. Gould Shawmut B. Dimensions and Performance: NEMA FU 1, Class as specified or indicated. C. Voltage: Provide fuses with suitable voltage ratings for phase to phase voltages. D. Service Entrance: Class L, Bussman Low -peak or equivalent. E. General Purpose Loads: -Class RK1, Bussman Low -peak or equivalent. F. Motor Loads: Class RK5, Bussman Fusetron or equivalent. PART 3 - EXECUTION 3.1 INSTALLATION A. Install in accordance with NECA-Standard of Installation B. Install fuses in all fusible disconnects. C. Apply adhesive tag on the inside door of all disconnects indicating the NEMA class fuse and size installed. D. Provide a disconnect switch for all equipment where indicated or required by the National Electrical Code. Coordinate with other disciplines to determine where disconnects are furnished with equipment. END OF SECTION 03270709 ENCLOSED SWITCHES 16441 -2 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 16481 ENCLOSED MOTOR CONTROLLERS 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. Manual motor starters. B. Magnetic motor starters. C. Combination magnetic.motor starters. 1.3 REFERENCES A. NFPA 70- National Electrical Code. B. UL 198C - 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. s, 03270709 ENCLOSED MOTOR CONTROLLERS 16481 - l 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 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. PART2-PRODUCTS 2.1 MANUAL CONTROLLERS A. Manual Motor Controller: NEMA ICS 2, AC general-purpose Class A manually operated, full -voltage controller with overload element, NO auxiliary contact, and toggle operator. B. Fractional Horsepower Manual Controller: NEMA ICS_ 2, AC general-purpose Class -A manually operated, full -voltage controller for fractional horsepower induction motors, with thermal Overload unit, and toggle operator. C. Enclosure: NEMA ICS 6; Type 1. 2.2 AUTOMATIC CONTROLLERS A. Magnetic Motor Controllers: NEMA ICS 2, AC general-purpose Class A magnetic controller for induction motors rated in horsepower. B. Coil operating voltage: 120 volts, 60 Hertz. C. Overload Relay: NEMA ICS; electronic type; with phase loss and unbalance protection. D. Enclosure: NEMA ICS 6, Type 1. 2.3 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: Rotary type. 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. 2.4 DISCONNECTS A. Combination Controllers: Combine motor controllers with fusible switch disconnect in common enclosure. B. Fusible Switch Assemblies: NEMA KS 1, enclosed knife switch ith externally operable handle. Fuse clips: Designed to accommodate Class R fuses. 2.5 FUSES r A. Description: Dual element, current limiting, time delay, one-time fuse, 250V volt, UL 198E,- Class RK 5. B. Interrupting Rating: 200,000 rms amperes. 03270709 ENCLOSED MOTOR CONTROLLERS 16481 - 2 l 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement -P-AR-T— - - 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 heater elements in motor controllers to match installed motor characteristics. F. Provide en -graved -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 03270709 ENCLOSED MOTOR CONTROLLERS 16481 - 3 08/10 Lubbock Preston Smith -International Airport Passenger Boarding Bridge Replacement SECTION 16620 ENGINE GENERATOR PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirementsapplyto-work in this section. 1.2 SEICTIONZNCLUDES A. Generator testing procedures. B. Generator. C. Engine. D. Controller. E. Instrument panels. F. Accessories. 1.3 RELATED SECTIONS A. Section 16170 - Grounding and bonding. 1.4 REFERENCES A. NFPA-110. B. NEMA 250 - Enclosures for Electrical Equipment (1000 volts maximum). C. ANSI/NFPA 70 - National Electrical Code. D. NEMA MG1-22.40 and 16.40. E. MIL E4970A 1.5 SUBMITTALS A. Submit six sets of all submittals to Owner. B. Provide Data. Submittal shall include specification -sheets showing -ail -standard -and -optional accessories to be supplied, schematic wiring diagrams, dimension drawings, and interconnection diagrams identifying by terminal number each required interconnection between the generator set, the transfer switch, and the remote annunciator panel if it is included elsewhere in these specifications. C. Manufacturer's Instructions: Indicate application conditions and limitations. Indicate instructions for storage, handling, protection, examination, preparation, hoisting, installation and starting of Product. D. Certification that service mechanic will be on -site within four hours if generator fails to start. 03270709 ENGINE GENERATOR 16620 - 1 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1.6 TESTING A. To assure that the equipment has been designed and built to the highest reliability and quality standards, the manufacturer shall be responsible for design prototype tests as described herein: Components of the standby system, such as the engine/generator set, transfer switch, and accessories shall not be subjected to prototype tests'since the tests are --potentially damaging. Rather, similar design prototypes, which will not be sold, shall -be used for these tests. Prototype test programs shall include the requirements ofNFPA-110 and the following: 1. Maximum power (kW). 2. Maximum starting (kVA)-at 35% instantaneous voltage dip. 3. Alternator temperature rise by embedded thermocouple and by resistance method per NEMA MG1-22.40 and 16.40. 4. Governor speed regulation under steady state and transient conditions. 5. Voltage regulation and generator transient response. 6. Fuel consumption at no load, 1/4, 1/2, 3/4, and full load. 7. Harmonic analysis, voltage waveform deviation, and telephone influence factor. 8. Three-phase line -to -line short circuit test. 9. Alternator cooling air flow. 10. Torsional analysis -testing to verify that the generator set is free of harmful -torsional stresses. 11. Endurance testing. 1.7 FINAL PRODUCTION TESTS A. Generator set shall be tested under varying loads with guards and exhaust system in place These tests shall be done with a reactive load bank. Tests shall include: 1. Single-step load pickup. 2. Transient and steady state governing. 3. Safety shutdown device testing. 4. Voltage regulation. 5. Rate Power. 6. Maximum Power. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA-110. B. Furnish products listed and classified by Underwriters Laboratories, Inc. 1.9 WARRANTY A. The warranty period shall be for a period of two years from the date of start-up and shall include all parts, labor, travel expenses and all expendables used during repair. i 03270709 ENGINE GENERATOR 16620 - 2 08/10 -.; Lubbock Preston Smith International Airport Passenger -Boarding Bridge Replacement PST-2--PRODUCTS ( 2.1 MANUFACTURERS A. Caterpillar. B. Onan. C. Or approved equal for substitutions: Under provisions of Section 16000. 2.2 GENERAL A. It is the intent of this specification to secure a standby generator system that has been prototype tested, factory built, production tested, site tested, of the latest commercial design, together with all accessories necessary for a complete installation as shown on the plans and drawings and as specified herein. The equipment supplied and installed shall meet the requirements of the National Electric Code and all applicable local codes and regulations. All equipment shall be new, of current production by a national firm which manufactures. the generator and controls and assembles the standby generator -sets as a matched --unit so that there is one source responsibility for warranty, parts, and service through a local representative with factor -trained servicemen. It-shaifEe-a requirement -of -this -matched unit that service personnel shall be factory authorized to service the generator as well as the engine through the same company. B. The standby generator set shall be rated continuous standby (defined as continuous for the duration of any power outage) 480 volts, 3 phase, 4 wire, rated at 1400 KW, 1750 KVA with a .8 power factor in a 110' F ambient temperature. This rating shall include fan and other generator set ancillary loads. Vibration isolators shall be provided between the engine -generator and welded steel base. Provide the unit with an integral base fuel tank. C. The unit shall comply with EPA Tier 2 emission standards and shall comply with all applicable regulations. 2.3 ENGINE A. The engine shall be equipped with the following: 1. Engine driven or electric fuel transfer pump, fuel filters and electric solenoid fuel shut -off -valve. 2. Electronic isochronous governor with externally adjustable droop from 0 —10% from no load to rated load. Steady state frequency regulation shall be +/- .25 percent. 3. 24 volt positive engagement solenoid shift -starting motor. 4. 35-ampere minimum automatic battery charging alternator with solid-state voltage regulation. 5. Positive displacement, full pressure lubrication oil pump, cartridge oil filters, dipstick, and oil drain. 6. Dry -type replaceable air cleaner elements. 7. The naturally aspirated or turbocharged engine shall be fueled with Diesel, number of cylinders as required, 4-cycle, and liquid cooled. A unit -mounted radiator, blower fan, water pump, and thermostat shall properly cool the engine with up to 3.0 inches H2O external static pressure on the cooling system. I " 03270709 ENGINE GENERATOR 16620 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 2.4 GENERATOR A. The alternator shall be salient -pole, reconnectable 12-lead, self -ventilated of drip -proof construction with amortisseur rotor windings and stator for smooth voltage waveform. The insulation shall meet the NEMA standard (MGI-22.40 and 16.40) for Class F and be vacuum impregnat,ed--with-epoxy varnish to be fungus resistant per MIL E4970A. The excitation system shall be of brushless construction controlled by a solid-state voltage regulator with adjustable Volts -per -Hertz operation capable of maintaining voltage within + or - .25% at any constant load from 0 to 100% of rating. The regulator must be protected from the environment by conformal coating. B. On application of any load up to the rated load, the instantaneous voltage dip shall not exceed 20% and shall recover to + or - 2% of rated voltage within five seconds. C. The generator shall employ a permanent magnet system capable of sustaining at least 300% of rated current for at least -10 seconds under a 3 phase symmetrical short by inherent design. D. The generator, having a single maintenance free bearing, shall be directly connected to the flywheel housing with a semiflexible coupling between the rotor and the flywheel. 2.5 CONTROLLER A. Standards 1. The generator set must meet NFPA-110 Level 1 requirements and must have an integral alarm horn as required by NFPA. B. Applicability 1. Environment a. 40°C to +70°C operating temperature range b. 5-95% humidity, non condensing C. Hardware Requirements 1. The controller shall have a run-off/reset-auto three -position selector switch. 2. A controller mounted latch type emergency stop push button must be supplied. 3. Indicating light to indicate "ready", "warning" and "shutdown'. 4. Lighted display with alphanumeric characters for messages. 5. Keypad for menu selection and data entry. 6. An audible alarm must be supplied in the controller. D. Controller Functional Requirements 1. Field programmable time delay for engine start. Adjustment range, 0-5 minutes in 1 second increments. 2. Field programmable time delay engine cooldown. Adjustment range, 0-10 minutes in l second increments. 3. It shall be possible to start the generator set and run it at an idle speed during warm-up. Engine cooldown at idle must also be available. 4. Real time clock and calendar for time stamping of events. 5. Output for shedding of loads if the generator set reaches a user programmable percentage of its kW rating. 6. Programmable cyclic cranking. 7. It must be possible to exercise the generator set by programming a running time into the controller. - E 03270709 ENGINE GENERATOR 16620 - 4 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement E. Generator Set System Monitoring Requirements 1. All monitored functions must be viewable on the digital display. - 2. The following generator set functions must be monitored-. a. All output voltages - single phase, three phase, line to line, and line to neutral, 0.5% accuracy b. All -single phase and three phase currents;-0.59A-accuracy C. Output frequency, 0.5% accuracy d. Power factor by phase with leading/lagging indication e. Total instantaneous kilowatt loading and kilowatts per phase, 0.5% accuracy T f. WARS total and -per phase, 0.5% accuracy g. kVA total and per phase, 0.5% accuracy h. kW hours 3. Engine parameters listed below shall be monitored: a. Coolant temperature both in English units b. Oil pressure in English units C. Battery voltage d. RPM F. The Controller shall be capable of monitoring key generator parameters. 1. The following parameters shall system shutdown: a. Emergency stop b. High coolant temperature C. High oil temperature t d. Locked rotor - fail to rotate e. Low coolant level f. Low oil pressure g. NFPA common alarm h. Overcrank i. Generator set overvoltage with user adjustable level, range 105% to 135% j. Overfrequency with user adjustable level, range 102% to 140% k. Underfrequency with user adjustable level, range 80% to 90% 2. Key generator parameters that will provide a warning without unit shutdown. These warnings shall be the manufacturer's default warnings. G. Inputs and Outputs ' 1. Inputs a. There shall be a minimum of 4 dry contact inputs that can be user configured to shutdown the generator set or provide a warning. 2. Outputs a. All NFPA 110 Level 1 outputs must be available. b. There shall be six outputs available. 2.6 REMOTE SERIAL ANNUNCIATOR A. Provide for the number of annunciators as indicated on the drawings. Annunciator must meet the following specifications: 1. Operating temperature range: -40 to 158°F. 2. Storage temperature range: -400 to 185°F. 3. Humidity range: 5-95% noncondensing. 1.." B. Standards: 1. NFPA 110, Level 1. 03270709 ENGINE GENERATOR 16620 - 5 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement C. Hardware Requirements 1. Front panel. 2. Light -emitting diode (LED) indicators for shutdowns, warnings (pre -alarms), and status. 3. LEDs must be activated to indicate: shutdowns, warnings (pre -alarms), or status. 4. LEDs required to activate for the foUowing.shutdown and/or warning conditions: a. Overcrank b. Low Coolant Temperature C. High Engine Temperature d. Low Oil Pressure e. Overspeed f. Emergency Stop g. Low Fuel h. Low Coolant Level i. Not -In -Auto j. High Battery Voltage k. Low Battery Voltage 1. Battery Charger Failure 1 in. Common Fault .r 5. LEDs required to activate upon the following status conditions: a. Lamp test t b. Alarm silence C. System ready d. Generator running e. Communications D. Up to (3) user -defined inputs shall each activate an LED and an audible horn for shutdowns, warnings, or status conditions. _ E. Front panel of annunciator shall be a sealed membrane and shall be capable of both surface - mounting and flush -mounting. F. Network Communication I . Provide an RS-485 connection at the annunciator from the generator controller. 2.7 ACCESSORIES TO BE PROVIDED A. Overvoltage protection will shut down the unit after one second of 15% or more overvoltage. B. Battery rack, battery cables, 12-volt battery(ies) capable of delivering the minimum cold - cranking amps required at zero degrees Fahrenheit per SAE Standard I-537 shall be supplied dry, along with separate electrolyte, which will be added just prior to start-up. C. Gasproof, seamless, stainless steel, flexible exhaust connection. D. Flexible fuel line(s). E. Engine exhaust silencer rated for critical applications. The muffler shall be supported. Exhaust sleeves, flashings and penetration requirements shall be -carefully coordinated with other trades. Slope exhaust to drain and provide trap and drain cock. F. Block heater of proper wattage and voltage, thermostatically controlled to maintain engine coolant at proper temperature to meet the start-up requirements. The size of the actual block heater shall be coordinated with the requirements of the branch circuit. Adjust the size of overcurrent device, conductors and conduit as required to accommodate the heater. E i �i 03270709 ENGINE GENERATOR 16620 - 6 1, 08/10 Lubbock Preston Smith International Airport rPassenger Boarding Bridge Replacement 1 G. W-ampere-autonnatic float battery charger with constant voltage regulation, current limiting capability, cranking disconnect relay, temperature compensated for ambients from- 20-degree Fahrenheit, voltmeter, ammeter, charger malfunction and low voltage alarm contacts, equipped for conduit installation. H. Provide fuel lines, piping, fitting, pumps, tank and valving as required to serve the generator from the integral base tank. I. Provide a -separate double wall tank in compliance with applicable UL requirements. Fuel capacity shall provide a minimum of 12 hours of operation all full load. Provide concrete pad as -required. Contractor shall coordinate size of tank with actual site conditions. Provide for all fuel lines and associated equipment to get fuel from tank to -fuel inlet on engine. J. Provide new galvanized sheet -metal ductwork from radiator of new generator to existing louver. K. Provide all fuel for testing and provide a full tank upon turnover to Owner. PART 3 - EXECUTION 3.1 INSTALLATION A: Install .products in accordance with manufacturer's instructions. B. Install cabinets with a minimum of 4 bolts. C. Contractor shall coordinate with engine generator supplier to determine control, heater, alarm and other circuits required for proper operation. D. Exact generator siting shall comply with the Uniform Fire Code and manufacturer's clearance requirements for distance separation. 3.2 SITE TESTS _ A. An installation check, start-up, and building load test shall be performed by the manufacturer's local representative. The Owner's Representative, and the maintenance staff shall be notified of the time and date of the site test. The test shall include: B. Fuel, lubricating oil, and antifreeze shall be checked for conformity to the manufacturer's recommendations under the environmental conditions present and expected. C. Accessories that normally function while the set is standing by shall be checked prior- to ..a cranking the engine. This shall include: engine heater, battery charger, remote annunciator, etc. D. Start=up-under test mode to check for exhaust leaks, cooling air flow, movement -during [ starting and stopping, vibration during running, normal and emergency line -to -line voltage and _ phase rotation. E. Automatic start-up by means of simulated power outage to test remote -automatic starting, transfer of the load, and automatic shutdown. Prior to this test, all transfer switch timers shall be adjusted for proper systems coordination. Engine temperature, oil pressure and battery charge level along with generator voltage, amperes, and frequency shall be monitored throughout the test. F. Provide a 4-hour load bank test at .8 power factor and record the following at 15 minute intervals: 1. Meter hours. 2. Volts — all phases. �g 3. Amps —all phases. L� 03270709 ENGINE GENERATOR 16620 - 7 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 4. Frequency. 5. Power factor. 6. Water -temperature. 7. Oil pressure. 8. Fuel pressure. 9. Ambient- temperature. 10. Engine coolant temperature. 3.3 CLOSEOUT A. Submittal: 1. Provide two operating and maintenance manual covering all equipment provided. 2. Provide spare parts list with cost. B. Training: 1. Provide 4 hours of training to Owner on the operation of equipment. 2. Coordinate training with Engineer. 3. Training shall provide —maintenance personnel with a knowledge of all routine maintenance requirements and running hours between each type of service. 4. Two sets of all training material, -interval charts and expandable item lists shall be provided. END OF SECTION 03270709 ENGINE GENERATOR 16620 - 8 08/ 10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement SECTION 16630 ENCLOSED TRANSFER SWITCHES PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to w-or-k-in this section. 1.2 SUMMARY A. Section includes a 4 pole, 600 VAC fully rated automatic transfer switch (ATS). The automatic priority selector transfer shall consist of an inherently double throw power transfer switch unit and control modules- interconnected to provide complete automatic operation. 1.3 REFERENCES A. NEMA ICS 10 (National Electrical Manufacturers Association) - AC Transfer Switch Equipment. B. . NETA ATS (International Electrical Testing Association) - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems C. UL 1008 - Automatic Transfer Switches. D. NFPA 70 — National Electrical Code E. NFPA 110 - Emergency and Standby Systems F. IEEE Standard 446 — IEEE Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications. 1.4 SUBMITTALS A. Product Data: Submit catalog sheets showing voltage, switch size, ratings and . size of switching and overcurrent protective devices, operating logic, short circuit ratings, dimensions, and enclosure details. 1.5 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of enclosed transfer switches. B. Operation and Maintenance Data: Submit routine preventative maintenance and lubrication schedule. List special tools, maintenance materials, and replacement parts. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. - B. Supplier: Authorized -distributor of specified manufacturer with minimum three years experience and factory authorized service facility within 100 miles of the work site. 03270709 ENCLOSED TRANSFER SWITCHES 16630 - 1 08/ 10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 1.7 MAINTENANCE SERVICE A. Provide service and maintenance of transfer switches for one year from Date of Substantial Completion. PART 2 - PRODUCTS 2.1 MECHANICALLY HELD AUTOMATIC TRANSFER SWITCH A. Manufacturers: 1. Zenith Controls 2. ASCO 3. Russelectric 4. Substitutions: Section 01600 -Product Requirements. B. Transfer switch unit. shall be electrically operated and mechanically held. The electrical operator shall be a single -solenoid mechanism, momentarily energized. Main operators which include. overcurrent disconnect devices will not be accepted. The switch shall be mechanically interlocked to ensure only one of two possible positions, normal or standby. C. Switch shall be positively locked and unaffected by momentary outages so that contact pressure is maintained at a constant value and temperature rise at the contacts is minimized for maximum reliability and operating life. D. Inspection of all contacts shall be possible from the front of the switch without disassembly of operating linkages and without disconnection of power conductors. A manual operating handle shall be provided for maintenance purposes. The handle shall permit the operator to manually stop the contacts at any point throughout their entire travel to inspect and service the contacts when required. E. Designs utilizing components of molded -case circuit breakers, contactors, or parts thereof which are not intended for continuous duty, repetitive switching or transfer between two active power sources are not acceptable. Interlocked molded case circuit breakers will not be acceptable. F. -Rating: 600 VAC, 3 Phase, 60 Hz, 3 pole. Contractor shall field verify existing pole configuration. G. Withstand Current Rating: as indicated on the drawings. H. Automatic Sequence of Operation: l . Initiate Time Delay to Start Alternate Source Engine Generator: Upon initiation by normal source monitor. 2. Time Delay to Start Alternate Source Engine Generator: 0 to 60 seconds, adjustable. 3. Initiate Transfer Load to Alternate Source: Upon initiation by normal source monitor and permission by alternate source monitor. 4. Time Delay Before Transfer to Alternate Power Source: 0 to 90 seconds, adjustable. 5. Initiate Retransfer Load to Normal Source: Upon permission by normal source monitor. 6. Time Delay before Transfer to Normal Power: 0 to 90 seconds, adjustable; bypass time delay in event of alternate source failure. 7. Time Delay before Engine Shut Down: 0 to 6 minutes, adjustable, of unloaded operation. 03270709 ENCLOSED TRANSFER SWITCHES 16630 - 2 08/10 Lubbock Preston Smith Interhational Airport Passenger Boarding Bridge Replacement I. Enelesure: 1. Enclosure: NBMA 1. 2. Finish: Brushed. J. Main contact material shall consist of silver (87% min) and cadmium. K. Plexiglas covers shall shield electronic controls and main contact connections. L. The= break -before make transfer switch action shallrequire no more than 1-0-cycles, and the mechanism shall incorporate life time lubrication within the temperature range of 20EF to 140EF. M. Contractor -shall verify new ATS can be installed in existing ATS location. Contractor shall modify existing facility and equipment to accommodate new-ATS. 2.2 MICROPROCESSOR CONTROL PANEL A. Control panel shall direct the operation of the transfer switch. The panel's sensing and logic shall be controlled by a built-in microprocessor for maximum reliability, minimum maintenance, and inherent serial communications capability. The --control panel shall be connected -to the transfer switch by an interconnecting wiring harness. The harness shall include a keyed disconnect plug to enable the control panel to be disconnected from the transfer switek-for-routine maintenance. B. Sensing and control logic shall be provided on printed circuit boards. Interfacing relays shall be industrial grade plug-in type with dust covers. C. The control panel shall meet or exceed the requirements for Electromagnetic Compatibility (EMC) as follows: 1. Ring Wave Test per IEEE 472 (ANSI C37.090A). 2. Electrostatic Discharge (ESD) - IEC 801-2, Level 4 3. Electrical Fast Transients (EFT) - IEC 801-4, Level 4 4. Surge Withstand - IEC 801-5, Level 4 5. Electromagnetic Interference - Mil Std 461, Class 3C 2.3 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of each transfer switch. 2.4 VOLTAGE AND FREQUENCY SENSING A. The voltage of each phase of the normal source (Priority-1) shall be monitored, with pickup adjustable from 85% to 100% of nominal and dropout adjustable from 75% to 98% of pickup setting. B. The voltage of each phase of the emergency source (Priority-2) shall be monitored, with pickup adjustable from 85% to 100% of nominal and dropout adjustable from 75% to 98% of pickup setting. C. Repetitive accuracy of all settings shall be within t 2% over an operating temperature range of -20°C to 70°C. D. Voltage and frequency settings shall be field adjustable in 1% increments without the use of tools, meters or power supplies. Actual settings shall be clearly defined in the operator's manual. 03270709 ENCLOSED TRANSFER SWITCHES 16630 - 3 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement 2.5 TIME DELAYS A. A time delay shall be provided to override momentary generator source outages (Priority-1) to delay transfer to the generator source (priority-2 ). The delay shall be adjustable from 0 to 6 seconds. B. A time del ay-shall-be--provided-_on--transfer to generator (priority-2), adjustable from 0 to 5 minutes for controlled timing of transfer -of loads to emergency source, factory set at 0 seconds. C. All time delays shall be fully field adjustable without the use of tools. PART 3 - EXECUTION [cam Rf.11I�lAW.Voc0Z A. Provide engraved plastic nameplates identifying transfer as indicated in Section 16195 3.2 FIELD QUALITY CONTROL A. Perform inspections and tests listed -in NETA.ATS, Section 7.22.3. 3.3 MANUFACTURER'S FIELD SERVICES A. . Check out transfer switch connections and operations and place in service. 3.4 ADJUSTING A. Adjust control and sensing devices to achieve specified sequence of operation. 3.5 DEMONSTRATION AND TRAINING A. Demonstrate operation of transfer switch in normal and standby modes. 3.6 WITHSTAND AND CLOSING RATINGS A. The ATS shall be UL listed in accordance with UL 1008 and be labeled in accordance with that standard's 1'/z and 3 cycle, long-time ratings. ATSs which are not tested and labeled with l'/z and 3 cycle (any breaker) ratings and have series, or specific breaker ratings only, are not acceptable. 3.7 TESTS AND CERTIFICATION A. The complete ATS shall be factory tested to ensure proper operation of the individual components and correct overall sequence of operation and to ensure that the operating transfer time, voltage, frequency and time delay settings are in compliance with the specification requirements. B. The transfer switch and control panel shall be subjected to a dielectric strength test per NEMA Standard ICS1-109.21. 03270709 ENCLOSED TRANSFER SWITCHES 16630 - 4 08/10 Lubbock Preston Smith International Airport Passenger Boarding Bridge Replacement C. Upon request, the manufacturer shall provide a notarized letter certifying-e-omphanee-with- all of the requirements -of -this specification including compliance with the above codes and standards, and withstand and closing ratings. The certification shad identify, by serial number(s), the equipment involved. No exceptions to the specifications, other than those stipulated at the time of the submittal, shall be included in the certification. D. Prior to system start-up, provide a factory authorized technician —to cerlffy-aAArwisfer switch operations and settings. E. Provide a minimum of four hours of on -site training with appropriate operating and maintenance manuals for the Owner's personnel. 3.8 SERVICE REPRESENTATION A. The ATS manufacturer shall maintain a national service organization of factory -authorized personnel located throughout the contiguous United States. The service- center'rpersonnel must be factory trained and must be on call 24 hours a day, 365 days a year. END OF SECTION 03270709 ENCLOSED TRANSFER SWITCHES 16630 - 5 08/ 10