Loading...
HomeMy WebLinkAboutResolution - 2008-R0167 - Contract - Allen Butler Construction Co.- LPSIA Entrance Road And Signage - 05_08_2008Resolution No. 2008-RO167 May 8, 2008 Item No. 5.11 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a unit price construction Contract and any associated documents by and between the City of Lubbock and Allen Butler Construction Co. of Ransom Canyon, Texas, for Lubbock Preston Smith International Airport entrance road and signage improvements per ITB 08-713-DD, which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and 1 purposes. Passed by the City Council this 8th day of DAVID A. MILLER, MAYOR ATTEST• Rehe e Garza, City Secretary APPROVED AS TO CONTENT: omis, City Manager/Director of Transportation and Public Works APPROVED AS TO FORM: Don Vandiver, Attorney orCounsel DDres/6utlerCons[08UPconRes April 29, 2008 , 2.008. P CITY OF LUBBOCK SPECIFICATIONS FOR LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ENTRANCE ROAD AND SIGNAGE IMPROVEMENTS ITB #08-713-DD Contract # 8403 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://pr.thereproductioncompany.com/ Phone: (806) 763-7770 CITY OF LUBBOCK Lubbock, Texas i__ ITB# 08-713-DD, Addendum # I City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 204, MUNICIPAL BUILDING 1625 13"' STREFT LUBBOCK, TEXAS 79401 PIk (806)775-2168 FAX: (806)775-2164 bttp://purehasing.ci.lubbock.tx.us ADDENDUM # 1 ITB # 08-713-DD LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ENTRANCE ROAD & SIGNAGE IMPROVEMENTS DATE ISSUED: April 16, 2008 CLOSE DATE: April 23, 2008 (t�,) 1:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the Engineer's Addendum #1, attached. All requests for additional information or clarification must be submitted in writing; and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss(2cmyhlbbock.us. THANK YOU, CITY OF LUBBOCK Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Buver if anv Ianauaae. requirements. etc.. or anv combinations thereof inadvertently restricts or limits the reauirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Buyer no later than five (5) business days prior to the bid close date. A review of such notifications will be made. IT13Y 03-713-DDad I r_..... ■o■■rs■■n�.■■u■ 3:::.;:;:::::::::� :::::::::::j •eon■unm :L 411 � : 1. oll ADDENDUM N0.1 T0- .All Pmspe.ctive Bidders Ptart Holders PROJECT- I.tibbock Preston Stmili international Airport Fnlrance Road Rcpaving and hrformtA.ional Signage Impr•ovumenrs DATI : April 16,2W8 i•'SC JOh No: 01270301 This Addundurn fortis a frail of the Contract Dmlllnents and modifies [he original 131d(11'un Documents da(ed Iblai>vh 2008 as noted below. Acknowledge receipt of (lily Addendtun in thu space provided on the Biel Form, Failure to do Aa rutty subject the Biddar to disqualification. 7'hit, :Addendum con isl.s of 6 page(s). f.. CiLNERAI. gg Question #1 I Oil t,hc plan sheet C3009A Section A I sho• -,a it portable chain link fence; yet an the plans it i5 unclear i when: this fence runs, can there he soino clarification cm the length and loctt(iun of the fence'' (Stthrr>lucd: Apr I, 2008 9:56-34 ANO CM) Response Ttw chain link fence shown on Sheet G009A of the plans is int:•.ndtxJ to run the bill 110-agth of the Phase I construction, The fcnco will extend from wrnporary pedesiriau crossing to temporary pcdustrian crossing. The funce shall he in lallcd parallel to construction. (fi the parking lot side Of the constauction. install tic terra, between the liil)(: mil fence and back of curb. Un the terminol side of construction, install the fence inimedixtely behind the bark of curb nnaintaining m rxarch of the full sid�ew-alk width as lrossiblc. Question #2 In detail 0 Cori Sheet Ci(ii iior. Ehc: cnnerete pay°et3iert(. st.Clicrn the notes >ti-Ec irnue a (ltl:l' SectinEr ,�rtel tin unre.infurced section. The drawing for this de(ail seems to show reinforcement. Plcase. clarify if the concn:tc: paving for phase ] is to include reiniorct;tnent Or_jtist dowr%? (Submitted: ,Apr 2, 2008 1:36:48 PNI CDT) Response The Phac4 I c:unerete paving in front of the terminal building shall he jointed pavennent with srnoo(.li dowels in all joints as noted. As stawd by note in Deviil DNC501, the trnminForc ud, jointed concrcto pavometit section does not have any Iongltudinal or tnuisverge r.,inforeing. PARMILL, SMITH & C00PER, INC- Engineers, Architects • Planners 4222 85th Street, Lubbock, Texas 79422 Phone (306),473-2200 Fax t806t 473.3640 Lubbock FI Paso I -Ad la nd Amarillo Odessa Addenclum No. I page 2 .April 16, 2008 Question #3 Section 0279'5 of the 5p:x book caU< for AC-5 with i latox additive and an aggregate gradation, hoth of which ore from the 1993 Tr%T)QT Spec book. The .AC-5 is no lonpty availablc and the suppliers of the aggregate tM. producing material that week 2004 T.xDOT specifications in which the gradation for `tradc. 4 material is different. Ti. would be. cost prohibitive for the sopplicr to rnanufacttEre enough material just fOr this project. Please advise, (Sul, mittud: Apr 8, '2-008 IOJ7-09 .A1Nt CTM Response Sp-4Clficatiun sectiotl 07785 has bci;tr updatcd. Question #4 Dos falif•, itrforniation have to be turned in with bid? What if we* re not sure of the DBF:'s, if any. that we'lJ use'? (SubmitmLi atPrc: bid Mee -ling) Response Contractor must turn in DBE information with bid. Owner rcali7cc thn.t DIU.'s may chango aflor bid is ctlbtnittex], but contractor should maize an honest Cfforl to make DBE information &,; accurate a.5 possible. If no DBT,.'.s }tavc: been found, contractor trust docamont his beat -faith c ffurt to obtain them. (question #S Duos ongincer anticipate only I elcrtE'onic ErzessagG board'? Response FnQineer artlic1pates only I electronic message hoard. If tnulliple buards are needed. contractor will be paid the unit price prr clap, multiplied by the number of hoarcl� trsod. Question #6 .Aru cllorc, 6ptwifications for tetnlmrary sigoikgo? Response to specific ruMlicticros on temporary signs other than the requirements set forth in Section 01555, of the specifications, stating th Et till ..rpns tiliAl Goiltortll to the details indicaind in OtG TMUTCD and the NCHRP. Dimension,- color, etc. for tho toinpontry signs have been shoevn in the plan.% on f0cels 6015-G016- Question #7 Is milling an acceptable form of pa'k-wiz:uii removal, even if gradation c17.0 o2strictions aru riot cernrpfctely tim? iRegponse A4i11i11s is an acceptable form of pavcmc:rrt ri.nioval. Contractor shall make an honest effort to rucci gradation 6 Q rcmrictiuns. Question #8 IS tiiC Irut-17j:A ui 10- (iie :;UncrcL'e 13aid Loj di l-�i;il�, Ot' ES .ri Slri751ci1t17y tU the cOnc•rCte pi.i�'enlent'? Response Tho bot-rm.x is paid for tender- Item 16- TxDOT 340 Ty C riot-Nlix, by the ton. PARKHILL, SMITH & COOPER, INC. Engineers - Architects - Planners 4222 10h Street, Lubbock: Texas 79423 Phone (806) 473.2200 Fax (806) r173-3500 Lubbock El Paso Midland Amarfto Odcssn Addendum 1,:r, I pago 3 April 16, 2008 luestfaci #9 Has [lie Owner selected ncc lusting lab? Response I aye e,x will reps-csent the owner in all testing procedure,, Question #10 Will the owner accept a VinVI pruducl, rather than paint, on new or repaired signs'? Who decides whether or not aproduct is considered an "equal" to a product listed in the plans." Response The f'nginec.r will decide whether a product is considered an -equal", to a product listed in the pIjms, A contractor may ;r71 ti7 t a sample and testing and perfurrrtancc data of Et c--inyl product to the card ineor, If the product is approved, tan addend= will he issued Marine; the tacccptarrcc of the product. Questi011#11 Spc cification identified an ob;oleic type of asphalt. f las that been cumectod? Has the glass Of ruck been identific{f? Response Specification sections 02742 and 02785 have been updalicd, Question #12 In phase 1, when the temporary HC spaces are captured, will (lac cojnrnctor be required to provide ignaoe? Pn.irl(? Response The contractor nay rags the cxisling signs. placed on innilinrary rnuunts. if the contractor chooses to use the. existing signs, he shall ruplaC4 them to their original lrication and in their ari*al condition Upon compicriotr of Phase 1. Painted pavement. nru'lc:ings symbols will not be required. Question #13 Is there roam to bridge IliG ; Id(.walk during PlimNe t con;tntctiun bctweon the existing light pule and fire b; Jrant? Response nw phasing plan (sheets (3009 and G009A) has been revised to constrict traffic crossi»g over the sidewalk to One iank% Question #14 Will the contractor be followed to move the tzmpornry l)LdCstrian crass walk at the ends of the Phase I wrastruction further from the work -area to ullox-1, for constimctinn cgaipmcnt? Response fhe crntis xvalkx can bo rrrovod down at rea.-;nnahle dimnncc frorn (;onstruction as lung as the contractor satisfies the ADA requrrcmrnts Jor the. walkwaYs and ramps. PARKHILL. SMITH & COOPER, INC. Engineers - Architects • Planners 4222 a36th Street, Lubbock, Texas 79423 Phone (a06) 473-2200 Fax (806) 473-3500 Lubbock EI Paso Midland Ama rilto Odessa Addeladutn No. 1 Page 4 April Ili, 2008 Question 915 Are delinenlov, and reflective marke s snbsidinry to flit• striping iletn' Response Yes, the dellno-ators and reflective marking.; arc subsidht ry to laid Item 24, "Pavement Markings_" Question #16 Does the owner want l0 Witit until the final stages of construction to pernutnently stripe the area in front of the terminal'' Response 7116 nutjority of the pedestrian median r;lk: ;tivo delineators shalt he placed in Phase I ennstructiou, the lirtlits of which will be determined in the field by Ikrt: Engineer. The portion of the median which is delineated must also be utarkud and hatched, either with permanent striping, or by an appro,.ced tcrnponary striping method (e.g. buttons)_ The uuntr.trtor shall also provide and maintain tempor;iry striping at either end of Phase. 1 constrttctiort to allow transitions to Phasr. 2 con6truu6011. :letV prep wocr performed. and permanent .striping p1%;L.d, on the concrete pavement in front of the Terminal. that is not complo(G-J during the 21-day Phase I construction, must be completed between the hours of 10,00 pm and :00 ant. All temporary striping anti all repainting of permanent striping* ncco s try for final rlo.saout will be at the contractor's expense,, (question #17 Is high early Strength concre . acceptable:' Can fly ash he ineorporotfxl? Response Yu*, as long as it meets, the 29-dad st'r<:m,ih nsyuirements. If fly ash is used, it Shall not. cxcccd 20% by volurne. Question #18 is the allowed title of construction affected by the altesnatiyes? Response No. The allowed time Of COOS11LIC110Ir is 180 {days, regardless of which, if any. altcrn:ttivo.s arr aworded. Question #19 On .alternate Bid A2, I.bu cuntrictor is instructed to expect apprnxirwttcly 1.07e, babe l .construction. What happens if, during construction, trtorc than 10% is needed? RZ.esportst The engineer feels that the 10% fic>uro 16 conservative. If. however, during constntcfion, rr subcflrntial ,rrnount of additional work is required. t cz contractor may seek additional payment according to the rules of Section 40 in the Specifications_ Extra Work_ PARKHILL, SMITH & COOPER, INC. Enginnors Architects . Planners } ,122285t11 Street, Lubbock, Texas 79423 JI Phone (606) 473-2200 Fax (806) 473-3500 Lubbock Et Paso Midland Amarillo Odessa Ad(k%idarrtNo. 1 Page.5 Apri} 1ti, 2008 Ques4on 4211 .Are the ternporahry siLgi backgrounds to be reflective? If ao, what grade, Afro. are. the temporary Signs to be made of aluntinurn`? If su, what will [Ile thickness he"? ]Response Per Specification 01555. rc;forring the contractor to the TN,11 TTC1), signs flit -it will be uscsd over -night shall) bu reflective or lighted. No requirrow.ilts art; given as to degree.. except that ,signs should he clearly visibIc at night. \o specific requirentahts for the sign malcrial are designated zither, except than signs hail he of a tluality zwd strength to perform their intended purpose and adhere IA:) (INC grticM1ri(:s scat forth in the National Cooperative Hinit.ray Research Prograrn Report 350. Question 921 Phase I is schcxkrkd for 21 days. Clarification is needed for ex,tcll,y what must be completed with in this ri tirne frame. Leo the signs hacc to bi, complclrly finished Within this ;�chedulc or is this mainly pointcd towards cancrew and sidewalks'? (Submitted- Apr 14, 2008 4:22:56 PM CllD Response Signs to ht, mfurbisbccd may be reinstalled anytime during they 180--day cunstruction schedule, -fhe coatrac:tor Should note, as stated in t.hc plans, any sign which conflicts with a construction phn o, whether rJOrbished or not, must either he taken {Iowa or covem. d during (hart phase, Any sign needed for at construction phase, whc:Ibc:r rufurbished or not, trust either he in place (hiring that phaco ar sub.st4111R l by kwnporary signage. r4:1:1 and Ali, removal of the fottn(alion to 2 feet below grade is acceptable.. Question #22 Item #24 has 6,7716 SR Dues [his quatttity include the rectripim, to br, dottu in lht; short tc.rrn parking art;-`' (Submitted: Apr Ii, 2008 1:33:47 PN4 CDT) Rtsponse All rikanuval of striping, temporary striping ahad restriping to the original condition of the short terra parking lot will NOT be paid far directly, but is considered subsidiary to varir>tts hid )Wrtls. Question #23 % hat line item will teniporaary signagr: be paid froi-0 (,Stibmitted:.Apr Ili, 2008 10:55.56 AM CDT) Response Bid Item ', "Traffic Conant arnd Tianicacding." Questiloo #24 On sheet L:502 diagram A I is n tylle J constru.liun joint. "]'here seem,, to he all object mea,urin� 50" run im-, through the center, what is it? (Snbmiw:J: Apr 10, 2008 2:26;40 PNI C D*I') Response A #6 dtfcrrr-red hair for the CR(T. 1-he concrete pnve.me rt near ReLdls Street will he continually rcinfurccd, The conca;;t(: in front of (lie Tartninal will he .jointed-unrainforcc.d. Contractor shall provide one unit price for Hid Item 22, "CORCrCU Patvcrnen(." which Wi11 he the price per sgttthiue, yard of both CRCP and JCP. PARKHILL, SMITH & COOPER, INC. Enginrers - architects - Planners 1222 85th Street, LUbbock, Texas 79423 Phano (B061 473-2200 Fax (806) 473-3500 Lubbock E[Paso Midland Amarillo Odessa , Addcndum No. 1 I'age 6 April 16, 2008 H. CT IANGES 'I*O SPE(,'[Ff("ATTOZS :1, 5rcticm {12;=12 - T)ratsc-Graded Hut-I✓1ix .Asphalt i:�li:thudl; keplace existing �titit attached. B. Sccaort 02 785 - Seal Croat: Relylac4 cximing with attachod. iIi_ (..1 iA N0FS To DRAWINGS A. Add Sheet U-iX19 — C'.onstr'oololi Phase i'luu — Piliwe i and Sheet G-009it — Const-actin 1 PhaSc Plan — Pha�c IA. B. Add Sheet S 101 --- Vault Rcpair Details. END OF, AD1)FNDUN-T NO, 1 PARKHILL, 7WTH & COOPER, INC. Engineers - Arch.-tects • Plannem 4222 66th Street, Lubbock; Texas 79423 Phone (806) 473-2200 Fax (806) 473-3500 Lubbock El Paso Midland Amarillo Odessa r, ' SECTION 02742 DENSE -GRADED HOT -MIX ASPHALT (METHOD) PART 1 - GENERAL 1.1 SUMMARY A. This Section includes construction of a pavement layer composed of a compacted, dense - graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. 1.2 DEFINITIONS A. The Department: Texas Department of Transportation. B. Section or Item: Section or Item denoted in the Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. PART2-PRODUCTS 2.1 MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before .changing any material source or formulation. When the Contractor makes a source or formulation change, the Engineer will verify that the requirements of this Item are met and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify compliance. A. Aggregate: Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or tine aggregate. If reclaimed asphalt pavement (RAP) is used, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table l requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. The Engineer will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of the Department's Binaninous Rated Source Quality Catalog (BRSQC) unless otherwise approved. 1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC. Provide aggregate from nonlisted sources only when tested by the Engineer 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 1 04108 ADDENDUM NO. I and approved before use. Allow 30 calendar days for the Engineer to sample, test, P Y g P ` and report results for nonlisted sources. Provide aggregate that meets the surface aggregate classification (SAC) requirement of Class A or B. The surface aggregate classifications for sources on the Aggregate Quality Monitoring Program (AQMP — Test Method Tex-499A) are listed in the Material Producer List, Bituminous Rate Source Quality Catalog (BRSQC): http:;''www.dot.st,ite.tx.ns!'businesti/producer_listhtnn. Sample and test the aggregate prior to use when aggregates are supplied from a source, which is not on the AQMP. Use procedures in accordance with the AQMP. l Class B aggregate meeting all other requirements in Table l may be blended with a Class A aggregate in order to meet requirements for Class A materials. When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50% by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. When blending, do not use Class C or D aggregates. For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. -i Crush or break RAP so that 100% of the particles pass the 2-in. sieve. RAP generated during this project is permitted. If RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on the plans. If RAP is used, use no more than 30% RAP in Type A or B mixtures. For all other mixtures, use no more than 20% RAP. Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. Detennine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and �.... field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the tine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. At most 15% of the total aggregate may be field sand or other uncrushed fine aggregate. With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table I, unless otherwise approved. JJJ 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 2 04/08 ADDENDUM NO. l I If 10% or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table l for coarse aggregate angularity (Tex- 460-A) and flat and elongated particles (Tex-280-F). Table t Aggregate Quality RequirementIJ Property Test Method Re uirement Course Aggregate SAC AQMP A or B Deleterious material, %, max Tex-217-F, Part I 1.5 Decantation, %, max Tex-217-F, Part 11 1.5 Micro-Deval abrasion, %, max Tex-46I-A Note 1 Los Angeles abrasion, %, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, %, max Tex-411-A 302 Coarse aggregate angularity, 2 crushed faces, %, min Tex 460-A, Part 1 85 Flat and elongated particles @ 5:1, %, max Tex-280-F 10 Fine Aggregate Linear shrinkage,, %, max Tex-107-E 3 Combined Aggregate Sand equivalent, °/o, min Tex-203-17 45 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. r 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 4. Aggregates, without mineral filler, RAP, or additives, combined as used in the job -mix formula (JMF). Table 2 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 B. Mineral Filler. Mineral tiller consists of finely divided mineral matter such as agricultural time, crusher fines, hydrated lime, cement, or fly ash. Mineral tiller is allowed unless otherwise shown on the plans. Do not use more than 2% hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral fillers. When used, provide mineral tiller that: 1, is sufficiently dry, free -flowing, and free from clumps and foreign matter; 2. does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E 3. meets the gradation requirements in Table 3. 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 3 04/08 ADDENDUM NO. I Table 3 Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 50-100 C. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. D. Asphalt Binder. Furnish a performance -graded (PG) asphalt binder of 64-28 in accordance with Section 300.2.J, "Performance -Graded Binders." E. Tack Coat. Unless otherwise shown on the plans or approved, furnish CSS-IH, SS- I H, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. If required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage specified in Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain at least 1 sample of the tack coat binder per project and test it to verify compliance with Item 300. The Engineer will obtain the sample from the asphalt distributor immediately before use. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with Item 30I, "Asphalt Antistripping Agents." Do not add time directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime back into the drum. 2.2 EQUIPMENT A. Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." PART 3 - EXECUTION 3.1 CONSTRUCTION Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Item. Provide the mix design. The Owner will perform quality assurance (QA) testing during construction. Provide quality control (QC) testing as needed to meet the requirements of this Item. A. Mixture Design. 1. Design Requirements. Use a Level II specialist certified by the HMA hot -mix asphalt certification program to develop the mixture design. Have the Level II specialist sign the design documents. Unless otherwise shown on the plans, use the 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD_) 02742 - 4 ,. 04I08 ADDENDUM NO. I i typical weight design example given in Tex-204-F, Part 1, to design a mixture meeting the requirements listed in Tables 1 through 6. Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design. Furnish the Engineer with representative samples of all materials used in the mixture design. The Engineer will verify the mixture design. If the design cannot be verified by the Engineer, furnish another mixture design. The Contractor may submit a new mixture design at anytime during the project: The Engineer will approve all mixture designs before the Contractor can begin production. Provide the Engineer with a mixture design report. Include the following items in the report: a. the combined aggregate gradation, source, specific gravity, and percent of each material used; b. results of all applicable tests; C. the mixing and molding temperatures; d. the signature of the Level II person or persons who performed the design; e. the date the mixture design was perfonned; f. a unique identification number for the mixture design. Table 4 Master Gradation Bands (% Passing by Weight or Volume) And Volumetric Pronerties Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 1-1 /2" 98.0 — 100.0 - - - - 1" 78.0-94.0 98.0-100.0 - - - 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 - - 1/2" 50.0-70.0 - - 98.0-100.0 - 3/8" - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 80.0-86.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.0-46.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA , % Minimum - 12.0 13.0 1 14.0 1 15.0 16.0 Plant -Produced VMA, % Minimum - 11.0 12.0 1 13.0 1 14.0 15.0 01270307 04/08 Voids in Mineral Aggregates DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 5 ADDENDUM NO. I Table 5 Laboratory Mixture Design Properties Property Test Method Requirement laboratory -molded density, % Tex-207-F 96.0 -Target Tensile strength (dry), psi (molded to 93% ± 1 % density) Tex-226-F 85-2002 Boil test Tex-530-C - 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. Table 6 Hamburg Wheel Test Requirements' High -Temperature Binder Grade Minimum # of Passes Cip 0.5" Rut Depth, Tested Cad 122"F PG 64 or lower 10,000 PG 70 15,000 PG 76 or higher 20,000 1. Tested in accordance with Tex-242-F. 2. May be decreased or waived when shown on the plans. B. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for mixture production. JMF is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify JMF based on plant -produced mixture from the trial batch unless otherwise approved. If the JMF is not verified by the Engineer from the trial batch, adjust the JMF or redesign the mix and produce as many trial batches as necessary to verify the JMF. Determine the aggregate and asphalt correction factors from the ignition oven using Tex-236-F. Use a Texas gyratory compactor calibrated in accordance with Tex-914-17 in molding production samples. Perform Tex-530-C and retain the tested sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. Provide the Engineer with split samples of the mixtures and blank samples used to determine the ignition oven correction factors. The Engineer will perform field testing during construction to verify quality assurance. C. JMF Field Adjustments. Produce a mixture of uniform composition closely conforming to the approved JMF. If, during initial days of production, the Contractor or Engineer determines that adjustments to the JMF are necessary to achieve the specified requirements, or to more nearly match the aggregate production, the Engineer may allow adjustment of the JMF within the tolerances of Table 7 without a laboratory redesign of the mixture. f , (( I t 77( i ... 7 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 6 , 04/08 ADDENDUM NO. 1 ....i The Engineer will adjust the asphalt content to maintain desirable laboratory density near the optimum value while achieving other mix requirements. Table 7 Operational Tolerances Allowable Description Test Method Difference from JNIF Target Individual % retained for #8 sieve and larger Tex-200-F or +5.0 Individual % retained for sieves smaller than #8 and +3.0' larger than #200 Tex-236 — passing the #200 sieve +2.0 Asphalt content, % Tex-236-F +0.3 Laboratory -molded density, % Tex-207-F +1.0 VMA, %, min Note 2 1. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the percent passing the #200 sieve will be considered out of tolerance when outside the master grading limits. 2. Test and verify that Table 4 requirements are met. D. Production Operations. Perform a new trial batch when the plant or plant location is changed. The Engineer may suspend production for noncompliance with this Item. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 1. Operational Tolerances. During production, do not exceed the operational tolerances in Table 7. Stop production if testing indicates tolerances are exceeded on: a. 3 consecutive tests on any individual sieve, b. 4 consecutive tests on any of the sieves, or C. 2 consecutive tests on asphalt content. Begin production only when test results or other information indicate, to the satisfaction of the Engineer, that the next mixture produced will be within Table 7 tolerances. 2. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, "Asphalts, Oils, and Emulsions" or outside the manufacturer's recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot -mix asphalt discharge temperatures in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. 3. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Owner will not pay for or allow placement of any mixture produced at more than 3500F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 7 04/08 ADDENDUM NO. I 9 E. Hauling Operations. Before use, clean all truck beds to ensure mixture is not contaminated. When a release agent is necessary to coat truck beds, use a release agent on the approved list maintained by the Texas Department of Transportation Construction Division.__ F. Placement Operations. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive r- courses of hot mix by at least 6 in. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. Place unixture within the compacted lift thickness shown in Table 8, unless otherwise shown on the plans or allowed. Table 8 Compacted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Minimum (in.) Maximum (in.) A 3.00 6.00 B 2.50 5.00 C 2.00 4.00 D 1.50 3.00 F 1.25 2.50 1. Weather Conditions. Place mixture when the roadway surface temperature is 60°F or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. 2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the Engineer. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatictire roller when directed. The Engineer may use Tex-243-F to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion. G. Lay -Down Operations. I. Minimum Mixture Placement Temperatures. Use Table 9 for suggested minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 8 04/08 ADDENDUM NO. I Table 9 Suggested Minimum Mixture Placement Temperature High -Temperature Binder Grade Minimum Placement Temperature Before Entering Paver) PG 64 or lower 260OF PG 70 270OF PG 76 280OF PG 82 or higher 290OF H. Compaction. Use air void control unless ordinary compaction control is specified on the plans. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the Engineer. Ensure pavement is frilly compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 in. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Allow the compacted pavement to cool to 160OF or lower before opening to traffic unless otherwise directed. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 1. Air Void Control. Compact dense -graded hot -mix asphalt to contain from 5% to 9% in -place air voids. Do not increase the asphalt content of the mixture to reduce pavement air voids. a. Rollers. Furnish the type, size, and number or rollers required for compaction, as approved. Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the plans. Use additional rollers as required to remove any roller marks. b. Air Void Determination. Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the Engineer for in -place air void determination. The Engineer will measure air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. C. Air Voids Out of Range. If the in -place air void content in the compacted mixture is below 5% or greater than 9%,, change the production and placement operations to bring the in -place air void content within requirements. The Engineer may suspend production until the in -place air void content is brought to the required level, and may require a test section as described in Section 340A.H. Ld, "Test Section." 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 9 1 04/08 ADDENDUM NO. 1 d. Test Section. Construct a test section of 1 lane -width and at most 0.2 mi. in length to demonstrate that compaction to between 5% and 9% in -place air voids can be obtained. Continue this procedure until a test section with 5% to 9% inplace air voids can be produced. The Engineer will allow only 2 test sections per day. When a test section producing satisfactory in -place air void content is placed, resume fiill production. 2. Ordinary Compaction Control. Furnish the type, size, and number or rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-ton weight). Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. When such changes occur, establish a new rolling pattern. Compact the pavement to meet the requirements of the plans and specifications. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. Make alternate trips of the roller slightly different in length. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. I. Irregularities. Immediately take corrective action if surface irregularities, including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, color, texture, roller marks, tears, gouges, streaks, or uncoated aggregate particles, are detected. The Engineer may suspend production or placement operations until the problem is corrected. At the expense of the Contractor and to, the satisfaction of the Engineer, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. END OF SECTION 02742 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 10 04/08 ADDENDUM NO. 1 SECTION 02785 ki SEAL COAT PART I - GENERAL 1.1 SCOPE The work to be done under this section consists of furnishing all labor, materials, equipment, traffic control and safety devices necessary to construct a wearing surface, consisting of a single application of asphalt with latex additive covered with precoated aggregate (seal coat), on the roadways lots shown on the plans to receive a seal coat in accordance with these specifications. The work to be done under this section may also consist of furnishing all labor, materials and equipment necessary to clean street surfaces and gutters prior to seal coating. PART 2-PRODUCTS 2.1 ASPHALT The asphalt used shall be the polymer -modified asphalt cement specified below. Type and Grade Specification AC-15P Texas Department of Transportation 2004 Standard Specifications A. The polymer -modified asphalt cement shall be smooth, homogeneous and meet the following requirements: Minimum styrene-butadiene-styrene Block co -polymer (SBS) content, percent by wt. solids 3.0 Penetration, 100g, 5 sec, 77 F, min/max 1001150 Viscosity, 140 F, poises, minimum 1500 Viscosity, 275 F, poises, maximum 8.0 Elastic recovery, 50°F, % minimum 55 Separation of Polymer after 48 hrs. None Flash point, C.O.C., °F, minimum 425 Tests on residue from thin-film oven test: Retained penetration ratio, 77°F, min/max 0.60/1.00 01270307 SEAL COAT 02785 - 1 04/08 ADDENDUM. NO. 1 2.2 AGGREGATE The aggregate shall be composed of clean, sound and durable particles of gravel, crushed gravel, or crushed stone. The percent of wear, as detenmined by the Los Angeles Abrasion machine test, AASHTO Test T-96 (ASTM C-131), shall not exceed 35 percent. The aggregate shall be free from organic matter, silt, clay, loam, or particles coated therewith. The aggregate shall not contain more than 1.0 percent by weight of soft particles and other deleterious material. The aggregate shall meet the requirements for gradation given in the following table when tested in accordance with AASHTO T-1 l (ASTM C- l l 7) and T-27 (ASTM C-136) (The washing test method shall be used): Sieve Designation (Square Onenines) Percent By Weight Retained on 5/8" Sieve...............................................................0 Retained on 1/2" Sieve 0-5 - 5 Retained on 3/8" Sieve..........................................................20 - 40 Retained on No. 4 Sieve........................................................95 - 100 Retained on No. 8 Sieve........................................................98 - 100 The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay -like particles and/or silt. All aggregate samples required for testing shall be furnished by the Contractor. All tests for initial aggregate submittals necessary to determine compliance with requirements specified herein will be made by the Contractor at his expense. Sampling and testing will be conducted by an approved independent testing laboratory. No aggregate shall be used in the seal coat without prior approval. 2.3 PRE -COATED AGGREGATE (TYPE PA) A. The aggregate shall meet the requirements of Section 2.2, this specification. B. Precoated aggregate shal I be aggregate of the type specified, coated with AC-15P asphalt and meeting the requirements of this specification and the approval of the Engineer. The aggregate should have a uniform "black" appearance. The aggregate shall meet all above specified requirements prior to application of the precoat material. Materials that are not uniformly and properly coated, as determined by standard testing procedures or in the opinion of the Engineer, will not be accepted for use. Emulsified coating of aggregate is not allowed. C. Water in an amount not to exceed 3 percent by weight of the mixture may be used in preparing the mixture. In the event water is used in the mixing operation, adequate measuring devices shall be used and the water shall be administered to the mix through an approved spray bar. 01270307 SEAL COAT 02785 - 2 04/08 ADDENDUM NO. I T PART 3 - EXECUTION 3.1 WEATHER LIMITATIONS Without approval by the Engineer, the following temperature guidelines shall be followed: Apply surface treatment when air temperature is above 70°F and rising. Do not apply surface treatment �x when air temperahre is 80°F and falling. In all cases, do not apply surface treatment when surface temperature is below 700. Seal Coat shall not be applied using wet aggregate material or during sand, dust or rain storms. The pavement shall be free of surface moisture during periods of seal coat construction. 3.2 PREPARATION OF SURFACE Prior to cleaning surface all vegetation shall be sprayed with herbicide. The surface on which the seal coat is to be applied shall be cleaned and cleared of all dirt, dust or other deleterious materials by sweeping with rotary brooms or other approved methods immediately prior to application of the seal coat asphalt. In no case shall the seal coat be applied prior to cleaning the street. All cracks '/4" wide and wider shall be sealed or repaired as indicated under this section of the -x specifications. Prior to filling, the cracks shall be free from dust, dirt, moisture, loose foreign matter, grease, oil, vegetation, and any other form of objectionable material. Existing crack filler shall be removed when present and the crack shall then be prepared as specified above. In no case shall water be used to clean the cracks. Cracks shall be surface dry when sealant is applied. Crack sealing material shall meet the requirements of ASTM D 3405. 3.3 RATE OF APPLICATION OF MATERIALS The asphalt and aggregates shall be applied at the rates as specified in the following schedule: Gallons of Asphalt Aggregate Application Range per square yard Cu. Yds. to Sq. Yds, Seal Coat (Grade 4, Type PA) 0.3 - .38 1:1 10 to 1:120 Adjustments in the rates of application may be made by the Engineer if needed during the course of the work. 3.4 HANDLING AND APPLYING ASPHALT All storage tanks, piping, booster tanks, and distributors used in storing or handling asphalt shall be kept clean and in good operating condition at all times, and they shall be operated in such a manner that there will be no contamination of the asphalt with foreign material. Asphalt shall not be heated above 400' F at any time, and when applied, it shall be at a temperature of not less than 275' F. and not more than 375' F. The Engineer will select the temperature of application, and the Contractor shall apply the asphalt at a temperature within 15 degrees of the temperature selected. Ail asphalt material heated above 4000 F will be rejected. Recirculating heating equipment shall be equipped with recording temperature gauges. 01270307 SEAL COAT 02785 - 3 04/08 ADDENDUM NO. l Item Estimated No. Quantity & Unit Description of Item Total Amount 5. 20 EA Vehicle towing, per each. G TOTAL ITEM #5: 0 NC Hv� tPteC i�: i���/ 't 00 $ 04s /EA( -t30"' �. (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 1,093 LF Remove existing curb and gutter, per linear feet. TOTAL ITEM #6: ' S x w < J�oc' $ (o0 /LF( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 7. 4EA Remove existing ADA ramp, per each. 0 S-o (10 TOTAL ITEM #7: I tuff 0Vr1r.0te $4�,�> /EA( it"C" ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 8. 72 SY Remove existing sidewalk, per square yard. 0 TOTAL ITEM #8: �Jt?r.1� M x�oo $ /SY( l, (Unit Price Amounts shall be s own in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 43 SY Concrete pavement demolition, per square yard. TOTAL ITEM #9: f i+, arJQ k4 7VO/SY(= (Unit Price Amounts steal shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 48,381 SY Remove and stockpile existing 4" asphalt pavement, per square yard. TOTAL ITEM # 10: e 4- / o%%o $ (' i o /SY( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern) 11. 48,381 SY Remove and stockpile existing caliche base, per square yard. s 61 33 4� TOTAL ITEM #1 l:CONJQ b �u� $ /Sy( )&jj`)►, ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 49,168 SY Prepare Subgrade (6"), per square yard. -73 TOTAL ITEM #12: jnJP 1 /SY(' (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) j Bidder's Initials BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: J .") PROJECT NUMBER: #08-713-DD - LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ENTRANCE ROAD AND SIGNAGE IMPROVEMENTS Bid of t� ( v t i� �` ('�� ., , ._1;��- (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) d, Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ENTRANCE ROAD AND SIGNAGE IMPROVEMENTS, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. Estimated Item Quantity No. & Unit Description of Item Total Amount s I. 1 LS Contrac of mobilization and. demobilization, per lump stun. �t�L j ;,t i-hoJ�. av i4 W "Pubrc_ q *u0 TOTAL ITEM #1: $ /LS( I (Unit Price Amounts shall be shown in both words and numerals. In cage of discrepancy, the amount shown in words shall govem.) 2. 6 MONTHS Traffic Control and barricading, per month. *-1 aJ Gt'Q;y °y goo TOTAL ITEM #2: $ II /MO( 1 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govem.) 9 _t 3. 60 DAY Electronic Message Board, per day. 71 0 ,_. TOTAL ITEM#3:Or)O 0,s,,Qtpry �`';[3ai1 ri��PE' `i "� $ 1 3�� /DAY( 11�4�' ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) a 4. 1 LS Stormwater Pollution Prevention Plan (SWPPP), per lump sum. S `iS cf5 �< TOTAL ITEM #4: r $ 10io3 /LS( )0,3 (Unit Price Amounts shall be shown in both words and ntunerals. In case of discrepancy, the amount shown in words shall govern) Bidder's Initials C BID SUBMITTAL 39. ANTI -LOBBYING PROVISION 39.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES. SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 39.2 This provision is not meant to preclude bidders from discussing other matters with City Council t_ members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 15 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. 36 Non Discrimination Clause The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 37 Prompt Payment - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory L performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Lubbock. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock. This clause applies to both DBE and non -DBE subcontractors. The City of Lubbock will require that all contractors comply with the Texas Government Code 2251.022. Chapter 2251 of the Texas Government Code generally defines past due dates and provides for payments for goods and services to vendors, general contractors, and subcontractors. Failure to comply with the provisions of Texas Government Code Chapter 2251 include the right to }' charge interest on overdue accounts and right to collect attorney's fees in the event of formal administrative or judicial action to collect an invoice payment or interest due. A copy of Texas Government Code 2251.022 is attached as Attachment 8 in the Airport's Disadvantaged Business i 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 j forth in the contract as predetermined damages, consequential damages arising out of the breach and/or specific performance. b. Criminal prosecution may result from the commission of fraud or other criminal activity on the part _ of a party to the contract. In the event that a crime is perceived to have occurred, the city may refer the case to the appropriate law enforcement or prosecutorial authority for further action. In such 1 event the city anticipates cooperating with such agency in the investigation and prosecution of a criminal case. 14 i 33.9 "Recertifications" 34 35 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 The City of Lubbock will create a bidders list, consisting of information about all DBE and non -DBE firms that bid or quote on DOT -assisted contracts. The purpose of this requirement is to allow use of the bidder's list approach to calculating overall goals. The bidders list will include the name, address, DBE/non-DBE status, age, and annual gross receipts of lines. The City will collect this information in the following ways: a notice in all solicitations and direct request to firms quoting on subcontracts to report information directly to the DBELO. The City of Lubbock will work closely with all prime bidders in order to collect necessary information of all firms who quote to them on contracts. 33.11 Monitoring Payments to DBEs The City will require prime contractors to maintain records and documents of payments to DBEs for three years following the performance of the contract. These records will be made available for inspection upon request by any authorized representative of the City of Lubbock or DOT. This reporting requirement also extends to any certified DBE subcontractor. The City will keep a running tally of actual payments to DBE firms for work committed to them at the time of contract award. 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 infonnation deemed to be related solely to the internal personnel rules and practices of an agency; or as trade secrets and commercial or financial infonnation obtained from a person and privileged or confidential. Further, in compliance with USC: Title 18 § 1905 concerning the disclosure of confidential infornation: The City of Lubbock will not publish, divulge, disclose or make known in any manner or to any extent not authorized by law any information coming to us in the course of employment or official duties or by reason of any examination or investigation made by, or return, report or record made to or filed with the City of Lubbock, which information concerns or relates to the trade secrets, processes, operations, style of work, or apparatus, or to the identity, confidential statistical data, amount or source of any income, profits, losses, or expenditures of any 13 The following personnel are responsible for determining whether a bidder who has not met the contract goal has documented sufficient good faith efforts to be regarded as responsive: Persons assigned to evaluate bids or proposals as specified on the City's "Request to Solicit Competitive Bids or Proposals — Procurement Document Submittal Form." We will ensure that all information is complete and accurate and adequately documents and bidder's good faith efforts before we commit to the performance of the contract by the bidder. 33.5 Administrative reconsideration Within 10 days of being informed by City of Lubbock that it is not responsive because it has not _ documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders y should make this request in writing to the following reconsideration official: Bruce MacNair, Public Works Contracting Officer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. The reconsideration official will not have played any role in the original determination that the bidder did not make/document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. We will send the bidder a ` written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation. 33.6 Good Faith Efforts when a DBE is replaced on a contract City of Lubbock will require a contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. The City will require the prime contractor to notify the DBE Liaison Officer (DBELO) immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, we will require the prime contractor to obtain our prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, our contracting office will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails to comply, the contracting officer may issue a termination for default proceeding. 33.7 Certification f 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, kcanipbell(i�tmail.ci.lubbock.tx.us. LA 33.8 Certification Appeals r Any firm or complainant may appeal the City's decision in a certification matter to DOT. Such appeals may be sent to: Li Department of Transportation Office of Civil Rights Certification Appeals Branch, 400 7"' 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). 12 w� 33 specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.4 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.5 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.6 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.7 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 32.8 The successful bidder must satisfy the City as to the bidder's ability to perform the work and meet all contractual obligations set forth in the contract to be executed. DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS 33.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this ITB, Disadvantaged Business Enterprises (DBE's) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. 33.2 A DBE is defined as a small business concern which is at least 51% owned and controlled by one or more socially and economically disadvantaged individuals, or in the case of any publicly owned business, at least 51% of the stock of which is owned by one ore more socially and economically disadvantaged individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. 33.3 Good Faith Efforts (Information to be submitted) City of Lubbock treats bidders' compliance with good faith efforts requirements as a matter of responsiveness. Each solicitation for which a contract goal has been established will require the bidders to submit the following information with its bid as a condition of responsiveness: 1. DBE Utilization form 2. DBE Letter of Intent; 3. DBE Bidder's List 4. If the goal is not met, evidence of good faith efforts 33.4 Demonstration of good faith efforts The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are found in Attachment 7 of the Airport's DBE plan, littp:/lpurchasing.ci.lubbock.tx.us/vendor.htm . 11 (o) Contract (p) General Conditions of the Agreement (q) FAA Mandatory Contract Provisions (r) FAA General Provisions (s) Special Provisions (t) Technical Specifications (u) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered Ni incorporated by reference into the aforementioned contract documents. 31 OUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (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 narnes 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 reserves the right to accept the Total Base Bid and Alternate Bids in any order or combination that serves its best interests. The low bid shall be determined on the price combination of the Total Base Bid and any accepted Alternate Bids or Options. t 32.3 All bids are evaluated for compliance with specifications before the bid price is considered. Response to 1 10 I 30 ■ Trade Restriction Clause ■ DBE Utilization Form • DBE Letter of Intent ■ DBE Bidder's List P , ■ Bid Bond ■ Background Questionnaire 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. if a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner (The City does not accept bias by fax. However, there are companies in Lubbock that will receive, seal, and deliver faxed bids. These companies are listed in the Yellow Pages under Mailing Services. Bids delivered usingthis hL is service must be delivered on -time and addressed as specified in the Notice to Bidders and endorsed on the outside of -i the envelope in the following manner.): 28.3.1 Bidder's name 28.3.2 Bid for Lubbock Preston Smith International Airport Entrance Road and Signage Improvements 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, g '' but no bid may be withdrawn or altered thereafter. _ 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. is BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders (b) General Instructions to Bidders (c) Bid Submittal Form (d) Debarment Certification (e) Background Questionnaire (f) EEO Certification _ (g) Buy America Certification t7 (h) Davis- Bacon Certification (1) Nonsegregated Facilities Certification 0) Trade Restriction Clause (k) DBE Contracting Requirement (1) Safety record Questionnaire (m) Statutory Payment and Performance Bonds (n) Insurance Certificates for Prime Contractor and all Subcontractors _ 9 26.1.3 A longer workweek is authorized under Section 01140 —Work Restrictions of the specifications. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative 1--, 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 l under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. } 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES 1 Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or l decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid in duplicate on forms furnished by the City or electronically reproduced by the bidder. Forms electronically reproduced by the bidder must be identical in every respect to the forms furnished by the City. All blank spaces in the form shall be correctly tilled in and the bidder shall state the price for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. Bidder's bid submittal must be in duplicate and must include the following: ■ Bid Submittal Form ■ City of Lubbock Insurance Requirement Affidavit ■ Safety Record Questionnaire f Suspension and Debarment Certification L_ ■ Certification regarding Employee Information Report EEO-1 ■ Buy American Certification ■ Davis- Bacon Certification of Eligibility 0 Certification of Nonsegregated Facilities 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations.%' 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided thirty (30) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation against the city. The Contractor shall procure and carry at his sole cost and expense, through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted before contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL. INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not he performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is ` approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 7 _, 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. l 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 jContractor from the City. In all cases where written permission is obtained for the use of explosives, the l Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. t 23.2 Explosive materials shall not be stored or kept at the constriction site by the Contractor. 1 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 180 (ONE ' HUNDRED EIGHTY) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be r 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 I necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock, prior to final acceptance of this project, requires the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been r t notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations L.. 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. t 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES _g The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES 8.1 Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement ' with any employee, official or agent of the City of Lubbock in regard to this bid. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS i 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth in the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 1 1 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by ' the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Buver if anv lanetiaee. requirements, etc.. or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than ten (10) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN TEN (10) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 131" Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 or 806-767-2275 Email: ddoss(dmylubbock.us RFPDepot: http://www.RFPdepot.com 4 .l 4 writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to snake such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Buyer and a clarification obtained before the bids are received, and if no such notice is received by the Buyer prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Buyer before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) calendar days prior to the opening of bids. BID PREPARATION COSTS 5.1 Issuance of this Invitation to Bid (ITB) does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final detennination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. t GENERAL INSTRUCTIONS TO BIDDERS f 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ENTRANCE ROAD AND SIGNAGE IMPROVEMENTS per the attached specifications and contract documents. Sealed bids will be received no later 1:00 p.m., April 23, 2008 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #08-713-DD LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ENTRANCE ROAD AND SIGNAGE IMPROVMFNTS" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Darlene Doss - Buyer City of Lubbock, Public Works Contracting Office 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver the bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 1:00 P.M. on April 9. 2008 in the Blue 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 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at http://www.RFPdepot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of tlic bidder, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at littp:/www.RFPdepot.coni 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 W GENERAL INSTRUCTIONS TO BIDDERS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the Public Works Contracting Office of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, it is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds. All bidders shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26 to subcontract 9.37 percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). Details of such requirement are contained in the specifications. The proposed contract is subject to the Buy American provision under Section 9129 of the Aviation Safety and Capacity Act of 1990. Details of such requirement are contained in the specifications. 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 t Construction Contract Specifications, and the Notice of Requirement of Affirmative Action to Ensure Equal Employment Opportunity set forth in the specifications. The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract and to notify prospective subcontractors of the requirement. The certification is contained in the specifications. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2168 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK DARLENE DOSS BUYER NOTICE TO BIDDERS ITB #08-713-DD Sealed bids addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the Public Works Contracting Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on April 23, 2008 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ENTRANCE ROAD AND SIGNAGE IMPROVEMENTS After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Buyer and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the Public Works Contracting Office at the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 P.M. on April 23, 2008 and the City of Lubbock City Council will consider the bids on May 8, 2008 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total y contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Ratine of A or su erior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to him. The bid bonds of all bidders shall be retained until after the award of contract is made. The bid bond of the successful bidder shall be retained until the contract is fully executed by all parties, the receipt of all necessary insurance certificates, and the posting of performance and payment bonds. The failure of the bidder to accept an award and file acceptable insurance certificates and required bonds within 15 days after notice of award shall be just cause for cancellation of the award and forfeiture of the bid bond to the City of Lubbock as liquidated damages. Award may then be made to the next lowest responsive and responsible bidder. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on April 9, 2008, at 1:00 P.M. in the Blue 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, rr �� r , r Lubbock, �CxaS r �40� or at ilttj3:r-pr.� iCl'Cj31'i3duC[ivnCCill�}ari�Co11L 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 Sixt 60 3 days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the bidder's expense. ,l - CONTINUED NEXT PAGE - NOTICE TO BIDDERS INDEX 1. NOTICE TO OFFERORS 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 CERTIF ICATION OF ELIGIBILITY 10. CERTIFICATION OF NONSEGREGATED FACILITIES H . 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 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. (Company / Firm Name) 1'i, �1 Public Works Contracting Office Contractor Checklist for ITB # 08-713-DD Before submitting your bid, please ensure you have completed the following: 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include frrm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. % Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 3. ✓� Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 4. `�f Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 5. L`1 Complete and sign the Disadvantaged Business Enterprise Utilization form. 6. Complete and sign the Disadvantaged Business Enterprise Letter of Intent. 7. Complete the Disadvantage Business Enterprise Bidder's list. 8. Complete the Equal Employment Opportunity Employee Information Report. 9. ' ' Complete and sign the Buy American Certification. 10. Read and sign the Davis- Bacon Certification of Eligibility. r 11. Read and sign the Nonsegregated Facilities Certification. 12. `'� Read and sign the Trade Restriction clause. 13. Clearly mark the bid number, title, due date and time and your company name and address on the ontside of the envelope or container. 14. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 15. Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late bids will not be accepted. CITY OF LUBBOCK INVITATION TO BID FOR TITLE: LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ENTRANCE ROAD AND SIGNAGE IMPROVEMENTS ADDRESS: LUBBOCK, TEXAS BID NUMBER: ITB-08-713-DD ACCOUNT NUMBER: 251.91109 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Public Works Contracting Office Contractor Checklist for No Text CITY OF LUBBOCK SPECIFICATIONS FOR LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ENTRANCE ROAD AND SIGNAGE IMPROVEMENTS ITB #08-713-DD Contract # 8403 Plans & Specifications maybe obtained from THE REPRODUCTION COMPANY http://pr.thereproductioncompany.com/ Phone: (806) 763-7770 CITY OF LUBBOCK Lubbock, Texas GENERAL NOTES iC, J, N,11%1 �1 1-- 1-G It -,-i DETAILCZ �!B QJL� NOSING SYSTEM DETAIL @71W 8t SLAB TO WALL 7 T [7 -------- DEjALL_BZ KLAB TO SLAB DETAIL CONSTRUCTION NOTES: ---------- - Al EXPANSION -DINT 4tLubbock Pro on Smith Intettidtionals2rport UBB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBOCK FIFIESTON SHUN VAULT REPAIR DETAILS ... ....... ..... .............. .... --7 ' pumeTRAFFIC MUST 1TURO QlGhT - -- - - - -- - - Q 7, GCNEP,A,L NOTES T 01—; ac ozW -t 71- t t 11IN 7' _2 1T NEXT RWHT i10 I\T i Lubbock Preson Smnh 4,"let national Airport LOS ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBB=PIRWON SMrrH INTEPMT101m4LL AIRPORT Luesocii, Tam CONSTRUCTION PHASING PLAN PHASE 1 G009 J LEGEND , F- ECTIIONI—�TMCAJ- SECT!0N—TYP!CAL PEDESTRIAN CROSSING T �7 T. 0 7" Q, GF ERAL NOTES KFYzD NOTES —4 .�W —4- 1.13 I.w U iljA�� 1A, 1. no wlw .0 "RANK Do Nor I :SHORT TERM 0 BLOCK i � PARKING CENIER 4tLubbock Pres'lon Smith intamationdl Airport LBS ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LLMWCK PRESTON ShlffW WfERNATMAL AMPOFrr LIAEBOCK, TEM CONSTRUCTION PHASING PLAN PHASE 1 G009A 3.9 CLEANUP After completion of the seat coat, all debris resulting from the construction shall be cleaned up and removed from the site of the work to an approved place of disposal. Gutters shall be cleaned of dirt, aggregate, or other material which would clog the gutter. All manholes and valve boxes shall be exposed and any excess asphalt or aggregate cleaned and removed. The entire premises of the work shall be Icft in a clean condition satisfactory to the Engineer, and all costs of cleanup shall be included in the contract unit prices for the items of work involved. END OF SECTION 01270307 SEAL COAT 02785 - 6 041/08 ADDENDUM NO. 1 When required by the Engineer, the aggregate course shall also be rolled with steel -wheel rollers. The steel wheel rollers shall be of the self-propelled tandem or three wheel type. The steel -wheel rollers ' shall be of such size to properly embed the aggregate without crushing or breaking of the aggregate particles. The wheels on the rollers shall be equipped with adjustable scrapers which shall be used when necessary to clean the wheel surfaces. Rollers shall be equipped with tanks and sprinkling apparatus which shall be used when necessary to keep the wheels wet and prevent surface materials from sticking. There should be a slight excess of aggregate on the surface after completion of the work as specified above and the Contractor shall be responsible for maintenance of the surface and the distribution of the excess aggregate until the work is accepted. Any additional aggregate required to cover bleeding or fat spots shall be furnished and applied by the Contractor. After final rolling, surplus aggregate shall be swept off the surface and removed prior to final acceptance of the work. Excess aggregate shall be delivered to the Owner. 3.6 CORRECTION OF DEFECTS Any defects, such as raveling, low centers, lack of uniformity, or other imperfections caused by faulty workmanship, shall be corrected to the satisfaction of the Engineer. All defective materials resulting from over -heating, improper handling, or application shall be removed by the Contractor and replaced with approved materials as provided for in these specifications. 3.7 ASPHALT MATERIAL CONTRACTORS' RESPONSIBILITY Certificates for the asphalt materials that the Contractor proposes to use, together with a statement as to their source and character, shall be submitted and approval obtained before use of such materials begins. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of asphalt shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the asphalt material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing sample materials as received for use on the project. 3.8 FREIGHT AND WEIGH BILLS Before the final estimate is allowed the Contractor shall file with the Engineer receipted bills where railroad shipments are made, and certified weight bills when materials are received in any other manner, of the asphalt material and aggregate actually used in the construction covered by the contract. The Contractor shall not remove asphalt material from the tank car or storage tank until the j initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of all freight bills and weigh bills shall be iurnished to the Engineer duriuig the progress of the work. 01270307 04/08 SEAL COAT 02785 - 5 ADDENDUM NO. l r Asphalt shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly, under the pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt in all of the heating equipment and in the distributor, for determining the rate and pressure at which the asphalt is applied, and for securing uniformity at the junction of two distributor loads. The beginning and ending of each shot of asphalt shall start and stop on a strip of heavy paper of not less than thirty (30) inches in width. All manholes and valve boxes shall be accurately located and covered with paper before the asphalt is applied. In areas inaccessible to the distributor, asphalt shall be applied by means of a hose and spray nozzles attached to the distributor. Care shall be taken during application of any asphalt to shield the curb and gutter from the asphalt spray; satisfactory means of compliance with this requirement will be insisted upon. Asphalt material shall not be applied until i►rmiediate coverage with aggregate is assured. Asphalt and aggregate shall not be spread over a greater yardage than can be rolled and finished in one day's operation during daylight hours. Do not permit traffic on primed areas until the prime coat has cured adequately. 3.5 APPLICATION OF AGGREGATE Immediately after the application of the asphalt, the surface shall be covered with aggregate. The aggregate shall be spread with an approved, self-propelled, continuous feed aggregate spreader box, or approved equal, at the rates specified above. The Resident Project Representative reserves the right to control the speed of the spreader to an acceptable speed for the desired application rate of the aggregate. Immediately after the aggregate has been spread, it shall be thoroughly rolled with an approved 8 ton minimum pneumatic roller. The first rolling of the mineral aggregate shall be completed within 15 minutes after it has been spread. The pneumatic roller shall have a total compacting width of not less than 60 inches and shall have a minimum contact pressure of 45 pounds per square inch. Each trip shall overlap the previous trip by approximately one-half the width of the front wheels. The aggregate shall be spread in the same width of application as the asphalt material and shall not be applied in such thickness as to cause blanketing. Back -spotting or sprinkling of additional aggregate material, and application of additional asphalt material over areas that have insufficient aggregate cover or asphalt shall be done by hand whenever necessary. When the seal coat is applied in more than one strip, from 4 to 6 inches of the inside or adjoining edge shall be left uncovered with aggregate to allow for an overlap of asphalt when the adjacent strip is applied. The aggregate course shall be rolled with pneumatic rollers to insure proper embedment of aggregate into the asphalt. The rolling shall be continued until no more aggregate material can be worked into the surface. After completion of the initial rolling, a drag broom shall be used to spread the remaining aggregate not embedded during the initial rolling. The drag broom shall make at least two (2) complete passes over the entire seal coated surface. Further rolling on the strip being placed and on adjacent strips previously placed, shall be done as often as necessary to keep the aggregate material uniformly distributed. These operations shall continue until the surface is evenly covered and cured. 01270307 SEAL COAT 02785 - 4 l- 04/08 ADDENDUM NO. 1 Item Estimated No. Quantity & Unit Description of Item Total Amount 21. 4 EA Type A accessible ramps, per each. TOTAL ITEM #21:0r,(1 •.F hc.;•x ;A h ,jr,(414 'T tiM P- e $ I► T' /EA( 61�l�'�'' �t } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 22. 6,088 SY Concrete pavement (8"), per square yard. c0` cLl TOTAL ITEM #22:('�e 4A,194) S' x/ / 4kf 4 //a..a $ 1W, /SY( (I (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 23. 474 SY Concrete Rip Rap (4"), per square yard. TOTAL ITEM #23: f oC�-(►rat' 4 `//cam $ li1 Go /SY( 1 �►�� 6U ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 24. 6,776 SF Pavement markings, per square foot. TOTAL ITEM #24:_ �rh+ Iro,J 4 � �°� $ IV / SF( `� I, (b1h S ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 25. 1 EA Remove and dispose of Type 5 sign "Directional Sign", per each. TOTAL ITEM #25: 0-1�e `1 CV&0 .•XQ IF \W*"`� 01 )nk;16-0 'T" Ni 16 Srl f�• 4 �� $ l.hl-) SL /EA( 1 ?� �� } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 26. 3 EA Rehab Type 5 sign "Directional Sign", per each. f; k t 7 YiW-SL,-Q 0,-JP FIuPLe(• Aj"L(-4`+S/ fib TOTAL ITEM #Z $ S;0q, /EA( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 27. 1 EA Remove and dispose of Type 6A sign "3-Panel Direction Sign", per each. �(��� 'T�liriE�f.'✓ �"}.��u.L� �w'0 I`I•.V.C�tA.� .1_.�tf l�.'t ��/fGi.J TOTAL ITEM #27: $ 13,E /EA( 3, -�'� } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern ) 28. 2 EA Rehab Type 6A sign "3-Panel Directional Sign", per each. Atl , ("0 TOTAL ITEM #28: $ fl `><i`i- /EA( )93 §''� Umt Price Amounts shall be shown in both words and numerals, In case of discrepancy the amount shown,in words shall govern.) �--- Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 13. 1,033 SY Grading and topsoil preparation in unpaved areas, per square vard. q 7 TOTAL ITEM # 13: S i X -t uc� $ (r t /SY( 6-1 i 0, ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepanc), the amount shown in words s'nal; govern.) 14. 1,033 SY Soil Preparation, sodding and fertilizing, per square yard. TOTAL ITEM # 14: Se',,Pf) -4 i )o $ �% /SY( 8)"o, ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 15. 20,634 TON TxDOT 340 TY B (9"), per ton. TOTAL ITEM #15: /TQN( (► 0 `� �� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 16. 3,946 TON TxDOT 340 TY C Hot mix asphaltic concrete pavement (1.5"), per ton. TOTAL ITEM #16: d`\,'t Nt'� - �`''�`'�� t o $ �` 1�►7 /TON( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 41,586 SY Emulsion seal, per square yard. CC' a 0o TOTAL ITEM #17: C"Nt' w iov $ ).• /SY( 6. ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 18. 2,293 LF Concrete curb and gutter, 30-in. wide section, per linear foot. C'jS � TOTAL ITEM #18: C �'V( fcur '-{ J, , $ ) tf 9S /LF( 3`i,_ 1t 3 ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 19. 307 LF Sawtooth curb and gutter, 30-in. wide section, per linear foot. TOTAL ITEM #19:'4'rr' ��oti 'U"=' $ /LF( S,295- ) (Lint Price Amounts shall be shown at both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 20. 623 SY Sidewalk, per square yard. ,O 110 �-o TOTAL ITEM #20: l �•r # 1 )�' �` /X, � $ t)( 'm ') )'P, ) (Unit Price Amounts shalt be shown in both words and numerals. In case of discrepancy, she amount shownriit words shall govern.) Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 29. 2 EA Rehab Type 7 sign "1-Panel Directional Sign'', per each. rt,�nrr,rz ; t 5c�lIQ oi"e ��1�Nc rr�Q r��rid i�• ' L,o TOTAL ITEM #29: $al t3L(. /EA( Lh7)06e, ) (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govern.) 30. 4 EA Rehab Type 10 sign "Parking Rate Sign, Directional Sign, Informational Sign, per each. y(► O 0 TOTAL ITEM #30: ��r cArsawc� '( �.{� ! i':,V `� �/W $-7i06'S /EA( (Unit Price Amounts shall be shown in both words and numerals In case ofdiscrepanc), the amount shown in words shall govern.) 31. 1 EA Rehab Type 11 Sign "Accessible Parking Sign", per each. 93 R� TOTAL ITEM #31:dJ:vP 00k)(9iv0 //on $ %'�• /EA( 96n ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 32. 4 EA Rehab Type 12 sign "Curbside Canopy Sign", per each _ 0/ TOTAL ITEM #32: 5� "1-�oj� cQ lu)c f S.rNcptaQ rY r 4//w $6�OYO /EA( 1� glx2 ) (Unit Price Amounts shall be shown in both words and numerals. In case of iscrepancy, the amount shown in words shall govern.) 33. 15 EA Rehab Type 14 sign "Curbside Canopy Sign", per each. C61 9 � � TOTAL ITEM #33Ni.-P (�,,,�c91R r:k1a Ql7r;Le ,� $ q6'�j. /EA( Icilr5ird ) (Unit Price Amounts shall be shown in both words amend numerals. In case of discrepancy, the amount shown in words shall govern.) 34. 1 EA Rehab Type 16 sign "Directional Sign", per each. � �11 (1, Z) TOTALITEM#34-"w i4o'etPO °`0�/I - ) (Unit Price Amounts shall be shown in both words Wnd numerals. In case of discrepancy, the amount shown in words shall govern.) I1 r 35. 50 EA Irrigation repair/relocations, per each.- p/ S 0 oC? TOTAL ITEM #35: Sv,_o b Tm -e 4 ,'W $ 7`3 /EA( (Unit Price Amounts shale be shown in both words and numerals. In case ofdiscrepancy, the amount shown in words shall govem.) 36. 206 LF Relocation irrigation control cable (including conduit), per linear foot. TOTAL ITEM #36: J, $ P /LF( rye (unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.; _ Bidder's Initials Item Estimated No. Quantity & Unit Description of Item Total Amount 3 1 EA Vault adjustments, per each. TOTAL ITEM #37:OP-W j�ct��c;{Q ci,e N,K"gn-Q ii rr $ Wtom° TAl ! I� )SO,no ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 38. 1 LS Vault repair, per lump sum. TOTAL ITEM #38: ' �j- /LS( (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown to words shall govern.) TOTAL BASE BID ` `� (v #1 THROUGH #38�I� J`J`Qr�`' n' MATERIALS: $J,0 S )'no , !� v 1i{0 f`cG�c of LABOR: 7) TOTAL BASE BID #1 - #38: $ L4 )03 s y ( y (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in wor s shall govern) TOTAL ADDITIVE ALTERNATE #1 Al-l. 1 LS Reconstruct long term/covered parking entry lanes (south half), complete, per lump sum cc�7 y1��•,u �,. e Hv l�� t tg 1, o _ MATERIALS $ -Q. xs� /LS( 4• �5"��� �� ) LABOR: ! c'1 (� Iw��' ,,Srw� r ,..p 1-1,,..{ tQG f ; l car �t � $ !LS( TOTAL ADDITIVE E; k },"Q ��"' aU� ALTERNATE # Al-1: $gb s`")b4' /LS( �' ►b9 '� ) (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) TOTAL ADDITIVE ALTERNATE #2 A2-1. 1 LS Rehabilitate freight road, complete in place, per lump sum. MATERIALS: fz>r TZho t�wSc, c�a�t�d Fj,a,X�R�G rU:e��uJ $ �)�h'tI3 /LS(t-jti3_))3•0' ) xtrr�t i�fr�lll.rr�' % LABOR: � ��d� l c,� t� �} 'rhr�'�t �� $ ,ILS(t`04, '`i3 ) n C-- &k� �,vQ `)h�`S'uX r ion }I✓nC`Y.� � b�`� TOTAL ADDITIVE �• '�� ALTERNATE # A2-1: `,,� t°" $�� "�7 /LS( xf;`xf i (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder's Initials t TOTAL ADDITIVE ALTERNATE #3 A3-1. I LS Rehabilitate taxi stand road, per lump sum. c7 MATERIALS:Tv,;o'�(n T1f ` $� /LS( -d-6) LABOR: T ,� C ' 4j /LS( J8j')31 ` TOTAL ADDITIVE r tit ; �� ALTERNATE # A3-1: C�c�, <.vc�i lCt�rncfa�� �l /LS( S7, y 7�' ) (Amounts shall be shown in both words and numerals. In case of discrepanc), the amount shown in words shall govern.) TOTAL ADDITIVE ALTERNATE #4 A4-1. 1 LS Reconstruct long term/covered parking entry lanes (north half), complete per lump sum. MATERIALdS: /LS( In`1. ) LABOR: K7.:4 0,e F a�� ,t 1i #I�cG(a� rT"t a $aP`I /LS( 01P 13.r.:�ra� �;�k�`j .t�toP `yhdac�xQ SE�;Y�,✓ as TOTAL ADDITIVE U l$�j7ya' ALTERNATE # A4-1: (�'"A`k i �`r1 C,,,y,4 a /W $ /LS( (Amounts shall be shown in oth words� and numerals. In ease of discrepancy, the amount shown in words shall govern.) TOTAL ADDITIVE ALTERNATE #5 A5-1. 1 LS Rehabilitate, modify and relocate Type 6A sign and rehabilitate and relocate TY 7 sign, per lump stun. x{ C MATERIALS: $ 5� /LS( 39, -Ul. ) LABOR: ,r0.to `tl�w.p� `� 1���r a4 T �� ;� 7 v1 $ 3 /LS(3`i, ) ZP�x�� /v�...E `f�piS�Ck 1 Uv# lS.laC9f �C TOTAL ADDITIVE � ALTERNATE # A5-1: $ t'1 /LS( ) (Amounts shall be shown in both words and numerals. In ease of discrepancy, the amount shown in words shall govern.) �A j Bidder's Initials TOTAL ADDITIVE ALTERNATE #6 A6-1. 41.586 SY ADD / ��E UCT Copstruct alternate pavement section as shown in the plans (indicatt an addto' the Base Bid pavement section cost with a positive number and a deduct to the Base Bid pavement section cost with a negative number} per square yard. MATERIALS: m ;r.,a 5 X)roc -i n�uu $ — � � /SY( LABOR: tn` ^�r, (k, ,f � %r v $ _ 90 r Sy( !r)4 i TOTAL ADDITIVE �-,r,` f 0 ALTERNATE # A6-1: O:AxS 'I •Jy $ jc7 (Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 180 (ONE HUNDRED EIGHTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of Phase 1 $1,600 per calendar day, Phase 2A and Subphase 2A-1 $500 per calendar day. Phase 211 and Sublahases 213 -1 through 2B-8 $1.000 Der calendar dav, Phase 3A and Subphase 3A-1 $1.000 per calendar dav in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of SIXTY (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guaraniee 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. % Bidder's Initials Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (S ) or a Bid Bond in the sum of -S 0-zO Dollars (S ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. 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) ATTEST: i� f Secretary Date: l y"� `. Authorized Signature (Printed or Typed Name) Company Ir.� y Swims Lc,4 sd'� /)P've Address City, County ,I-Q"4 5 . ' 7q3 6 0 Bidder acknowledges receipt of the following addenda: State Zip Code Telephone: b 7y5 7yg8 Addenda No. _� Date Fax: 6Z i� ?7 Addenda No. Date Addenda No. Date FEDERAL TAX ID or SOCIAL SECURITY No. Addenda No. Date M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) 1 0 1 I 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) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. o trac or ignature) Contractor (Print) CONTRACTOR'S NAME: Allen Butler Construction (Print or Type ) CONTRACTOR'S ADDRESS:#24 S. Lakeshore Dr Lubbock, TX 79366 Name of Agent/Broker: Arthur J. Gallagher Risk Management Services, Inc. Agent/Broker (Signature): Address of Agent/Broker: P. 0. 53910 CitylStatelZip:Lubbock, Texas 79423 Agent/Broker Telephone Number: 806) Date:April 23, 2008 785-1988 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award. the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 776-2165. BID #08-713-DD - Lubbock Preston Smith International Airport Entrance Road & Signage Improvements 4 SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for' accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. 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? r" 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 disposition of offense, 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 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. r� YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (14) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations of omissions may cause my bid to be rejected. Signature Title SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: r::41(n ") i�'_Here FEDERAL TAX ID or SOCIAL SEORIT 'No. A Signature of Company Official: Printed name of company official signing above: ( - I o4li. Date Signed: CERTIFICATION REGARDING EMPLOYEE INFORMATION REPORT EEO-1 (Standard Form 100) Section 60-1.7 (b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive Order 10925, 11114, or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FAA or the Director, OFCCP. Bid Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid form a statement substantially as follows: The bidder shall complete the following statement by checking the appropriate space. The bidder (proposer) has 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 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- 1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G. Street Washington, DC 20506 i BUY AMERICAN PREFERENCES (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: FEDERAL TAX ID OR SOCIAL SECURITY NO. :<< Signature or Company Official: } Printed name of company official signing above: Date Signed: 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: ; � ` 1 a,< , ; . i.. \ : , (�( , , . . FEDERAL TAX ID OR SOCIAL SECURITY NO. Signature or Company Official: Printed name of company official signing above: Date Signed: 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 hot 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 -A 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. i 4 .1 COMPANY NAME: FEDERAL T&V ID OR SOCIAL SE60RITY NO. 1 t, A , ' ""I Signature or Company Official:r� Printed name of company official signing above: Date Signed: l 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 u 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: FEDERAL TAX ID OR SOCIAL SECURITY NO. Signature or Company Ot7ciai: Printed name of company official signing above: } Date Signed: r r DBE CONTRACTING REQUIREMENT AND FORNIS Instructions to Bidders Part A provides information about the requirement. Part B establishes the City of Lubbock's goal for DBE participation for this prime contract and provides the basis for the bidder to demonstrate how the goal will be met. • DBE Utilization form — indicates if bidder intends to meet the City's DBE participation goal or not. If not, then the bidder is required to demonstrate what good faith efforts were used in setting a goal. . • Bidders list provides a summary of all subcontractors who bid on the project. • Letter of Intent provides the required information the City needs on the proposed subcontractors that the prime proposes to use on the contract whether they are small businesses, minority owned, and women owned, or are certified DBEs. DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS (49 CFR PART 26) PART A Polic 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 sliall 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 sliall 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 9.37 percent of the dollar Value Of thlS contract. As a natter of RESPONSIVENESS to the City's bid submittal process, each bidder shall submit, along with their bid, the naives 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 nun -responsive. In order to demonstrate how the bidder will meet the goal, bidder shall submit with the bid submittal the following: 1. DBE Utilization form 2 Letter of Intent 3. Bidder's List Good Faith Effort. (Xote: This cluu.ve is only required ifeontracf goals are used). The following actions, by the bidder;offemr, 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 focus 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. 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 t ITB # TITLE 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) 9.37% DBE utilization on this project. ❑ The bidder (if unable to meet the City's goal of% DBE) is committed to a minimum of % DBE utilization on this project and has submitted documentation showing good faith effort. Contractor By (Signature) (Title) F Address City: Telephone (including area code): 1Federal Tax ID,'SSN: i _3 State: Zip Code: "T LETTER OF INTENT ITB # i TITLE .�i Name of Bidders' Firm: Bidder's Address: _a City: Telephone (with area code): Name of Subcontractor/DBE Firm: Address: City: Telephone (including area code): _ State: State Zip: Description of work to be erforined by DBE finn: Zip: Bidder intends to utilize the above -named subcontmetoriDBE firm for the work described above. The estimated amount of work is valued at $ tf the above -named bidder is not dctennined to be the successful bidder, the Letter of Intent sliall be null and void. Complete and submit this form for each subcontractor you propose to use on this project: (Copy this page for each subcontractor)/DBE firm) Contractor: Date: R BIDDERS LIST ITB # TITLE: All firms bidding or quoting on subcontracts for this DOT -assisted project are listed below. Certified DBE Age of * Firm Name Address (Y or N) Firm GRS Note: This form is not necessary if the recipient establishes a bidders list using another methodology (e.(Y., 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 — i\nnUal Gross Receipts Enter 1 for less than S I million Enter ? for more. than $1 million, less than $5 million Filter 3 for more than $5 million, less than S1O million Falter 4 for more than $10 million, less than $15 million Filter 5 for more than $15 inillion. PERFORMANCE BOND Bond No. 022022686 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) A len Butler Construction, Inc. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as:Principal(s), and '. Liberty Mutual Insurance Company (hereinafter called the Surety s), as Suret (s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount oft ohhusanW 1 our'hunaredhninefeenift�ollars ($3,850,419.) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the8th day of May ,20 0$to Bid #08-713-DD - Lubbock Preston Smith: International Airport Entrance Road and Signage:Improyements 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 detennined 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 13th day of May , 2008 . Liberty Mutual Insur Surety -le * By: itle) Company Attorney —In —Fact Allen Butler Construction, Inc. (Company Name) By: A en Dztler (Printe ape) (Signature) President (Title) s The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby j designates Kevin J . Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. - Liberty Mutual Insurance Company Surety i *By: (Title) Kevin J. Du , Attorney —In —Fact Approved as to Form City of Lubbock i By: i y Attorney T * 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. 3 THIS POWER OF ATTORNEY,IS NOT VALID UNLESS IT IS PRINTED ON,RED BACKGROUND. 2283630 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. -LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint KEVIN J. DUNN, CARA D. HANCOCK, JENNIFER MADDEN, ALL OFTHE CITY OF LUSBOCK, STATE OFTEXAS.......... . • ..la .4 each individuallyif there be more -than one named; its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, �a* y and all undertakings, bonds, recognizances and other surety obl gatio *sin the penal sum not exceeding TWENTY MILLION AND 00/10p DOLLARS. ($ 20 000 000.00 )each, and the execution of such undertakings, bonds, recognizances and.other surety obligations, in pursuance of these presents shall be as binding upon the Company as if they had been duly signed by the president:and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such 'ta attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their co 0 signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be c CL as binding as if signed by the president and attested by the secretary. i .y _d By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: a lC S G .0 c Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and i 3 deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. O ► Ot � H 3 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. W IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of L Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 13th day of February = o Q Cl)2008C'D C y LIBERTY MUTUAL INSURANCE COMPANY L a ►L 3c e•,,a Garnet W. Elliott, Assistant Secretary t oe COMMONWEALTH OF PENNSYLVANIA ss +. COUNTY OF MONTGOMERY C r *f On this 13th day of February 2008 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged N A C that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above :i Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. W "' ` IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year ,C a chi first above written. � o � OD 04 .� ` COMMONWEALTH OF l'E(YLVA� P N . L OF r OD By 0 d pwaolt'" Ter sa Pastella, Notary Public r �0�+NayC�rxrt irA�ar.2�, ry � dderr user. Pa syirania Assodai#on of Notadeo CERTIFICATE �� r I, the undersigned, Assistan ecretary. of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president tc appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company.` This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. i IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 13th day of May 2008 . = By Sp�xFy David M. Carey, Assigitgt Secretary PAYMEN T BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction, (hereinafter called the Principal(s), as Inc. Principal(s) and Liberty Mutual Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of T ree�inillionreigha hundred fifty Dollars ($3,850,419.lbawful money of the i nd,—few—hux�ed nineteen 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 8th day of May , 2008 'to Bid #08-713—DD — Lubbock Preston Smith International Airport Entrance Road and SicnaQe Imvrovement 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 detennined 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 13 th day of May 2008 . Liberty Mutual ance Co pany Surety r * By: i Title) KevY�l. Dunn, Attorney —In —Fact Allen Butler Construction Inc (Company Name) By: Allen Butler (Print Name (Signatu e) 2 President The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company Surety By: . (TiA� tle Kevin J. Dunn, Attorney —In —Fact Approved as to form: rrr . r W * 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. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2283631 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint -, KEVIN J. DUNN, CARA D. HANCOCK, JENNIFER MADDEN, ALL OF THE CITY OF LUBBOCK. STATE OF TEXAS ............ ...............: ......... ....... ................. .. ......... ,...... . ...... ......... ....... ..... .. ......... ..... .............. ........................................... .... ...... . each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and need, any and all undertakings, bonds, recognizances and other surety obligationsin the penal sum not exceeding TWENTY MILLION AND DOLLARS $ 20t1p0 000.00***** ( ) each, and the execution of such undertakings, bonds, recognizances `and other surety obligations, In pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization,,'. ARTICLE Xiil - Execution of Contracts: Section 5; Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appointsuch attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such 7 attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their N O signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be ar fl- as binding as if signed by the president and attested by the secretary. N s d By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: C Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and E r deliver as surety any and all undertakings, bonds; recognizances and othersurety obligations. M O Q1 0 H " 4 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. W O— C ' > IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of E is Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 13th day of February C " 3 2008 a ch c LIBERTY MUTUAL INSURANCE COMPANY �- bed �yz }" By� /,✓_ -�, a e 5` Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss C ` r ., ayi COUNTY OF MONTGOMERY c 'C +3 On this 13th day of February 2008 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged . d C that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year 0 first above written. p aci �cs�� �.� COMMONWEALTH OF PENNSYLVANIA E N ._ Go j TorM PWak t+htt YPtkk By C �Z O �y n; Ter ssteila, Notary Public cOi CERTIFICATE�E ®f. ?Om4rAvania Association of Ntstalf s � r ' 1, the undersigned, Assistan ecretarycf Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and l do further certify that the officer or official who executed the " said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. LVOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 13th day of May 2008, David M. Care Ass' fit Secretary Y> Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND OR TO MAKE A COMPLAINT: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Your notice of claim against the attached bond may be given to the Surety Company that issued the bond by sending it to the following address: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 `J Plymouth Meeting, PA 19462-8284 You may contact the claim office by telephone at: 610-832-8240 Premium or Claim Disputes If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. i ' This notice is for information purposes only and does not become a part of or a condition of the attached L J document. It is given to comply with Section 2253.048, Government Code, and Section 53.202, Property Code, Effective September 1, 2001 CERTIFICATE OF INSURANCE CERTIFICATE OF LIABILITY INSURANCE 05/12/2008 PRODUCER (806)785-1988 FAX (806)785-2155 rthur J . Gallagher ti sk Management Services, Inc.HOLDER. 9 P.O. Box 53910 A.ubbock, TX 79453-3910 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # 3URED Allen Butler Construction, Inc. #24 S. Lakeshore Drive Ransom Canyon, TX 79366 INSURER A: Bituminous Casualty Corp INSURERB: Bituminous Fire & Marine INSURERc: Arch Insurance Company(US Risk) INSURER D: Texas Mutual Ins. Co. INSURERE: Travelers Indemnity Ins Co COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR ADDT INSRTYPE OF INSURANCE POLICY NUMBERDATE POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY CLP3247911 12/01/2007 12/01/2008 EACH OCCURRENCE $ 1,000,000 ' X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMBF.1; IF, $ 100,000 CLAIMS MADE a OCCUR MED EXP (Any one person) $ 5,000 j X GL4382 Add'l Insd PERSONAL & ADV INJURY $ 1,000,000 jJ X GL3088 Waiver GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PROJECT LOC AUTOMOBILE LIABILITY CAP3517573 12/01/2007 12/01/2008 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 BODILY INJURY $ _ ALL OWNED AUTOS SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) X CA0403-0604 AI PROPERTY DAMAGE (Per accident) $ X CA0289-0604 Waiver GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY ULP0002917-03 12/01/2007 12/01/2008 EACH OCCURRENCE $ 5,000,000 X OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE X RETENTION $ 10 , 00 $ WORKERS COMPENSATION AND TSF0001074270 12/01/2007 12/01/2008 - X I WC STATU- I JOTHFR EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1,000,000 ,j ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $ 1,000,000 OFFICER/MEMBER EXCLUDED? BLANKET WAIVER WC420304A If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER QT6604226L826 12/01/2007 12/01/2008 $250,000 per item Rented/Leased Equipment .SCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS : Addendum #1 ITB#08-713-DD, Lubbock Preston Smith International Airport Entrance Road & )ignage Improvements. 0 anket Additional Insured on all Policies except WC and Waiver of Subrogation on all policies j`ere required by written contract with respect to work performed by the named insured(s). Named Lsured's general liability is primary & non-contributory where required written contract or agreement. Li City of Lubbock P.O. Box 2000, Suite 102 Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Ron Stroman. CICA 25(2001108) ©ACORD CORPORATION 1988 I IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 25 (2001/08) REQUIRED WORKERS' COMPENSATION COVERAGE CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and tilling of any coverage agreements; (?) 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 rile 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: 5 REQUIRED WORKERS' COMPENSA TION CO VERA GE - i "Tire lair requires that each person iroi-king on this site or pr-ovidin.9 services related to this construction project must (see revcrce) he covered by u•orlcerc' compensation insurance. This includes persons providing, hauling, or delivcvin equipment and materials, or providing labor or transpoilation or other service related to the project, rrcgea-dless of the identity of their employer or status as an cmphmcc. " "Call the Texas Worlccrs' Compensation Commission at (512) 440-3789 to receive iufinrmation on the legal requirement t ./iu' coverage, to verify incether your cmp/o}lcr has provides/ the required coverage, or to report an ernp/ovcr'.c./uilure to provide coverage."and (8) contractually require each person with whom it contracts to provide services on a project, to: (\) 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 ilie duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; f (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) (F) 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; 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 orally person providing services on the project; and (fI) contractually require each other person %pith "horn it contracts, to perform as required by paragraphs (A) - (I1), with the certificate of coverage to be provided to the person for whom they are pro% iding serk ices. 6 CONTRACT CONTRACT #8403 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this `h day of May 2008 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and ALLEN BUTLER CONSTRUCTION INC of the City of RANSOM CANYON, County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #08-713-DD - LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ENTRANCE ROAD AND SIGNAGE IMPROVEMENTS $3,850,419 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. ALLEN BUTLER CONSTRUCTION, INC's bid dated APRIL 23, 2008 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within five (5) days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: INSOMNIA "I ►� COMPLETE /fADDRESS: Company fJ�/ cG�( �✓�`z5'> c . AddressA!x ,Ce ol't, / 64e, City, State, Zip ATTEST: CITY OF LUBBOCK, TEXAS (OWNER): x4;r— By: MAYOR ATTEST: City Secr tary Corporate Secretary CVIX6orney GENERAL CONDITIONS OF THE AGREEMENT | L 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 a Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit ALLEN BUTLER CONSTRUCTION, 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 Fonn, Safety record Questionnaire, Debarment certification, Background Questionnaire, EEO certification, Buy American certification, Davis- Bacon certification, Nonsegregated Facilities certification, Trade Restriction clause, DBE Contracting forms, Signed Contract, Statutory Bonds, General Conditions of the -Agreement, FAA Mandatory Contract Provisions, FAA General Provisions, Special Provisions, Technical Specifications, Plans, Insurance Certificates, Wage Rate Determination and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". S. 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. 3 U BCO:TRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor l(-)r performance of work on the project contemplated by these contract documents. Owner shall have no _= responsibility to any Subcontractor cmploycd by Contractor for perforniance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7 8 a 10 12. 13 WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a nlenlber of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified rimil to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, Supplies, machinery, cquipincnt, 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 tile contract documcnts. 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 lllay regUirc 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 Owners Representative. Tile 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. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe lire progress or quality of tile executed work and to determine, in general, ifthe work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsitc inspections to check the ". quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, n►ethods, techniques, SequCnceS or procedures, or the safety precautions incident thereto. Notwithstanding the O%vncr's RepresCntativc.S ri+.*htS of entry hereunder, the Owner's Representative will not he responsiblC for the Contractor's failure to perturnl the ork in accordance xvith the Contract DOCUn1CIltS. LINES ;\ND (TRADES All lines and grades shall be furnished by the Contractor whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract dOCLI111CI1tS. Whenever necessary, Contractor shall i 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 AUTIIORITY 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 detennine all questions in relation to - said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors, for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 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 I_s and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17 18 19 20. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set firth 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. i 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. 1 CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION Necessary sanitary conveniences for the use; of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain tine scope oC any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representatil e has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perfonn 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 ALTEIZiMONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see tit, 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 he classified under the specifications, such increase shall be paid according to the quantit)' 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 ar usC(l in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, f 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 perfonn all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirniation 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 Inethods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sun; 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 perfonned and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of E.quipnlent 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 Canip or ricid Office Must be maintained primarily on account of such Extra Work, then the cost to maintain and operate th.; sanie shall be included in the "actual field cost." No claim fir extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work fur which Contractor should rcCCikC compensation or all adJUStI11C11t in the C0I1StrUCt1011 time, CoiitraCtOr shall prior to coinnicilcemellt of SllC11 extra work, make written request to the Owner's Representative for a written order authorizing such extra work. i 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 slaking written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alla�cd extra work shall be deemed wain ed. j i 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owner's Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than ten (10) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be uixrn by the; Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intender/ as reminders to the Contractor of its duty and shall not be construed as any assumption ol' duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28, CONTRACTOR'S INSURANCE The Contractor shall not continence work under this contract until lie has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided thirty (30) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of Insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CI'I'V 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 BV A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT' NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. 13 Cf Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,001) Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard AGG Contractual Liability Personal Injury XCU Coverage I leavy Equipment Coverage Owner's and Contractor's Protective Liability Insurance -RIOT REQUIRED Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury;'Property Damage, $1,000,000 Combined Single Limit, to include till owned and non - owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance, Installation Floater Insurance - NOT REQUIRED E. Umbrella Liability Insurance - NOT REQUIRED E. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least statutory; 500 000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodibeverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements - of Texas Labor Code, Section 40l .011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f_ 6 The Contractor sliall 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 I delivery, within 10 days after the Contractor knew or should have known, of any change that i- materially affects the provision of coverage of any person providing services on the project. I - S. The Contractor shall post on each project site a notice, in the text, fonii 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. T 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 tiling 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 i- of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the goveriunental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of anv change that materially affects the provision of coverage of any person providing services on the project; and (su) contractually require each person with whom it Contracts to perform as required by paragraphs (a) - (g), with [lie 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 li7r 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 tiled with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 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 ex idence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the.polieies 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. t (9) A Contractor shall: s (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 tilling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, its the coverage period shown on the -rent CertifeatC of cads during :Lro°Cf�pet;Contracto:'sC.0 (d) obtain li•om 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; r- (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 delis cry, 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 sliall 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: (h) REQG-7RED TVORKERS' CO VfPE,VSzI T1OrV COVERRIGE "The him, requires that each person working on this site or providing services re/atcd to this construclion project must he cover•ecl by irolkers' compensation? insrlrance. This inclncle.s pennons l)rovidinq, hauling, or delivering equipment or matei1als, or providing hibor on- transporlation on- other sen-vice related to the prqjcct, r(,gartUess of the identity of their empl(rver or slatus as till employee. " "Call the Texas 6Vo1-kers' Compensation Commission tit 8001372-7713 or 5121804-4000 (h1?: "rr►t'►v.l��c�.,clrite.lr.Ire;ivvccconlcrcl.r.hhuU to receive information of the legal rcquirenu'uts,jin- coverage, /o verify whether your cnq)lover has proviclecl the r-equil•c•d C'ol�c'YUge, Ol' /U 1 t�?Ol'/ an c'177p1Uye1'�1' �Ulllll'c /o provlde coverU,ge " and 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 tiling 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: i 13v signing This contract or providing ol• c•nnsing to be provide(/ a Ccrtiticule of coverage, the Ieci-son sialihi r this contract is r•��?n•r;e•rrrtirrti tO tljE' �Ul=t'r'nrn?n{>rztrrl ,>rnlih• �h.n/ rll `>n}treiltj,•NC'.S F,r tl,� person siiinin,g This conln•uct who will provide services on the project will he covered by ►ror•kcrs' compensation c;'ovcrage.fin- the duration of the project, Mat the covera.gc will be based oil proper rgwinlh g of Blass fic•ation codes «nd payroll amounts, and that till coverage agreements will be ,filed ►rith the appropriate insurance Carrier or, in the case of a self -hiss •ccl, wi/h the commission's Division of .Self -Insurance Rrgrdalion. I Provieling .false or misleading in%rmution mcry subject the Contractor to administr-ative 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 1 project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown ' on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. - 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN .kND f 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 ennployces, 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, materalnnen 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 liercinabove 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 j thereof. Without limiting, in any way, nnanner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infi-ingenlent of any patent or copyrights and shall indcmilify and save the Owner, and all of its officers, agents and employees handless from any loss on account 1 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 or its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herelll to the contrary, if the material or process specified or required by Owner and;'or this contract is an nlfrillgcillent, the Contractor shall be responsible for such loss unless it gives written Notice Of Such infrinucinent to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES 'Tile Contractor shall at atl 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 incicninity provided by Contractor in paragraph 27 hereof. Contractor shall uldenulify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising front 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 ill the contract for changes in the work. In the absence of tinkly written notification to Owner's Representative or 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 ennployces or subcontractors peri'orin any work contrary to such laws, ordinances, riles 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 pow ors, insofar as the same regulates the objects for which, or the planner in which, or the conditions under which the Owner nlav enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONT2\CTING 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 froill its frill obligations to the Owner, as provided by the contract documents. 34. TTME FOR SUBSTANTIAL CObIPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date or beginning and tinge for completion as specified in the contract documents, of work to be done hereunder are essential conditions or 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 nc,-,Icct, f1iil, or refuse to substantially complete the work within the tinge herein specified, then the Contractor does Hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently front Contractor's total compensation, the stun or $ Phase 1 $1,600 per calendar day, Phase 2A and Subphase 2A-1 $500 aer calendar day, Phase 2B and Saibphases 213 -I through 213-8 $1,000 per calendar day, Phase 3A and Subphase3A-1 $1,000 per calendar day, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default alter the time stipulated for substantially completing the work. I It is expressly understood and agreed, by and between Contractor and the Owner, that the tune 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 andt`or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF 'rHE 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. 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 It_1'J)RAti('F ANI) i)F.f.AYS 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 (honer or Owner's Representative for the Owner's convenience, in Which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREtVIENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length. area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, Including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event tine amount of work to be done and materiats to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates. and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of constriction, 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, nuinner and form, the indemnity provided by Contractor in paragraph 27 hereof; the Contractor agrees to indemnity, 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 bull confunnity 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 perfamning the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owncr's Representative. 41. PAYMENTS No navnlent,; nm-nde or c'crtlhcalc's `riven ;hall ho cow;irhTr_1 _I14 ct')Inchtsive evidence ence of the per!i-rtriance o!* the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of detective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Oxviier's Representative with a verifying certificate showing tine Contractor's total outstanding indebtedness in connection with the work. 13etbre final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise. that there arc 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 tlncretoturc been timely tiled as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by' the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of. (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner, or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. 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 theta to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor andr`or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and,or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract, provided, however, that actual written notice given in any manner will satisfy this condition. after mailing, or other giving, of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. after fifteen (15) calendar days from the dale of said notice the Oet, ner may sell such P!, t.h_ii1Ci-y', equ►pfnent, tools. materials or supplies and apply t11: net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the CKtclit pcnnitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner,irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. ff l^ 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually [ performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the r project which is the subject matter of this contract. I 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100.000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on fornis acceptable to the Owner, and executed by an approved Surety Company authorized to do husiness in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so Furnished. 51. SPECIAL PROVISIONS In the event special provisions are contained herein as part of the contract documents and said special provisions conflict with any of the general conditions contained in this contract, then in such event the special provisions shall control. In the event there is a discrepancy between the specifications and the general conditions, the specifications shall control. 52. LOSS OR EXPENSE DUIE'r0 UNUSUAL OR UNAN'I'IC[PATED C[RCUINISTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or From the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall retrain, an independent contractor with full, complete and exclusive power and aUthOrity' to direct, supervise, and control its own employees and to detennine the method of the performance of the work covered hereby. The ract 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 tite Contractor as aft independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's ow n employees or to any other person, firm, or corporal ion. 54, CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and sw-plus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of.dispute Owner may remove the debris and charge the cost to the Contractor. 55, HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and`or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within Five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and:'or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56 NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of L• ubbock 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 tern of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full annouut of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reser%cs the right to deduct such amounts owing the City from any payments due Contractor. 48. NON-COMPLIANCE ANWOR ABANDONNIENT 13Y 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 tine ( 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-conipliance to Contractor shall be required. After receiving said notice of abandonment or non-conipliance , 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 Fxtra Work, where credit shall be allowed as provided fi r 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. r- In the event the Contractor, or Surety, whichever is applicable, should fail to comnience compliance with the notice liereinbefore provided within ten (10) calendar days after service of such notice, and/or sliall fail to proceed with diligence to complete the project as contemplated and in conipliance with all ternis 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 nien and use of niachincry, equiptncnt, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that niay thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the suns whiell would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the suns 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 coniplete the work under this contract, the Contractor or his Surety shall be credited therewith. In tile event the Owner's Representative elects to coniplete file wwork, 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 liereinabove set forth, shall be issued. A coniplete 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 niay 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 coniplete the work is less than that whiell would have been the cost to the Owner had the work been conipleted 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, egUlplllent, tools, naterials or supplies left on the site of the work shall be turned over to the Contractor and, or his Surety, if applicable. Should the cost to coniplete 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 hercinabove, and there remains any niachincry, equipment, tools, niatcrials or supplies on the site of ,F the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY "rhe 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 coruiection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100%.of the total contract price in (lie event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government, Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms acceptable to the Owner, and executed by an approved Surety Company authorized to do business In the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL PROVISIONS In the event special provisions are contained herein as part of the contract documents and said special provisions conflict with any of the general conditions contained in this contract, then in such event the special provisions shall control. In the event there is a discrepancy between the specifications and the general conditions, the specifications shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from ally unforeseen circumstance or from unusual obstructions or Chffiel►ities, naturally Occurring, man made or otherwise, which may be encoulntcrcd in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53 54. 55 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 resen ed 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, tine, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and [ condition. Ill case of dispute Owner may remove the debris and charge the cost to the Contractor. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called). as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any term, shall not (i) be utilized, in any way, planner 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 andior asbestos is necessary in the construction of the Project, or that it is necessary to place andior otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts andior asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at Icast twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, ill 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 NONAPPROPRIA 1f10N All t1lnC1S It?2' I?aynlent by the (pity 1111rlel filjc coritruct ;1le to tht" :1Vt?;I;ihi!i1i,< <It'_In _,rl'1'!_'•1=ihl'•l't.l.l'�_,N.,�= h - �,. this purpose by the City. In the event ofllon-appropriation of funds by the City Coulci( of the City of Lubbock tier the goods or services provided under the contract, the City kvill terminate the contract, without ternllllatioll charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the � thctn-cu•retlt year for the Moods or services covered by this contract is spent, whichever event occurs Iil•st. if at 4 an, tinge Binds are not appropriated tar the continuance ofthis 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. j !l. i I DAVIS BACON WAGE DETERMINATIONS DAVIS BACON WAGE DETERMINATION GENERAL DECISION: TX20080028 02/08/2008 TX28 Date: February 8, 2008 General Decision Number: TX20080028 02082008 Superseded General Decision Number: TX20070028 State: Texas Construction Types: Heavy and Highway Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 0 02/08/2008 * SUTX2004-001 11/09/2004 Rates Fringes Asphalt Distributor Operator ... $ 9.25 0.00 Asphalt Heater Operator ........ $ 11.21 0.00 Asphalt paving machine operator$ 11.16 0.00 Asphalt Raker ..................$ 9.51 0.00 Broom or Sweeper Operator ...... $ 8.57 0.00 Bulldozer operator ...........$ 9.76 0.00 Carpenter ......................$ 12.61 0.00 Concrete Finisher, Paving ...... $ 13.26 0.00 Concrete Finisher, Structures..$ 11.20 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................S 11.00 0.00 FIc-cincinn....................S I i.00 0.00 Form Blllldel'.'SCttCI', StRICUINSS 9.26 0.00 Form Sctter, Paving & Curb ..... S 9.82 0.00 --. Front End Loader Operator ...... S 10.52 0.00 Laborer, common ................ 8.51 0.00 i Laborer, Utility ...............$ 10.46 0.00 i Mechanic ....................... 516.85 0.00 Motor Grader Operator Rough .... S 11.75 0.00 Motor Grader Operator, Fine Grade ..........................5 13.50 0.00 Planer Operator ................$ 13.36 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 7.67 0.00 Roller Operator, Steel Wheel, Flat Wheel,/Tamping.............5 8.06 0.00 Roller Operator, Steel Wheel, Plant iVtix Pavement .............$ 7.50 0.00 Scraper Operator ...............$ 8.50 0.00 Servicer .......................$ 8.98 0.00 Slip Form Machine Operator ..... $ 13.64 0.00 Tractor operator, Pneumatic .... $ 12.00 0.00 Traveling Mixer Operator ....... $ 12.00 0.00 Truck driver, lowboy -Float ..... $ 12.67 0.00 Truck driver, Single Axle, Heavy ..........................$ 8.50 0.00 Truck driver, Single Axle, Light ..........................$ 8.08 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 8.66 0.00 Welder .........................$ 15.25 0.00 Work Zone Barricade Servicer... $ 8.28 0.00 WELDERS - Receive rate prescribed for craft perfonning operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates li5tt:d Under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations Indicate lllllonS whose rates have been determined to be prevailing. WAGE DETERMINATIONAPPEALS 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 TlrC reLlucst should be accompanied by a full statement ol'the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requcstor considers relevant to the issue. 3.) if the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION FAA MANDATORY CONTRACT PROVISIONS FAA GENERAL PROVISIONS SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS Specifications City of Lubbock, Texas Lubbock Preston Smith International Airport Entrance Road Repaving and Informational Signage Improvements March 2008 PSC Project #: 01270307 City of Lubbock Bid No. xx-xxx-xx •'-S 3 i 4 Parkhill, Smith & Cooper, Inc. Engineers • Architects • Planners ,i TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION FAA MP FAA Mandatory Contract Provisions................................................................................... 20 GPGeneral Provisions................................................................................................................ 46 SPSpecial Provisions................................................................................................................ 13 DIVISION 1 -GENERAL REQUIREMENTS 01010 Summary of Work..................................................................................................................4 01025 Measurement and Payment..................................................................................................... 7 01027 Applications for Payment....................................................................................................... 4 01028 Change Order Procedures....................................................................................................... 3 01039 Coordination and Meetings.................................................................................................... 4 01300 Submittals...............................................................................................................................3 01356 Storm Water Pollution Prevention Measures.......................................................................... 2 01410 Testing Laboratory Services................................................................................................... 3 01500 Temporary Facilities & Controls............................................................................................ 5 01555 Barricades, Signs and Traffic Handling.................................................................................. 1 01560 Environmental Protection.......................................................................................................3 01700 Execution Requirements......................................................................................................... 3 DIVISION 2 - SITE WORK 02200 Demolition, Removal and Salvaging of Existing Materials .................................................... 2 02223 Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling ........................... 7 02260 Excavation Support and Protection........................................................................................ 3 02577 Pavement Markings................................................................................................................3 02700 Site Utilities............................................................................................................................ 2 02742 Dense -Graded Hot -Mix Asphalt (Method)........................................................................... 10 02751 Reinforced Concrete for Site Work...................................................................................... 14 02764 Pavement Joint Sealants......................................................................................................... 5 02785 Seal Coat................................................................................................................................ 6 02920 Lawns and Grasses................................................................................................................. 9 DIVISIONS 3 - 9 Not Used DIVISION 10 - SPECIALTIES 10440 Specialty Signs....................................................................................................................... 6 DIVISIONS l I - 15 Not Used 01270307 TABLE OF CONTENTS PAGE - 1 03; 08 DIVISION 16ELECTRICAL - 16000 Basic Electrical Methods ........................................................................................................ 5 16111 Conduit ................................................................................................................................... 4 16123 Wire and Cable ....................................................................................................................... 3 16170 Grounding and Bonding --_----_—._--.—'--_—'—.--.—.—'_--.2 APPENDIX A AC15&i537O-28— Operation Safety ooAirport During Construction APPENDIX B {3motecbn/mdftudv APPENDIX C Ignition Samples for use oyRAP in Asphalt Mix Design 01270307 TABLE 0FCONTENTS PAGE -2 0108 DESIGN PROFESSIONAL RESPONSIBILITY Thu specification sections authenticated by my seal and signature are limited ink the following. DIVISION 0 - BIDDING UQUIREMENTS AND CONTRACT INFORMATTON, FAA MP FAA \'landatory Contract Provisions SP Special Provisions DIVISION I - GENERAL REQUIREMENTS 01010 Summary of Work M 25 itileasutement and Payment 01027 Applications for Payment 01023 Change Order Procedures 01039 Coordination and Meetings 01300 Submittals 01356 Storm Water Pollution Prevention Nlertsures 01410 Testing Laboratory Services 01500 Temporary 1=acilitias & Controls 01555 Barricades, Signs and Traffic Handling 01560 Environmental Protcotion 01700 Execution Requirements DIVISION 2 - SITE WORK 021200 Demolition, Rcmovr d and Salvaging of Existing t elaterials 02223 Excavation, Subarade Preparation, Grading, Embankment and Topsoilinp 02260 )Excavation Support and Protection 02577 Pavement Markings 01700 Site TJtiIities 02742 Dense -Graded Hot -Mix Asphalt (Method) 02751 Reinforced Concrete for Site Work 0Ti64 Pavement Joint Sealants 02785 Seal Coat 02920 Lawns and Gasses DIVISION 10 - SPECIALTILS 10440 Specialty Sighs 012A DESIGN 1-Y XYLE W. JACK spy . •9831 � M DESIGN PROFESSIONAL 1ZNWONSIRILITY The Specification sections authenticated by my scat and signature are Iimiled in the following: DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods 16111 Conduit 16123 Wirc and Cable 16170 Grounding and Bonding C, I. *: .. J UROY C_ SYhN\:7-' i t Cr,�� e t 3 -14 4 01270307 DF,3IGN PROFESSIONAL RESPONSIBIUTY 'TDS - i 03108 FAA MANDATORY CONTRACT PROVISIONS AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 - GENERAL CIVIL RIGHTS PROVISIONS The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenanticoncessionairellessee or its transferee for the period during which Federal assistance is extended to the airport a program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of contractors, this provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. CLEAN AIR AND WATER POLLUTION CONTROL Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C., 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all' other regulations and guidelines issued thereunder; c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $ 100,000 the aforementioned criteria and requirements. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 29 CFR PART 5 I. Overtime Requirements. No contractor or subcontractor contracting for any pail of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic FAA MP - I receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. CERTIFICATION REGARDING DEBAREMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION The bidder,/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. TERMINATION OF CONTRACT a. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwisc) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. FAA MP-2 b. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable 'to the Sponsor for any additional cost occasioned to the Sponsor thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed._ the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS - 41 CFR Part 60.4.3 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number -used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals FAA MP 3 for minority and female participation and which is set forth in the solicitations from which this contract resulted. If the contractor is participating (pursuant to 41 CFR 604.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. The contractor shall implement the specific affirmative action standards provided in paragraphs l 8.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the FAA MP-4 contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by,providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other FAA MP - 5 contractors and subcontractors with whom the contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfillingone or more of their affirmative action obligations (18.7a through 18.7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 18.7a through 18.7p of these specifications provided that the contractor actively paiiicipates ir, the group, makes eery effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. FAA MP - 6 3 The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 18.7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant ProgramI FAA MP - 7 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION - 41 CFR PART 60-2 1. The Offeroes or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade (Vol. 45 Federal Register pg. 65984 10/3/80) Goals for female participation in each trade (6.9%) These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally -assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its Federally involved and non -federally involved construction. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. As used in this notice and in the contract resulting from this solicitation, the "covered area" is [insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any]. CERTIFICATION OF NONSEGREGATED FACILITIES - 41 CFR PART 60-1.8 Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a federally - assisted construction contract exceeding $10,000 which is not exempt from the provisions of the. Equal Opportunity Clause. FAA MP - 8 2. Contractors receiving federally -assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non -Segregated Facilities 1. A Certification of Non -segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally -assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally -assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally -assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his tiles. EQUAL EMPLOYMENT OPPORTUNITY - 41 CFR PART 60-1.4(b) During the performance of this contract, the contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or FAA MP - 9 recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting - forth the provisions of this nondiscrimination clause. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The contractor will send to each labor union or representative of workers with which s/he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract - or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. DAVIS BACON REQUIREMENTS 1. Minimum Wages (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide FAA MP - 10 fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which maybe alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section I (b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, 'That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (l)(ii) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classitied in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona tide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and N�age rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of FAA MP - 1 l receipt and so advise the contracting officer or will notify the contracting officer within the 30- day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2 Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to David -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in I (b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section l (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers FAA MP - 12 or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under paragraph (3)(i) above and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation .Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level ofprogress, expressed as a percentage ofthe journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division FAA MP - 14 determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. S. Compliance With Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. FAA MP - 15 (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or Finn who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 -' CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. VETERAN'S PREFERENCE In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Airport and Airway Improvement Act of 1982. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates.. TRADE RESTRICTION CLAUSE The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous wizen suii1iiiited of Ilas becoi-ne erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. FAA MP - 16 This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. RIGHTS TO INVENTIONS All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or their subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. ENERGY CONSERVATION REQUIREMENTS The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163) DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance (§26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Lubbock, Lubbock Preston Smith International Airport. "rhe prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Lubbock, Lubbock Preston Smith International Airport. This clause applies to both DBE and non - DBE subcontractors. FAA MP - 17 ACCESS TO RECORDS AND REPORTS The Contractor shall maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES (1) No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. CIVIL RIGHTS ACT OF 1964, TITLE VI — CONTRACTOR CONTRACTUAL REQUIREMENTS During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1.1 Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 1.2 Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 1.3 Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be -- - performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and me Regulations relative to nondiscriminadon on the grounds ul,11We, Hulot, Un national origin. 1.4 Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, FAA MP - 18 accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to fumish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 1.5 Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 1.6 Incorporation of Provisions. The contractor shall include the provisions of paragraphs I through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. BUY AMERICAN PREFERENCES (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs b. (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen and suppliers in the performance of this contract, except those: 1. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansinn Art of loon, are not produced in the I;n:t}ed States in sufficient and reasonably available quantities and of a satisfactory quality; 2. that the US Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or FAA MP - 19 3. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. BUY AMERICAN CERTIFICATE By submitting a bidfproposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, are produced in the United States, as defined in the clause Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from the owner a listing of articles, materials and supplies excepted from this provision. Product Country of Origin FAA AMP - 20 9/2912007 AC 150i5370-10C I SECTION 10 DEFINITION OF TERMS r 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 ADVERTISE�IMENT. 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 Ibr airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Everyday 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, Ibr 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; "rhe Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEJ1). A specific unit of work fi)r which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed fbr completion of the contract, including authorized time extensions. If a calendar dale of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. GP-1 9/29/2007 AC 150/5370-IOC 10-16 CONTRACTOR. The individual, partnership, ftrm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his'her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-25 INTENTION OF TERMS. Whenever, in. these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, pennission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-26 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-27 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking oft' from, or taxiing on the airport surface. 10-28 :MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. GP-2 9/29/2007 AC 150/5370-IOC gg L_ i 10-29 MATERIALS. Any substance specified for use in the construction of the contract work. 10-30 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-31 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term "sponsor" shall have the same meaning as the term "Owner." Where the term "Owner" is capitalized in this document, it shall mean airport owner or sponsor only. 10-32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-33 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-34 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-35 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-36 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-37 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner. 10-39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 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. 1041 SPONSOR. See definition above of "Owner." 10-42 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not othenvise classified herein. 1043 SUBGRADE. The soil that forms the pavement foundation. 10-44 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-45 SUPPLEMENTAL ACREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. GP-3 9/29/2007 AC 150/5370-IOC 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. 1047 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 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. 1049 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract when work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 GP-4 9/29/2007 AC 150/5370-IOC i I SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS f 20-01 ADVERTISEMENT (Notice to Bidders). See Notice and/or Instruction to Bidders found previously in the project documents. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal Forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the tbilowing 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. e. 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 fir comparison of proposals and the award of the contract. fie 0imer does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the GP-5 9/29/2007 AC 150/5370-IOC subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of,,vork to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his,'her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly tilled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and confirms 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 pa3 able to the (honer. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a scaled envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. GP-6 9/29/2007 AC_ 150/5370-IOC When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place speeitied in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner us 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 c;P-7 9i29I2007 AC 150,'5370-IOC SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices %%Titten in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. in addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 60 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 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 unsucccssl'ul bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. I,pon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Deliycry ol'the Cully executed contract GP-9 9/29/2007 AC 150/5370-IOC to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 GP-10 9i'29/2007 AC 150/5370-10C SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hercinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS, The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with Extra Work by toree account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLFIMEN'I'Al.. AGRFEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental a&r:;i ieiit) o �at! u icic:a�u; uic ii.�rier. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the satiety 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 Irce and unobstructed movement of aircraft in the air operations areas of the GP--11 9/29/2007 AC 150/5370-IOC airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the 1 Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagperson, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise w� specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in 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 Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer, or c. Use such material for his/her own temporary construction on site; or, . GP-12 9 I Ir 9,'29/2007 AC 1501/5370-10C d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his, her use ofsuch material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 GP-13 9i29i2007 AC 150/5370-IOC SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as arc, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subscction, the term "reasonably close conformity." shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences. or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. "The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract te:.hiL,.al spc,:it::.at.^.^,S :wail �S:Y:,,,r ...a., .,a.ntraet geua., ai F.rCi„a r:rn3, piwiS. ::it�:d :itair I rds foot tii iiti:rliiiS iir 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. r GP-l5 I � 9/29/2007 AC 150/5370-IOC The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. SPECIAL PROVISIONS ' SP-I 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 CONTRA CTOR'S PLANT SITE, STORAGE AND OFFICEAREA(S) „j 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-14 PREVENTION OFAIR AND WATERPOLLUTION SP- 15 PROGRESS SCHEDULE SP-16 PUBLIC CONVENIENCE AND SAFETY SP-17 FINAL CLEANING UP SP-18 INSURANCE SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK SP-22 DISPUTED CLAIMS FOR EXTRA WORK SP-23 INDEMNIFICATION SP-24 CONTRACTOR'S RESPONSIBILITY FOR WORK SP-25 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT SP 26 SEPARATE CONTRACTS SP-27 SHOP DRAWINGS SP-28 ENGINEER SP-29 ENGINEER'S FIELD OFFICE SP-30 PROGRESS MEETINGS SP-31 RESCUE AND FIREFIGHTING PROVISION SP-32 CRANEAND OVERHEAD EQUIPMENT SAFETY SP-33 GEOTECHNICAL 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The _.i superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. GP-16 9/29/2007 AC 150/5370-IOC The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. SPECIAL PROVISIONS SP-1 SCOPE OF WORK SP-2 BASIS OF CONTRACT AWARD SP-3 TIME AND ORDER OF COMPLETION SP-4 CALENDAR DAY SP-S LIMITATION OF OPERATION SP-6 AIRPORT OPERA TIONS SECURITY SP-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE ARE-4(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-14 PREVENTION OF AIR AND WATER POLLUTION SP-15 PROGRESS SCHEDULE SP-16 PUBLIC CONVENIENCEAND SAFETY SP-17 FINAL CLEANING UP SP:18 INSURANCE SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK SP-22 DISPUTED CLAIMS FOR EXTRA WORK SP-23 INDEMNIFICATION SP-24 CONTRACTOR'S RESPONSIBILITY FOR WORK SP-25 CORRECTION OF FAULTY WORKAFTER FINAL PAYMENT SP-26 SEPARATE CONTRACTS SP-27 SHOP DRAWINGS SP-28 ENGINEER SP-29 ENGINEER'S FIELD OFFICE SP-30 PROGRESS MEETINGS SP-31 RESCUE AND FIREFIGHTING PROVISION SP-32 CRANE AND OVERHEAD EQUIPMENT SAFETY SP-33 GEOTECHNICAL 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Contractor shall have a I competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. GP-16 9/29/2007 AC 150/5370-IOC r� When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner 'from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: Clearing and Grubbing perimeter staking. Rough Grade slope stakes at 100-Foot stations. Drainage Swales slope stakes and flow line blue tops at 50-foot stations. Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways — minimum 3 per station c. Holding apron areas — minimum 3 per station d. Roadways — minimum 3 per station Base Course blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations a. Runway —minimum 5 per station b. Taxiways— minimum 3 per station c. Holding apron areas — minimum 3 per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 foot stations b. Between Lifts at 25 foot stations for the following section locations: (1). Runways — each paving lane width (2). Taxiways — each paving lane width (3). Holding areas — each paving lane width c. After finish paving operations at 50 foot stations (1). All paved areas — Edge of each paving lane prior to next paving lot GP-17 I / 9/29/2007 AC 150/5370-IOC d. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 €- foot offsets Fence lines at 100 foot stations Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASI's, PAPI's, REIL's, Wind Cones, Distance Markers (signs), pull boxes and manholes. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting) Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a [� minimum of once per 400 feet per pass (i.e. paving lane). NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever botching or mixing plant equipment is r required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished .r with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the t work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. GP-18 ail t 9/29/2007 AC 150/5370-1OC Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included'in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the r GP-19 9/29/2007 AC 150/5370-IOC contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute t the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. if such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 COST REDUCTION INCENTIVE. The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential -- functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal i submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each; b. An itemization of the contract requirements that must be changed if the proposal is adopted; c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes; d. A statement of the time by which a change order adopting the proposal must be issued; e. A statement of the effect adoption of the proposal will have on the time for completion of the contract; and them. The contract items of work affected by the proposed changes, including any quantity variation attributable to GP-20 9/29/2007 AC 150/5370-IOC The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within_ the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal that may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. The Owner may require the Contractor to share in the Owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner. The Contractor's 50 percent share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. Acceptance of the cost -reduction proposal and performance of the cost -reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. END OF SECTION 50 GP-21 9/29/2007 AC 150/5370-IOC Intentionally Left Blank GP-22 9/29/2007 AC 150/5370-IOC 17 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall ' conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: NOT APPLICABLE 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. GP-23 9/29/2007 AC 150/5370-IOC Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE. The Contractor shall furnish for the duration of the project one building for the use of the field engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. A land line telephone and answering machine shall be provided. The Contractor shall be responsible for payment of the basic monthly charge and local calls only. Any Long Distance Tolls shall be the responsibility of the caller. The Contractor shall furnish items as required by the Special Provisions. No direct payment will be made for this building or labor, materials, ground rental, or other expense in connection therewith. The cost hereof shall be included in the price bid for the various items of the contract. The Contractor and his/her superintendent shall provide all reasonable facilities to enable to the Engineer to inspect the workmanship and materials entering into the work. GP-24 9/29/2007 AC 150/5370-IOC t 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 g= use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked ' equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission.' All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. t' - 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of ,. the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. s 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- F furnished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 GP-25 g_ t 9/29/2007 AC 150/5370-IOC 8 P_. i SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: NOT APPLICABLE Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further su Ject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. GP-27 9/29/2007 AC 150/5370-IOC No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. _ The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricades, warning signs, and markings shall be paid for under Section 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). . - When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. GP-28 9/29/2007 AC 150/5370-IOC , i All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suit(s), action(s), or claim(s) for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such 'phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described below: Refer to phasing requirements contained in the project plans. GP-29 9/29/2007 AC 150/537040C Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. t.., Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions.) s Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the ' entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been c..; indicated on the plans and the owners are indicated as follows: CITY OF L UBBOCX: Airport - Deputy Director: Steve Nicholson office # (806) 775-2036 Operations Supervisor: Rene Whicker office # (806) 775-3144, cell # (806) 78 7-102 7 Field Maintenance: Steve Hemmeline office # (806) 775-2040, cell # (806) 777-7034 Water Department- GP-30 ya i 9/29/2007 AC 150/5370-IOC Locate: David Ockerman office # (806) 775-3161, cell # (806) 548-4152 Emergency: Randy Ratheal office # (806) 775-2950, cell # (806) 548-4167 e LPL - Locate: Greg Pillow cell # (806) 777-0416 Emergency: (806) 775-2555 The following utilities are located through DIG- TESS 1-800-344-8377 Atmos Enesv- Emergency # 1-800-692-4694 A. T. A T.- Emergency # 1-800-286-8313 XCEL- Emergency # 1-800-895-1999 South Plains Electric Cooperative - Emergency # 1-800-344-8377 (DIG-TESS) It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice 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 Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. GP-31 a_ 9/29/2007 AC 150/5370-IOC The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the prosecution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall notify the above named FAA Airway Facilities Point -of -Contact seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. if prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point -of -Contact a minimum of 48 hours prior to the time of the required outage. d. If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities' standards to the satisfaction of the above named FAA Point -of -Contact. e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point -of - Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA Airway Facilities' specifications and require approval by the above named FAA Point -of -Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS -OF -WAY. The Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-19 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. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent --- pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain GP-32 9/29/2007 AC 150/5370-IOC i any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. �f- Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 GP-33 9/29/2007 AC 150/5370-IOC G i i SECTION 80 PROSECUTION AND PROGRESS r` 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. • ..� NM—(. sis-.; eatSEt�i{�..iii-t�l-.��xd=�e�}'%N�—Wi•iii...t3•b'i--�:>�"�i;#•}l�ih!•hiH}r it}i-i?.F}it}li}:}i-,t}� Wix+.��-._�'efkiiil•.ti�F-c}E �i?i'=ti�.`�_____...�...1}2}!'A?<`}E-'.E ?iti4...t4iri}•i 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA (AOA) of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: GP-35 9/29/2007 AC 150/5370-IOC This project will not require work to be performed within the AOA. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing . , such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the 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 Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the GP-36 9/29/2007 AC 150/5370-IOC specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis {r... 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. i 80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, 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: a. CONTRACT. TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. GP-37 9/29/2007 AC 150/5370-IOC (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, j 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. e. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. SCHEDULE LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION TIME Refer to Special Provisions for details on allowed Construction time and liquidated damages cost. i' } GP-38 9/29/2007 AC 150/5370-IOC r 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 they following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or f- i 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 F 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 E Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or I. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution, of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. 'the Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. GP-3 9 9/29/2007 AC 150/5370-IOC Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored outside object fee area of an active runway. No equipment shall be within the runway safety area of an active runway at any time. END OF SECTION 80 GP-40 9/29/2007 AC 150/5370-IOC SECTION 90 MEASUREMENT AND PAYMENT r`.. 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost front the liar or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. GP-41 9/29/2007 AC 150/5370-IOC Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of I percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of I percent. In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions GP-42 9/29/2007 AC 150/5370-IOC t 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. IF 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the ` prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. e 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the € quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. 1H In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs k incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. ; b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. GP-43 9/29/2007 AC 150/5370-IOC (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be --. deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed, the Engineer may, at the Owner's discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall! deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final retained percentage or final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in -° discharging any such lien or claim. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, GP-44 9/29/2007 AC 150/5370-IOC plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the Owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. GP-45 k 9/29/2007 AC 150/5370-IOC After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 GP-46 SPECIAL PROVISIONS SP-1 SCOPE OF WORK The work to be accomplished under these specifications, including the plans, consists of construction work at the Lubbock Preston Smith International Airport, Lubbock, Texas, including but not limited to, the removal of existing asphalt pavement and concrete slabs; the construction of rigid (concrete) and flexible (bituminous) pavements on a prepared underlying subbase; the installation of joint sealant materials in the prepared joints of the rigid pavements; the construction of concrete curb and gutter and miscellaneous concrete slabs; a single vault lid replacement, the installation of pavement marking; sign rehabilitation, and related items of work. All labor, materials and equipment necessary to complete the work called for in these specifications and shown on the plans shall be furnished by the Contractor. Payment for the various items of work will be made as specified under the various payment paragraphs of the technical sections. SP-2 BASIS OF CONTRACT AWARD Award of this Contract will be made on the basis of the low, responsive, responsible bid, received in accordance with the General Instructions to Bidders, including the total BASE BID and any combination of ADDITIVE ALTERNATES based on the availability of funds. Additionally, the Contractor must demonstrate through references and past project experience that they have successfully constructed projects similar in scope. Bids shall remain valid for 60 days following bid opening. SP-3 TIME AND ORDER OF COMPLETION The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his own choosing to the best interest of the project. However, the work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure completion in accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor shall furnish the Engineer with his proposed progress schedule and this schedule shall be approved by the Engineer before work is commenced on the project. Other contractors may be performing work for the Owner in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be required to insure that all work can be carried out with the least possible interference with the operation of other contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. 'The Contractor shall be responsible for scheduling and implementing the various separate construction operations involved in the construction of the improvements included in this project. Completion shall be within the time frames specified below. 01270307 SPECIAL PROVISIONS SP - 1 03108 The Contractor will prepare and submit for review his recommended phasing/scheduling plan in accordance with the following general guidelines. Liquidated damages will be assessed for delayed completion in the following amounts per calendar day for each individual 12hase or subphase below. Phase 1 $1,600 per calendar day Phase 2A and Subphase 2A-1 $500 per calendar day Phase 2B and Subphases 2B-I through 2B-8 $1,000 per calendar day Phase 3A and Subphase 3A-I $1,000 per calendar day Construction phasing shall be accomplished as follows: NOTE: ALL PHASE DURATIONS ARE GIVIN IN CALENDAR DAYS. The entire length of the construction contract is 180 days. The time allowed for each phase is as follows: Preparation for construction i 7 days Divert traffic at first pair of short-term parking gates to back row of short-term parking area. Begin capturing parking spaces in front row of short-term parking as they become available. Phase 1 21 days Construct concrete pavement in front of terminal, including vault lid repair and sidewalk widening. Phase 2A 62 days Construct outside half of entrance road pavement excluding the 1 ''/2" surface course. Subphase 2A-1 3 days Restripe the front row of short-term parking area. The time allotted will begin upon the opening of the pavement, in front of the terminal, to traffic. Phase 2B 62 days Construct inside half of entrance road pavement excluding the 1 '/2' surface course. Maintain access to two covered, two long term and two short term gates at all time. Provide continual access into and out of the gap by the lot. Subphase 2B-1 25 days Construct pavement adjacent to Exit Booths 1, 2 and 5 excluding 1 '/2" surface course. The time allotted will begin upon the closure of these booths, and must be preceded by 7 days advanced notice to Republic Parking and airport officials. 01270307 SPECIAL PROVISIONS SP - 2 03/08 Subphase 2B-2 �25 days Construct pavement adjacent to Exit Booths 3 and 4 excluding 1 '/z" surface course. The time allotted will begin upon the closure of these booths, and must be preceded by 7 days advanced notice to Republic Parking and airport officials. Subphase 2B-2 may occur before Subphase 2B-1, but NOT concurrent with it. Subphase 2B-3 10 days Construct "Return To Terminal" u-tum lane excluding 1 '/z" surface course. While lane is under construction, proper signage must be placed for detour route. Access to u-turn lane must be maintained outside of these 10 days. The time allotted will begin upon closure of the u-turn lane. Subphase 2B-3 may occur anytime within Phase 2B. Subphase 2B4 25 days Construct pavement along West half of long-term and covered parking entrance excluding 1 '/z" surface course. The time allotted will begin upon the closure of the West half of the entrance. Subphase 2B4 may occur anytime within Phase 2B. At a minimum, three entry gates (out of gates 14) must be available at all times. Two gates available for covered parking and one gate for long-term parking. Subphase 2B-5 25 days Construct pavement along East half of long-term and covered parking entrance excluding 1 ''/z" surface course. The time allotted will begin upon the closure of the East half of the entrance. Subphase 2B-5 may occur immediately before, or immediately after Subphase 2B4, and must be scheduled to allow temporary taxi holding area as shown in the construction phasing plan. At a minimum, three entry gates (out of gates 14) must be available at all times. Two gates available for covered parking and one gate foi long term parking. . Subphase 2B-6 10 days Construct long-term and covered parking entrance bailout lane excluding 1 ''/z" surface course. Crack -fill and seal coat Taxistand parking and drive. The time allotted will begin upon the closure of the bailout lane, or the closure of the Taxistand area, whichever is first. Subphase 2B-6 may occur anytime within Phase 2B, but must be scheduled to allow temporary paved taxi holding area as shown in the construction phasing plan. Subphase 2B-7 Crack -fill, repair failure locations and seal coat Freight Road Entrance. Work must be performed between the hours of 12:00 Noon Saturday and 4:00 AM Monday. Any work extending beyond the allotted time will be assessed liquidated damages at the full specified rate per day for this phase. Subphase 2B-7 may occur on any one weekend within Phase 2B, as long as hour restrictions are observed and 10 days advanced notice is given to airport officials. 01270307 SPECIAL PROVISIONS SP - 3 03/08 Subphase 213-8 Crack -fill, repair failure locations and seal coat Freight Road Exit. Work must be performed between the hours of 12:00 Noon Saturday and 4:00 AM Monday. Any work extending beyond the allotted time will be assessed liquidated damages at the full specified rate per day for this phase. Subphase 213-8 may occur on any one weekend within Phase 213, including concurrent with Subphase 213-7, as long as hour restrictions are observed and 10 days advanced notice is given to airport officials. Any deviation from the above sequences of construction must be submitted by the Contractor in writing and will require the prior approval of the Engineer and Owner. Alternates submitted by the Contractor should meet the phasing plan goals outlined in these specifications and in the plans. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. SP11 CALENDAR DAY Time for completion of the project and for liquidated damages shall be in accordance with the provisions of these specifications. A calendar day is defined as every day shown on the calendar. SP-5 LIMITATION OF OPERATION The Contractor will be allowed to work 24 hours per day as required to complete the project within the specified time. All construction operations shall consider the safety and convenience of the airport patrons. SP-6 AIRPORT OPERATIONS SECURITY SP-6.1 General Airport security is a vital part of the Contractor's responsibilities during the course of this project. Airport security, nation-wide, has come under close scrutiny in the last few years. The following security guidelines and the rules and regulations of the Lubbock Preston Smith International Airport Police Department (LBBPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. SP-6.2 Airport Operations Area (AOA) The Airport operations area (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. All work related to this project falls outside the AOA. Therefore, there is no reason for the Contractor to enter the --r AOA. r.- 01270307 SPECIAL PROVISIONS SP - 4 03/08 SP-6.3 LBBPD-Issued Security Badges Since all work occurs outside the AOA, LBBPD-Issued Security Badges will not be required. SP-6.4 Contractor -Issued Identification Badges Since all work occurs outside the AOA, Contractor -issued identification badges will not be required. SP-6.5 Contractor's Entrance Gate Since all work occurs outside the AOA, the Contractor will not be granted gate access to the AOA. SP-6.6 Vehicle Escorts Since all work occurs outside the AOA, vehicle escorts inside the AOA will not be necessary. SP-6.7 Challenging Unauthorized Personnel or Vehicles Since all work occurs outside the AOA, the Contractor will not be inside the AOA to challenge unauthorized vehicles. However, the Contractor and its employees shall be alert to activity on or near the airport and shall report suspicious activity to the airport police. 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 sixty (60) days prior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. When requesting approval for the use of a crane or other hoisting device, the following information is required: 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. 3. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of crane or other hoisting device operation. The top of the crane or other hoisting device shall be marked with a 3-foot by 3-foot safety -orange and white checkered flag. The crane or other hoisting device shall be lowered at night or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed by the Director of Aviation or the Engineer, or at any other time at the direction of the Director of Aviation or the Engineer. The Contractor shall notify the Engineer and Director of Aviation at least forty-eight (48) hours prior to actual erection of the crane or other hoisting device. 01270307 SPECIAL PROVISIONS SP - 5 03/08 SP-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S) The Contractor shall make his own provisions for plant site, storage and office areas. If the Contractor desires to utilize an on -airport location, arrangements must be made with the Director of Aviation. The following specific requirements apply to on -airport plant site, storage and office areas. I. The Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. The Contractor will also be responsible for maintenance of areas and dust control for the duration of the project. 2. Direct negotiation may be conducted with the Director of Aviation for any areas desired. Areas used by the Contractor may be subject to rental rates and fees as identified by the Director of Aviation. 3. Any areas occupied by the Contractor and his forces will be required to be completely restored by the Contractor, at his expense, including but not limited to (1) regrading disturbed t areas; (2) complete removal of debris or any other material brought onto the site by the Contractor; (3) complete replacement of topsoil, turf, asphalt pavement, concrete slabs or drives, etc. that is worn, deteriorated or damaged during the period the Contractor and his forces occupy the area. All restoration shall be to the satisfaction of the Director of Aviation. 4. Prior to moving into an unpaved area, the Contractor shall remove and stockpile a minimum of 6-inches of existing topsoil. After completion of the project and after clearing the site of materials, equipment and debris, the Contractor shall replace, spread and grade the salvaged topsoil, followed by seeding and fertilizing. 5. All restoration activities shall be accomplished in accordance with applicable technical specifications of these documents including but not limited to Sections 02200, 02223 and 02920, or as directed by the Engineer. 6. No direct payment will be made to the Contractor for restoring plant site, storage or office areas. SP-8 PROTECTION OF PROPERTY The Contractor shall exercise care to prevent damage to all structures, either above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. The Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. The Contractor shall be responsible for all damage done to either public or private property during the course of construction except as specifically provided otherwise in these specifications. Various existing underground utilities and structures are shown on the plans. Their locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with all utility owners or locate companies in our region; examples include: Dig Tess, the City of Lubbock, 01270307 SPECIAL PROVISIONS SP - 6 03/08 Republic Parking, local utilities, FAA Facilities and LBB Operations at Lubbock Preston Smith International Airport. SP-9 ELECTRIC POWER AND NATURAL GAS The Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. The Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SP-10 LINES AND GRADES The Contractor will be responsible for laying out the work from existing paving and structures. The Engineer will check grade control and major layouts at his discretion, but this check will not relieve the Contractor of his responsibility of correctly locating line and grade in accordance with the plans and specifications. The Engineer will take all measurements necessary for the determination of the amount of work performed under the various items for which payment is provided. Whenever necessary, work will be suspended to permit this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall satisfy himself as to the accuracy of all measurements before constructing any permanent structure and shall not take advantage of any errors which may have been made in laying out the work. Such stakes and markings as the Engineer may set for either his own or the Contractor's guidance shall be scrupulously preserved by the Contractor. In case of negligence on the part of the Contractor or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing same may be deducted from subsequent estimates due the Contractor, at the discretion of the Engineer. SP-11 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by the Contractor during construction shall be made directly with the City of Lubbock's water utility department, Lubbock Power and Light and Water. 01270307 SPECIAL PROVISIONS SP - 7 03/08 SP-12 MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material source or mix design. The Owner will bear the cost of all passing commercial laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of the Contractor: Aggregates -Tests required, prior to use, for approval of source. Asphalt -Certifications on asphalt material used. Hot Mix -Mix design for all surface and base materials proposed, as required in the technical specifications. Cement -Certifications on cement material used. Cementitious Materials -Certifications on material used. Lime -Certifications on lime material used. Portland Cement Concrete -Mix design for all materials proposed, as required in the technical specifications. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source. SP-13 BARRICADES, SIGNS AND HAZARD MARKINGS The Contractor shall provide, erect and maintain all necessary barricades, signs, danger signals and lights for the protection of work and safety of the public. All devices shall meet the requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). SP-14 PREVENTION OF AIR AND WATER POLLUTION The Contractor is responsible for compliance with the code of federal regulations for storm water pollution prevention associated with construction activities. Such compliance includes, but is not limited to preparation of the Storm Water Pollution Prevention Plan (SWPPP), filing of notice of intent (including filing of an NOI for the Owner as an Operator), the installation and maintenance of sediment control measures and the tiling of the Notice of Termination as applicable. Federal regulation number 62FR29785, -- NPDES stormwater construction, general permit. Im 01270307 SPECIAL PROVISIONS SP - 8 03/08 SP-15 PROGRESS SCHEDULE Within thirty (30) days after award of the contract, the Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to the Engineer and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve", with the monthly amount, cumulative amount and cumulative percent. The progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of the project within the time specified, will be approved in writing by the Engineer. Revision or changes in the approved progress schedule may be made only with approval of the Engineer. SP-16 PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall, at all times, be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation Regulations. During construction of the project, the Contractor shall also maintain operational safety on the Airport in accordance with FAA's Advisory Circular 150/5370-2E, "Operational Safety on Airports During Construction," included in the Appendix of these Specifications. SP-17 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of the project, the Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus, and discarded.materials, rubbish and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. SP-18 INSURANCE The Contractor shall not begin work under this contract until he has obtained all insurance as required in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the Owner shall have approved same. This includes all insurance related to subcontractors. The insurance coverage indicated in the General Conditions shall also include the Engineer, Parkhill, Smith & Cooper, Inc. as an additional insured. A certificate of Insurance is included in the specifications and Contract Documents for this project. The Contractor will be required to have five (5) extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with the Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the Contractor in connection with this work, including automobiles and other vehicles. 01270307 SPECIAL PROVISIONS SP - 9 03/08 Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. SP-19 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS All structures, utilities or obstructions found on the airport and shown on the plans which are not to remain in place or which are not to be used in the new construction shall be removed and properly terminated as directed by the Engineer or utility Owner. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of the Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of the Owner, unless otherwise indicated. All materials and debris specified to be disposed of by the Contractor shall become the property of the Contractor and shall be properly disposed of off the airport property by the Contractor. SP-20 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from the plans which may be required by the exigencies of construction shall be determined by the Engineer and authorized by him in writing. SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if it cannot be f satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of the work and replaced with satisfactory material by the Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and replaced at the Contractor's expense. Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from the Engineer, the Owner may recover for such defective work or materials on the Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor, which cost will be deducted from any money due him. SP-22 DISPUTED CLAIMS FOR EXTRA WORK In case the Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by the Engineer as an extra, the Contractor shall notify the Engineer in writing of his intention to make claim for such extra compensation before he begins the work on which he bases the claim and shall afford the Engineer every facility for keeping actual cost of the work. Failure on the part of the Contractor to give such notification or to afford the Engineer proper facilities for keeping strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of such notice by the Contractor and the keeping of costs by the Engineer shall not in any way be construed to 01270307 SPECIAL PROVISIONS SP - 10 03/08 i prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his claim for extra compensation with the Engineer, who will present it to the Owner for consideration. SP-23 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officer, agents or employees, including attorney's fees. The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any claimed negligent act of the Owner, Engineer, the Owner's officers, agents and employees, whether such negligent act was the sole proximate cause of the injury or damage or a proximate cause jointly and concurrently with the Contractor or the Contractor's employees, agents or subcontractors negligence, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officers, agents or employees, including attorney's fees. The Contractor agrees that he will indemnify and save the Owner and Engineer harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in the furtherance of the performance of this contract. When the Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. SP-24 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by the Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part of the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the work occasioned by any of the above causes before its completion and acceptance. SP-25 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by the Owner to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such defects discovered within one year from the date of written acceptance of the work. The Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. 01270307 SPECIAL PROVISIONS SP - 11 03/08 SP-26 SEPARATE CONTRACTS ' The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall coordinate his work and theirs. The Contractor's coordination with other contractors shall require the approval of the Engineer. SP-27 SHOP DRAWINGS The Contractor shall submit to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, six copies unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. SP-28 ENGINEER - . Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Midland, Odessa, Amarillo and El Paso, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP-29 ENGINEER'S FIELD OFFICE The Contractor shall furnish an office at the site of the work for use by the Engineer. The building shall be provided immediately after work on the project is begun and shall remain in place until the project is accepted as complete, unless its earlier removal is authorized by the Engineer. It shall be floored and roofed, weather -tight, insulated and constructed in a workmanlike manner. All windows shall be screened and a screen door provided in addition to the regular door. It is contemplated that the building will be constructed of the same kind of material as that used by the Contractor for his office and job buildings. It shall be an independent unit, detached from any office, storage or warehouse building occupied by the Contractor, and shall be at a minimum clear distance of 50 feet from any such building. The building shall be for the sole use of the Engineer and the resident force. Should the building be destroyed or damaged in any manner, except through causes due to ° negligence of the occupying engineering force, the Contractor shall immediately restore it to its original state. Upon the completion of the project the building will become the property of the Contractor and shall be removed from the project site. 01270307 SPECIAL PROVISIONS SP - 12 03/08 The building shall not be less than 150 square feet in floor area and shall have not less than two (2) glass windows and one (1) door. A conference table not less than 3' wide and 8' long with 6 chairs, a separate work desk with two chairs, and a filing cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided. The Contractor shall provide a suitable heater fired by either natural or LP gas. The Contractor shall also provide a suitable refrigerated air cooler. All fuel and electrical power for the building shall be provided by the Contractor. The Contractor shall have a private line telephone installed in the Engineer's field office for exclusive use of the Owner and Engineer. The Engineer will be responsible for subsequent monthly use charges. SP-30 PROGRESS MEETINGS A regularly scheduled progress meeting will be held not less than every two weeks and at other times as required by the progress of the work. The Contractor, Owner, Engineer and all Subcontractors active on the site shall be represented. The Engineer shall coordinate and preside at the meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to the work. SP-31 RESCUE AND FIREFIGHTING PROVISION The Contractor, at all times, shall make all portions of the site, parking lot, terminal, rental car facilities, etc. accessible to Emergency personnel and vehicles. SP-32 CRANE AND OVERHEAD EQUIPMENT SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) — OSHA 1926.550 (a) (15) when operating cranes and overhead equipment in the vicinity of overhead power lines. SP-33 GEOTECHNICAL The subsurface geotechnical exploration for this project was prepared by PaveTex Engineering and Testing, Inc., Lubbock, TX. Geotechnical information collected during this exploration is included in the Appendix of these specifications. The explorations were made in order to secure information for use during the design of the project. The fact that the geotechnical information is included herein does not constitute a warranty by the Owner or the Engineer as to the subsurface conditions which might be encountered during construction of the project. It is the responsibility of the Bidder to satisfy himself as to the subsurface conditions. 01270307 SPECIAL PROVISIONS SP - 13 03/08 SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 SUMMARY A. The owner is: Lubbock Preston Smith International Airport, Administrative Office, 2"d Floor, 5401 N MLK Jr. Blvd, Unit 389, Lubbock, TX 79403. B. Section Includes: 1. Project description. 2. Scheduling of Work. 3. Definitions. 4. Regulatory requirements. 5. Access to the site. 6. Meeting requirements. 7. Security. 8. Coordination. 9. Warranty. 1.2 PROJECT DESCRIPTION A. The project consists of the reconstruction of the Terminal Entrance Road and Informational Signage Improvements which involves: 1. Miscellaneous Demolition. 2. New asphalt pavement and base on prepared subgmde. 3. New concrete pavement on prepared base and subgrade. 4. Signage improvements. 5. Joint sealing on new concrete pavement. 6. Marking. 7. Miscellaneous drainage improvements. 8. Miscellaneous related items. 9. As shown in contract documents prepared by Parkhill, Smith and Cooper, Inc., 4222 85th Street, Lubbock, Texas 79423. 1.3 SCHEDULING OF WORK Liquidated damages will be assessed for delayed completion in the following amounts per calendar day for each phase or subphase below. Phase 1 $1,600 per calendar day Phase 2A and Subphase 2A-I $500 per calendar day Phase 2B and Subphases 213-1 through 213-8 $1,000 per calendar day Phase 3A and Subphase 3A-1 $1,000 per calendar day Refer to the Special Provisions for Phasing Requirements. 01270307 SUMMARY OF WORK 01010 - 1 03/08 1.4 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. 1.5 REGULATORY REQUIREMENTS A. Submit copies of all permits, licenses, and similar permissions obtained, and receipts for fees paid, to the owner directly. 1.6 ACCESS TO THE SITE AND USE OF THE PREMISES A. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project, is restricted to the area shown on the site plan of the contract drawings unless the Contractor makes arrangements to use additional space with Lubbock Preston Smith International Airport Operations Superintendent. B. Signs: Provide signs adequate to direct visitors. 1. Do not install, or allow to be installed, signs other than specified sign(s) and signs identifying the principal entities involved in the project. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.1 PRE -AWARD MEETING A. A pre -award meeting will be held at a time and place designated by the Owner, for the purpose of discussing the project with the apparent low bidder, to insure that the bidder fully understands and can comply with the requirements of the project. 3.2 PRECONSTRUCTION MEETING A. A preconstruction meeting will be held at a time and place designated by the Owner, for the purpose of identifying responsibilities of the owner's and the Engineer's personnel and explanation of administrative procedures. B. The Contractor shall also use this meeting for the following minimum agenda: 1. Construction schedule. 2. Use of areas of the site. 3. Delivery and storage. 01270307 SUMMARY OF WORK 01010 - 2 03i08 4. Safety. 5. Security. 6. Cleaning up. 7. SubContractor procedures relating to: a. Submittals. b. Change orders. C. Applications for payment. d. Record documents. 8. FAA requirements C. Attendees shall include: 1. The owner. 2. The Engineer and any consultants. 3. The Contractor and its superintendent. 4. Major subcontractors, suppliers, and fabricators. 5. Others interested in the work. 3.3 SECURITY PROCEDURES A. Limit access to the site to persons involved in the work. B. Provide secure storage for materials for which the owner has made payment and which are stored on site. C. Secure completed work as required to prevent loss. D. Secure this site by means of fencing, security guards or other means to prevent damage, theft, safety hazards or other problems on the site. E. See the Supplementary Conditions. 3.4 COORDINATION A. If necessary, inform each party involved, in writing, of procedures required for coordination; include requirements for giving notice, submitting reports, and attending meetings. 1. Inform the owner when coordination of his work is required. 2. Inform utility owners when coordination of their work is required. B. See other requirements in other portions of the contract documents. C. Prepare the coordination drawings specified in product sections. I. Where space is limited, show plan and cross-section dimensions of space available, including structural obstructions and ceilings as applicable. 2. Coordinate shop drawings prepared by separate entities. 3. Show installation sequence when necessary for proper installation. 01270307 SUMMARY OF WORK 01010 - 3 03/08 f 3.5 WARRANTY A. Contractor shall warrant 100 percent of the project for one (1) year after the date of final acceptance of the work. Certain components of this project require an extended warranty. Those warranties are explained in individual specification sections. B. On the eleventh month from the date of final acceptance, Owner's Representative will schedule an annual Inspection with the presence of the Contractor to inspect for defects and assessment of the work performed. Any work that is considered defective by the Owner's Representative will be repaired. C. Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner. END OF SECTION 01270307 SUMMARY OF WORK 01010 - 4 03/08 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL The bid price on each item, as stated in the proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and for which no separate payment is made shall be included in the prices on the various items. 1.1 CONTRACTOR MOBILIZATION/DEMOBILIZATION Payment will be made for mobilization and demobilization on a lump sum basis. Price shall include mobilization and demobilization of all equipment, tools, and all other job -related items, as well as all bonds, insurance, job trailer, etc. This item will be paid at 37.5% with the first progress payment, 37.5% with the second progress payment and 25% with the final payment. 1.2 TRAFFIC CONTROL AND BARRICADING Payment will be made for providing and installing all traffic control devices, temporary signs, removal and installation of temporary marking and barricades as defined in the plans and ` specifications on a per month basis. All items installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, maintenance, elimination of existing pavement markings and replacement where necessary (including those in the short term parking lot), superintendence, and all incidentals necessary to complete the project as shown in the plans. Also included are all temporary ADA routes, sidewalk bridges, construction fence, and anything else related to traffic and pedestrian control. 1.3 ELECTRONIC MESSAGE BOARD Payment will be made for providing and utilizing an electronic message board on a per day basis. The location and message shall be coordinated with the Owner and Engineer during construction. No additional payment will be made for relocation of the message board, regardless of the number of times it is moved. Price shall include all equipment, labor, materials, superintendence and all incidentals related to the electronic message board. 1.4 SWPPP AND TEMPORARY SEDIMENT AND EROSION CONTROL Payment will be made for developing a Stormwater Pollution Prevention Plan (SWPPP), filing the Notice of Intent (NOI) (including filing an NOI for the Owner as an Operator), installing and maintaining erosion control measures, completing required reports, and tiling the Notice of Termination (NOT) on a lump sum basis. Price includes all related fees for both the Contractor and Owner as co-operators. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the project as shown on the plans. 01270307 MEASUREMENT AND PAYMENT 01025 - 1 03/08 1.5 VEHICLE TOWING Payment will be made for towing vehicles from the lot to be utilized as a temporary drive lane to an available area of the short term parking lot on a per each basis. The Owner will direct the Contractor on which vehicles are to be towed. Price shall include all tow fees, equipment, labor, superintendence, and all incidentals necessary to complete the towing as directed by the Owner. 1.6 REMOVE EXISTING CONCRETE CURB AND GUTTER Payment will be made for removing and disposing of concrete curb and gutter as defined in the plans and specifications on a per linear foot basis. All quantities removed will be verified by the Owner to ensure requirements are met. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 1.7 REMOVE EXISTING ADA RAMP Payment will be made for removing and disposing of the existing ADA ramps as defined in the plans and specifications on a per each basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the removal and disposal of the existing ADA ramps. 1.8 REMOVE EXISTING SIDEWALK Payment will be made for removing and disposing of existing sidewalk as defined in the plans and specifications on a per square yard basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the removal and disposal of the existing sidewalk. 1.9 DEMOLITION OF CONCRETE PAVEMENT Payment will be made for demolishing and disposing of existing concrete pavement at the unit price per square yard. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the demolition and disposal of existing concrete pavement. 1.10 MILLING AND STOCKPILING RECLAIMABLE ASPHALT PAVEMENT (SEPARATE) Payment will be made for the milling and stockpiling of asphalt pavement to the depth shown on the plans, on a square yard basis, as measured in its original position. Price shall include full compensation for removing existing pavement; stockpile area preparation; loading, crushing or breaking, hauling, and stockpiling material; and material, equipment, labor, tools, supplies, and incidentals. 1.11 SALVAGING AND STOCKPILING BASE MATERIAL (SEPARATE) Payment will be made for the removal of flexible base to the depth necessary for the proposed pavement section and stockpiling in the area designated on the plans, on a per square yard basis, as measured in its original position. .'his item is full compensation for the prcparation of the stockpile area, the hauling of the material and the related traffic control, and the maintaining of proper drainage in the work area. Price shall include full compensation for stockpile area preparation; loading, hauling, and stockpiling material; and material, equipment, labor, tools, supplies, and incidentals. 01270307 MEASUREMENT AND PAYMENT 01025 - 2 03i08 1.12 SUBGRADE PREP (6" THICKNESS) Payment will be made for preparing a 6-inch subgrade layer (includes the 6-inch layer immediately below the base course) as defined in the plans and specifications on a per square yard basis. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 1.13 GRADING AND TOPSOIL PREPARATION IN UNPAVED AREAS Payment will be made for excavation and embankment necessary to set proper grades in unpaved areas on a per square yard basis including fine grading and topsoil preparation. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals neccssary to complete the project as shown in the plans. 1.14 SOIL PREPARATION, SODING AND FERTILIZING -- Payment will be made for the sod actually laid or seed actually sewn on a per square yard basis. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. The unit price bid shall include furnishing and installing all materials, subgrade preparation, fertilization, watering, maintenance, and all incidentals necessary to complete the work. 1.15 TXDOT 340 ASPHALT PAVEMENT (TY B AND TY C) & 1.16 Payment will be made for the construction of Dense -Graded Hot -Mix Asphalt of the type, surface aggregate classification, and binder specified on a per ton basis, measured by the ton of composite hot mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with TxDOT Item 520, "Weighing and Measuring Equipment. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Trial batches will not be paid for unless they are incorporated into pavement work approved by the engineer. 1.17 EMULSION SEAL Payment will be made for providing and installing an asphalt emulsion seal on top of the Ty B base course as defined in the plans and specifications on a per square yard basis. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 1.18 CONCRETE CURB AND GUTTER, 30-INCH WIDE SECTION & 1.19 Payment will be made for constructing 30-inch curb and gutter and sawtooth curb and gutter as defined in the plans and specifications on a per linear foot basis. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 01270307 MEASUREMENT AND PAYMENT 01025 - 3 03i08 1.20 4-INCH CONCRETE SIDEWALK Payment will be made for constructing 4-inch thick, exposed aggregate concrete sidewalk matching the existing sidewalk in appearance, and sand pad as defined in the plans and specifications on a per square yard basis. This item shall also include square yardage of regular concrete sidewalk as detailed. Subgrade preparation, incidental excavation and embankment under the sidewalk shall be considered incidental to this bid item. Price shall include all reinforcing as per the plans. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 1.21 ADA RAMPS (TY A) Payment will be made for constructing the TY A ADA ramps as defined in the plans and specifications on a per each basis including the brick pavers, base, etc. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 1.22 8-INCH PORTLAND CEMENT CONCRETE PAVING Payment will be made for constructing 8-inch thick concrete paving as defined in the plans and specifications on a per square yard basis. Price shall include all reinforcing and joint sealing as per the plans. Price shall be valid for both CRCP and unreinforced pavement sections as shown in the plans. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 1.23 CONCRETE RIP RAP (4 INCH) Payment will be made for constructing 4-inch concrete rip rap on a square yard basis. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. The unit price shall include all materials, excavation, filling, backfilling, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. 1.24 PAVEMENT MARKING Payment will be made for providing and installing pavement markings as defined in the plans and specifications on a per square foot basis including any related prep work. All quantities installed will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 01270307 MEASUREMENT AND PAYMENT 01025 - 4 03/08 1.25 REMOVE AND DISPOSE OF SIGN (TY 5 AND 6A) & 1.27 Payment will be made for removing and disposing of existing signs and footing (per each type) as defined in the plans and specifications on a per each basis. Price shall include all disposal fees and termination of existing electrical. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to remove and dispose of the sign. 1.26 REHAB EXISTING SIGN (TY 5, 6A, 7, 10, 11, 12, 14, AND 16) & 1.28 - 1.34 Payment will be made for rehabilitating existing signs (per each type) as defined in the plans and specifications on a per each basis. Price shall include removal of sign panel, sandblasting (or -, other prep method), recoating, reinstalling and any other miscellaneous item. All signs rehabilitated will be verified by the Owner to ensure requirements are met. No additional payment j will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 1.35 IRRIGATION REPAIR/RELOCATION A count will be made of the number of sprinkler heads to be installed, salvaged and/or relocated to maintain a comparable irrigation system. Payment will be made at the unit price bid per each sprinkler head installed, whether salvaged or replaced including adjustment of related water lines. The contractor shall ensure that the Owner has the opportunity to count the sprinkler heads prior to adjustment. If sprinkler heads are adjusted without allowing the count by the Owner, no payment will be made for that adjustment. The unit price bid shall include excavation, filling, backfilling, Class 200 PVC piping, fittings, risers, nozzles, and all incidentals necessary to complete the work. 1.36 RELOCATE IRRIGATION CONTROL CABLE (INCLUDING CONDUIT) If unforeseen irrigation cable or conduit is discovered, payment will be made for the lowering, if possible, repair and reinstallation of irrigation control cables and/or irrigation lines surfaced by the pavement demolition process on a per linear foot basis. The limits of reinstallation for exposed pipe or wiring shall extend from 2 feet behind back -or -curb to 2 feet beyond the opposing back -of -curb. All items adjusted will be verified by the Owner to ensure requirements are met. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 1.37 VALVE ADJUSTMENT Payment will be made for adjusting all water valves within the limits of the pavement as defined in the plans and specification on a per each basis. All valves adjusted will be verified by the Owner to ensure requirements are met. No additional payment will be made for items overlooked in the bid. Price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. 01270307 MEASUREMENT AND PAYMENT 01025 - 5 03/08 1.38 VAULT REPAIR Payment shall be made for the repair and replacement of the vault lid on a lump sum basis. Price shall include removal and disposal of existing lid, reconditioning of vault walls, construction and placement of new lid, sealing of all joints, safety protection necessary during construction, and all equipment, labor, materials, superintendence, and incidentals necessary to complete the work. 1.39 ALTERNATE 1 Payment will be made for reconstructing pavement within limits shown in the plans, including all removal, haul off, subgrade preparation, base construction, surface course construction, marking, signage and any other. miscellaneous item on a lump sum basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the pavement reconstruction. 1.40 ALTERNATE 2 Payment will be made for chip seal of pavement within limits shown in the plans, including all base/surface course spot repair, crack sealing, preparation, chip seal, marking and any miscellaneous item, on a lump sum basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the chip seal rehabilitation. 1.41 ALTERNATE 3 Payment will be made for chip seal of pavement within limits shown in the plans, including all base/surface course spot repair, crack sealing, preparation, chip seal, marking and any miscellaneous item, on a lump sum basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the chip seal rehabilitation. 1.42 ALTERNATE 4 Payment will be made for reconstructing pavement within limits shown in the plans, including all removal, haul off, subgrade preparation, base construction, surface course construction, marking, signage and any other miscellaneous item on a lump sum basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the pavement reconstruction. 1.43 ALTERNATE 5 Payment will be made for removing sign AA, modifying sign AA, rehabilitating sign AA, reinstalling sign AA, rehabilitating sign AO, relocating sign AO, terminating existing electrical service, installing new electrical service and all other incidental items, on a lump sum basis. Price shall include all equipment, labor, materials, superintendence and all incidentals necessary to complete the signage work as shown in the plans. 01270307 MEASUREMENT AND PAYMENT 01025 - 6 03,108 1.44 ALTERNATE 6 Alternate 6 may either be an additive or a deductive alternate. Indicate an add, over and above the Base Bid pavement section, as a positive unit price per square yard. Indicate a deduct to the Base Bid pavement section as a negative unit price per square yard. If selected, the Contractor will be paid for installed quantities for all Base Bid pavement section items and will either have an add or deduct per square yard of asphalt pavement section depending on the Contractor's Alternate 6 unit price. 1.45 SURVEY Survey and site layout will be considered subsidiary to all other bid items. No separate payment will be made. 1.46 JOBSITE CLEANUP Site cleaning will be considered subsidiary to all other bid items. No separate payment will be made. 1.47 PIPE RAIL FENCE Providing and installing galvanized pipe rail fence as defined in the plans and specifications will not be paid for separately, but will be considered subsidiary to "Traffic Control and Barricading". Salvaged pipe rail from this project, deemed acceptable by the engineer, may be reused. All quantities installed will be verified by the Owner to ensure requirements are met. This item shall include all equipment, labor, materials, superintendence, and all incidentals necessary to complete the project as shown in the plans. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01270307 MEASUREMENT AND PAYMENT 01025 - 7 03/08 SECTION 01027 APPLICATIONS FOR PAYMENT PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Administrative and procedural requirements governing the following: 1. Contractor's Applications for Payment. 2. Schedule of Values 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Submittal procedures, photographs or video. B. Section 01700 - Project Closeout: Final payment. 1.4 SCHEDULE OF VALUES A. Coordinate preparation of the Schedule of Values with preparation of the Contractor's Construction Schedule. 1. Correlate line items in the Schedule of Values with other required administrative schedules and forms, including: a. Contractor's construction schedule. b. Application for Payment form. C. List of subcontractors. d. Schedule of allowances. e. Schedule of alternates. f. List of principal suppliers and fabricators. g. Schedule of submittals. 2. Submit the Schedule of Values to the Engineer at the earliest feasible date, but in no case later than 14 days after "Notice to Proceed". B. Format and Content: Use the Project Manual Bid Form as a guide to establish the format for the Schedule of Values. 1. Identification: Include the following Project identification on the Schedule of Values: a. Project name and location. b. Name of the Engineer. C. Project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange the Schedule of Values in a tabular form with separate columns to indicate the following for each item listed: a. Item name. b. Units of Measurement. 01270307 APPLICATIONS FOR PAYMENT 01027 - 1 03/08 C. Plan Quantity. d. Plan Amount. e. Percent Complete. f. Amount Complete to Date. g. Change Orders (numbers) that have affected value. 3. Round amounts off to the nearest whole dollar; the total shall equal the Contract Sum. 4. For each part of the Work where an Application for Payment may include materials or equipment, purchased or fabricated and stored, but not yet installed, provide separate line items on the Schedule of Values for initial cost of the materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 5. Schedule Updating: Update and resubmit the Schedule of Values when Change Orders or Construction Change Directives result in a change in the Contract Sum. Individually list approved change orders on schedule of values and application for payment. 1.5 APPLICATIONS FOR PAYMENT :A A. Each Application for Payment shall be consistent with previous applications and payments as certified by the Engineer and paid for by the Owner. 1. The initial Application for Payment, the Application for Payment at time of Substantial Completion, and the final Application for Payment involve additional requirements. B. Payment Application Times: The date for receipt of each progress payment shall be received by the Engineer prior to last day of each month. The period of construction Work covered by each Application for Payment is one month. - C. Payment Application Forms: Use AIA Document G 702 and Continuation Sheets G 703 as the form for Application for Payment. D. Application Preparation: Complete every entry on the form, including notarization and execution by person authorized to sign legal documents on behalf of the Owner. Incomplete applications will be returned without action. I. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions have been made. 2. Include amounts of Change Orders and Construction Change Directives issued prior to the last day of the construction period covered by the application. E. Transmittal: Submit 5 executed copies of each Application for Payment to the Engineer by means ensuring receipt within 24 hours; one copy shall be complete, including waivers of lien and similar attachments, when required. 1. Transmit each copy with a transmittal form listing attachments, and recording M appropriate information related to the application in a manner acceptable to the Engineer. F. Waivers of Mechanics Lien: With each Application for Payment submit waivers of mechanics liens from subcontractors or sub- subcontractors and suppliers for the construction period covered by the previous application. 1. Submit partial waivers on each item for the amount requested, prior to deduction for retainage, on each item. - 2. When an application shows completion of an item, submit final or full waivers. 3. The Owner reserves the right to designate which entities involved in the Work must submit waivers. 01270307 APPLICATIONS FOR PAYMENT 01027 - 2 03/08 4. Waiver Delays: Submit each Application for Payment with the Contractor's waiver of mechanics lien for the period of construction covered by the application. a. Submit final Application for Payment with or preceded by final waivers fiom every entity involved with performance of Work covered by the application who could lawfully be entitled to a lien. 5. Waiver Forms: Submit waivers of lien on forms, and executed in a manner, acceptable to Owner. G. Initial Application for Payment: Administrative actions and submittals that must precede with submittal of the first Application for Payment include the following. Items designated with an must be submitted within 14 days after "Notice to Proceed" is issued. 1. *List of subcontractors. 2. *List of principal suppliers and fabricators. 3. *Schedule of Values. 4. Contractor's Construction Schedule (preliminary if not final). 5. *List of Contractor's staff assignments. 6. *Copies of building permits H. Application for Payment at Substantial Completion: Following issuance of the Certificate of Substantial Completion, submit an Application for Payment. I. Administrative actions and submittals that shall proceed or coincide with this application include: 1. Occupancy permits and similar approvals. 2. Warranties (guarantees) and maintenance agreements. 3. Test/adjust/balance records. 4. Maintenance instructions. 5. Start-up performance reports. 6. Change -over information related to Owner's maintenance. 7. Final cleaning. 8. Application for reduction of retainage, and consent of surety. 9. List of incomplete Work, recognized as exceptions to 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. PART 2-PRODUCTS Not Used 01270307 APPLICATIONS FOR PAYMENT 01027 - 3 03/08 t PART 3 - EXECUTION Not Used END OF SECTION 01270307 APPLICATIONS FOR PAYMENT 01027 - 4 03/08 SECTION 01028 CHANGE ORDER PROCEDURES PART 1-GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.2 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01300 — Submittals: Work Schedule. C. Section 01700 — Contract Closeout. 1.3 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. On request, provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 01270307 CHANGE ORDER PROCEDURES 01028 - 1 03/08 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 01270307 CHANGE ORDER PROCEDURES 01028 - 2 03/08 �4 i' 1.10 EXECUTION OF CHANGE ORDERS A. Execution of Change Order: Engineer will issue Change Orders (on standard City - approved Change Order Form) for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to records each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise prograss schedules to reflect any change in Contract Time, revise sub - schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01028 01270307 CHANGE ORDER PROCEDURES 01028 - 3 03/08 SECTION 01039 COORDINATION AND MEETINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings. General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Progress meetings. E. Preinstallation meetings. F. Cutting and Patching. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate space requirements and installation of electrical work as indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable. C. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. D. Items which require electrical connections shall be coordinated with Division 16 for: 1. Voltage. 2. Phase. 3. Ampacity. 4. No. and size of wires. 5. Wiring diagrams. 6. Starter size, details and location. 7. Control devices and details. E. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owners activities. 01270307 COORDINATION AND MEETINGS 01039 - 1 03/08 1.4 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Control datum for survey is that shown on Drawings. C. Verify set -backs and easements, confirm drawing dimensions and elevations. D. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. E. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.5 PRE CONSTRUCTION MEETING A. Engineer will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Designation of personnel representing the parties in Contract and the Engineer. 2. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 3. Scheduling a. Use of premises by Owner and Contractor. b. Owner's requirements. C. Construction facilities and controls provided by Owner. d. Survey and layout. e. Security and housekeeping procedures. f. Schedules. g. Procedures for testing. h. Procedures for maintaining record documents. i. Requirements for start-up of equipment. j. Inspection and acceptance of equipment put into service during construction period. D. Engineer will record minutes and distribute copies within five days after meeting to participants. 1.6 PROGRESS MEETINGS A. The Engineer will schedule and administer meetings throughout progress of the Work at minimum bi-weekly intervals. B. The Engineer will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 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. 01270307 COORDINATION AND MEETINGS 01039 - 2 03/08 .. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. - 13. Other business relating to Work. E. Record minutes and distribute copies within five days to Engineer, participants, and those affected by decisions made. 1.7 PREINSTALLATION MEETING A. When required in individual specification Sections, the Contractor shall convene a preinstallation meeting at work site prior to commencing work of the Section. B. Require attendance of parties directly affecting, or affected by, work of the specific Section. C. Notify Engineer four days in advance of meeting date. D. Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. The Engineer will record minutes and distribute copies within five days after meeting to participants. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct location. D. Document the site by photo and note any pre-existing conditions of concern and damage to existing facilities. Submit a copy of photos to the Engineer. 3.2 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching, including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 01270307 COORDINATION AND MEETINGS 01039 - 3 _. 03/08 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. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. I. Identify any hazardous condition exposed during the Work to the Architect or Engineer for Decision or remedy. END OF SECTION 01270307 COORDINATION AND MEETINGS 01039 - 4 03/08 SECTION 01300 SUBMITTALS PART 1-GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed products list. D. Shop drawings. E. Product data. F. Samples. G. Manufacturers' instructions. H. Manufacturers' certificates. I. Construction photographs. 1.2 RELATED SECTIONS A. Section 0 14 10 — Testing Laboratory Services. B. Section 01700 - Contract Closeout. 1.3 SUBMITTAL PROCEDURES A. Submit a minimum of five (5) copies of each submittal. B. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for Contractor and Engineer review stamps. H. Revise and resubmit submittals as required, identify all changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. J. Submittals not requested will not be recognized or processed. 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical suffix for each re -submittal. 01270307 SUBMITTALS 0I300 - 1 03108 1.5 CONSTRUCTION PROGRESS SCHEDULES. A. Submit initial progress schedule in duplicate for Engineer within 15 days after date established in Notice to Proceed. B. Submit revised schedules with each Application for Payment, identifying changes since previous version. C. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. ¢ D. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. a E. Indicate estimated percentage of completion for each item of Work at each submission. F. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by Owner. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.7 SHOP DRAWINGS A. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. B. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions which Contractor requires, plus four copies which will be retained by.Architect. C. Drawing size shall be minimum 81/2 x 11 inches and maximum of 30 x 42 inches. D. Draw details to a minimum size'/2 inches equal to-] foot. E. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article above and for record document purposes described in Section 01700 — Contract Closeout. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. C. Include recommendations for application and use, compliance with specified standards of trade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 01270307 SUBMITTALS 01300 - 2 03/08 1 1.9 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics ofthe Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors, textures, and patterns, as specified, for Engineer's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number or samples specified in individual specification Sections; one ofwhich will be retained by Engineer. F. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.10 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 1.11 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01270307 SUBMITTALS 01300 - 3 03/08 SECTION 01356 STORM WATER POLLUTION PREVENTION MEASURES PART 1- GENERAL 1.1 GENERAL A. The Contractor shall develop a Stormwater Pollution Prevention Plan (SWP3), implement and maintain storm water pollution prevention measures shown on the drawings, file the Notice of Intent (N.O.I.) (including an N.O.I. for the Owner as an Operator) and file the Notice of Termination (N.O.T.) The Contractor shall coordinate work that interferes with SWP3 measures with Engineer. 1.2 SUBMITTALS A. Submit two (2) copies of the SWP3 for the Owner's record. 1.3 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of.pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWPPP and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site will be installed by the Contractor as soon as practical and in accordance with the SWP3. 2. In all cases, Contractor `shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. 01270307 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 1 03/08 E. Site Stabilization I . Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures to be implemented by the Contractor may include any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer stips, e. paving. 3. Stabilization measures shall be implemented in accordance with the SWP3. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. Stormwater Pollution Prevention Plan (SWP3) is to be developed by the Contractor. Provide one copy to the Engineer and one copy to the Owner. B. A completed Construction Site Notice form in accordance with the requirements of the State's general permit for storm water discharges from construction sites will be prepared by the Contractor. C. The SWPPP shall be continually updated as necessary to reflect current and changing conditions on site. Additional measures not specifically shown in the SWP3 may be used to control erosion from leaving the site. D. The Contractor shall file the N.O.I. and N.O.T. including N.O.I and N.O.T for the Owner as an Operator. E. The Contractor shall submit all applicable fees for the Contractor's N.O.1 as well as the Owner's N.O.I. END OF SECTION 01356 01270307 STORM WATER POLLUTION PREVENTION MEASURES 01356 - 2 03/08 SECTION 01410 TESTING LABORATORY SERVICES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Selection and payment. B. Contractor submittals. C. Laboratory responsibilities. D. Laboratory reports. E. Limits on testing laboratory authority. F. Contractor responsibilities. 1.3 RELATED SECTIONS A. Section 01300 - Submittals. B. Section 01700 - Contract Closeout. C. Individual Specification Sections: Inspections, tests, and standards for testing are required. 1.4 REFERENCES A. ANSUASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSUASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 1.5 SELECTION AND PAYMENT A. An independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Engineer and independent firm 48 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. D. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. 01270307 TESTING LABORATORY SERVICES 01410 - 1 03/08 E. The cost associated with compliance testing shall be paid by the Owner. Re -testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for re -testing will be paid by the Contractor. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSUASTM E329 and ANSUASTM D3740R. B. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. C. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.7 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with Engineer and Contractor in performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Engineer and Contractor of observed irregularities or non-conformance of Work or Products. F. Perform additional inspections and tests required by Engineer. 1.8 LABORATORY REPORTS A. After each inspection and test, promptly submit three copies of laboratory report to Architect, and to Contractor. B. Include: 1. Date issued, 2. Project title and number, 3. Name of inspector, 4. Date and time of sampling or inspection, 5. Identification of product and Specifications Section, 6. Location in the Project, 7. Type of inspection or test, 8. Date of test, 9. Results of tests and 10. Conformance with Contract Documents. C. When requested by Engineer, provide interpretation of test results. 1.9 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop the Work. 01270307 TESTING LABORATORY SERVICES 01410 - 2 03/08 i 1.10 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.11 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01270307 TESTING LABORATORY SERVICES 01410 - 3 03i08 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, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.3 RELATED SECTIONS A. Section 01700 - Execution Requirements: Final Cleaning 1.4 TEMPORARY ELECTRICITY A. Provide temporary electric feeder from electrical service at location as directed. B. Contractor will pay cost of energy used. Exercise measure to conserve energy. C. Power Service Characteristics: as indicated on the drawings. D. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Permanent convenience receptacles may be utilized during construction. F. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1. Provide 20 ampere duplex outlets served by single phase circuits for power tools for every 2000 sq ft of active work area and at specific locations as required. 2. Provide flexible power cords as required. 3. Provide 20 ampere, single phase branch circuits for lighting. 1.5 TEMPORARY LIGHTING A. Provide and maintain lighting for construction operations to achieve a minimum lighting level of 2 watt/sq ft. B. Provide and maintain 1 watt/sq ft lighting to exterior staging and storage areas after dark for security purposes. C. Provide and maintain 0.25 watt/sq ft H.I.D. lighting to interior work areas after dark for security purposes. 01270307 TEMPORARY FACILITIES & CONTROLS 01500 - 1 03/08 D. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. E. Maintain lighting and provide routine repairs. F. Permanent building lighting may be utilized during construction if applicable. 1.6 TEMPORARY HEAT A. Provide and pay for heat devices and heat as required to maintain specified conditions for construction operations. B. Owner will pay cost of energy used. Enclose building prior to activating temporary heat in accordance with Article 1.14 - Exterior Enclosures, in this Section and exercise measures to conserve energy. C. Provide separate metering and reimburse Owner for cost of energy used. D. Prior to operation of permanent equipment for temporary heating purposes, verify that installation is approved for operation, equipment is lubricated and filters are in place. Provide and pay for operation, maintenance, and regular replacement of filters and wom or consumed parts. E. Maintain minimum ambient temperature of 50 degrees F in areas where construction is in progress, unless indicated otherwise in specifications. F. Do not use permanent building heating equipment until all dust related operations are completed. 1.7 TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 1.8 TELEPHONE SERVICE A. Provide, maintain and -pay for telephone service to field office and Engineer's field office at time of project mobilization. 1.9 TEMPORARY WATER SERVICE A. Provide, maintain and pay for suitable quality water service required for construction operations. B. Exercise measures to conserve water. C. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing. 1.10 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 01270307 TEMPORARY FACILITIES & CONTROLS 01500 - 2 03/08 1.11 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of the site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 1.12 FENCING A. Construction: At Contractor's option, commercial grade chain link fence or solid wood fence, painted. B. As necessary or where specified, provide 6 foot high fence around construction site; equip with vehicular and pedestrian gates with locks. 1.13 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.14 EXTERIOR ENCLOSURES A. Provide temporary insulated weather -tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification Sections, and to prevent entry of unauthorized persons. B. Provide access doors with self -closing hardware and locks. 1.15 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection fiom waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.16 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 01270307 TEMPORARY FACILITIES & CONTROLS 01500 - 3 03/08 1.17 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Existing on -site roads may be used for construction traffic. 1.18 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.19 PROJECT IDENTIFICATION A. Provide 8 w x 6 h foot project sign of exterior grade plywood and wood frame construction, painted, with exhibit lettering by professional sign painter. B. List title of project, names of Owner, Architect, Engineer, professional sub -consultants, Contractor and major Subcontractors. C. Erect on site facing incoming traffic. D. No other signs are allowed without Owner permission except those required by law. 1.20 FIELD OFFICES AND SHEDS A. Office: Weather -tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack and drawing display table. 1.21 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 - PRODUCTS Not Used 01270307 TEMPORARY FACILITIES & CONTROLS 01500 - 4 03/08 PART 3-PRODUCTS Not Used END OF SECTION 01270307 TEMPORARY FACILITIES & CONTROLS 01500 - 5 03i08 SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1 - GENERAL 1.1 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART2-PRODUCTS 2.1 CONSTRUCTION METHODS A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. PART 3 - EXECUTION 3.1 GENERAL A. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to insure compliance with the Traffic Control Plan (TCP). 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION 01555 01270307 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 03/08 SECTION 01560 ENVIRONMENTAL PROTECTION PART 1-GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. CODE OF FEDERAL REGULATIONS (CFR) 29 CFR 1910-SUBPART G Occupational Health and Environmental Control CORPS OF ENGINEERS (COE) COE EP-1165-2-304 1976 Flood Plain Regulations for Flood Plain Management 1.2 DEFINITIONS A. Sediment Soil and other debris that have eroded and have been transported by runoff water or wind. B. Solid Waste Rubbish, debris, garbage, and other discarded solid materials resulting from industrial, commercial, and agricultural operations and from community activities. C. Rubbish Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal, lumber, cans, and bones. D. Debris Combustible and noncombustible wastes such as ashes and waste materials resulting from construction or maintenance and repair work, leaves, and tree trimmings. E. Chemical Wastes This includes salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent products which serve no purpose. F. Sanitary Wastes 1. Sewage Wastes characterized as domestic sanitary sewage. 2. Garbage Refuse and scraps resulting from preparation, cooking, dispensing, and consumption of food. G. Oily Waste 1. Petroleum products and bituminous materials. 1.3 ENVIRONMENTAL PROTECTION REQUIREMENTS Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops during normal construction practice. Plan for and provide environmental protective measures required to correct 01270307 ENVIRONMENTAL PROTECTION 01560 - 1 03/08 conditions that develop during the construction of permanent or temporary environmental features associated with the project. Comply with Federal, state, and local regulations pertaining to the environment, including but not limited to water, air, and noise pollution. A. Preconstruction Survey Perform a preconstruction survey of the project site with the Engineer, and pollution prevention measures necessary to assess existing environmental conditions in, and adjacent to the site. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PROTECTION OF NATURAL RESOURCES Preserve the natural resources within the project boundaries and outside the limits of permanent work. Restore to an equivalent or improved condition upon completion of work. Confine construction activities to within the limits of the work indicated or specified. A. Land Resources Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or shrubs without the Engineer's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Engineer. Where such use of attach ropes, cables, or guys is authorized, the Contractor shall be responsible for any resultant damage. 1. Protection Protect existing trees which are to remain and which may be injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced rocks from uncleared areas. By approved excavation, remove trees with 30 percent or more of their root systems destroyed. 2. Replacement Remove trees and other landscape features scarred or damaged by equipment operations, and replace with equivalent, undamaged trees and landscape features. Obtain Engineer's approval before replacement. 3. Temporary Construction Remove traces of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other signs of construction. Grade temporary roads, parking areas, and similar temporarily used areas to conform with surrounding contours. B. Water Resources 1. Oily Wastes Prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Surround all temporary fuel oil or petroleum storage tanks with a temporary earth berm of sufficient size and strength to contain the contents of the tanks in the event of leakage or spillage. 01270307 ENVIRONMENTAL PROTECTION 01560 - 2 03/08 3.2 EROSION AND SEDIMENT CONTROL MEASURES A. Bumoff Burnoff of the ground cover is not permitted. B. Borrow Areas Manage and control borrow areas to prevent sediment from entering nearby streams or lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and haul operations. Restoration includes grading, replacement of topsoil, and establishment of a permanent vegetative cover. C. Protection of Erodible Soils Immediately finish the earthwork brought to a final grade, as indicated or specified. Immediately protect the side slopes and back slopes upon completion of rough grading. Plan and conduct earthwork to minimize the duration of exposure of unprotected soils. D. Temporary Protection of Erodible Soils Mechanically retard and control the rate of runoff from the construction site. This includes construction of diversion ditches, benches, and berms to retard and divert runoff to protected drainage courses. 3.3 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES Pick up solid wastes, and place in containers which are regularly emptied. Do not prepare, cook, or dispose of food on the project site. Prevent contamination of the site of other areas when handling and disposing of wastes. On completion, leave the areas clean. Control and dispose of waste. A. Disposal of Rubbish and Debris Dispose of rubbish and debris in accordance with the requirements specified in area as directed by Owner. B. Garbage Disposal Place garbage in approved containers, and move to a pickup point or disposal area, where directed. 3.4 DUST CONTROL Contractor will be fully responsible for dust control along all haul roads and in the project area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat, with dust suppressants, the soil at the site, haul roads, and other areas disturbed by operations. 3.5 STORM WATER POLLUTION PREVENTION PLAN Refer to Section 01356. END OF SECTION 01270307 ENVIRONMENTAL PROTECTION 01560 - 3 03/08 SECTION 01700 EXECUTION REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.3 RELATED SECTIONS A. Section 01500 -Temporary Facilities and Controls: Progress cleaning. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: r 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. r 01270307 EXECUTION REQUIREMENTS 01700 - 1 03/08 i_ D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.6 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, 8 '/2 x 11 inch text pages, bound in three D-ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Engineer comments. Revise content of documents as required prior to final submittal. C. Submit two final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. G. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Operating instructions necessary for Owner to make full and efficient use of equipment including recommended maintenance and seasonal change -over procedures for HVAC systems. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. I. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Air and water balance reports. 3. Certificates. 4. Photocopies of warranties and bonds. 01270307 EXECUTION REQUIREMENTS 01700 - 2 03/08 1.7 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART2-PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 01270307 EXECUTION REQUIREMENTS 01700 - 3 03/08 SECTION 02200 DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS PART 1 - GENERAL 1.1 GENERAL This item shall consist of the demolition, removal, and salvage or disposal of certain portions of existing paving materials, including existing asphalt surfacing and base material and existing concrete paving, curb and gutter, ADA ramps and sidewalk in accordance with these specifications and in conformity with the dimensions and typical cross sections shown on the plans and with the lines and grades established for the project. 1.2 CLASSIFICATION Materials to be removed consist of asphalt surface course, flexible base, concrete sidewalk, concrete pavement, concrete curb and gutter, signage, and other items. No consideration shall be given to differences in thickness or volume of material for each material removed. All pavement of each type to be removed shall be considered as being the same and equal and no consideration shall be given to differences in thickness of material. Materials to be salvaged for re -use by the Owner include existing hot -mix asphaltic concrete and flexible base. Asphalt: f4" thickness. Flexible Base: f10" thickness. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 GENERAL Where applicable, all lines separating pavement to be removed from that to remain in place shall be cut neatly and in a straight line, or shall be separated at an existing expansion or construction joint. Cuts shall be made by means of sawing, or other methods approved by the Owner's Representative which will produce a satisfactory edge. In no case shall the line be cut with a motor grader blade. 3.2 SALVAGING AND STOCKPILING RECLAIMABLE ASPHALT PAVEMENT (SEPARATE) Remove dirt, raised pavement markings, and other debris, as directed by the engineer. Mill the asphalt material as shown on the plans or as directed by the engineer. Target the following gradation: 100% passing 2-inch sieve 55% passing #4 sieve Do not contaminate asphalt material during its removal, transportation, or storage. Repair pavement to remain that is damaged by the removal operations. Provide a clean, smooth, and well -drained 01270307 DEMOLITION, REMOVAL AND SALVAGING 02200 - 1 03/08 OF EXISTING MATERIALS stockpile area free of trash, weeds, and grass at the location specified in the plans. Separate different types or quality of asphalt material into different stockpiles as directed. The Owner retains ownership of the reclaimed asphalt material, except that which is allowed for use as reclaimed material for other Items in the Contract. For portions of the existing asphalt that the Contractor intends to re -incorporate as RAP, the Contractor shall refer to Section 02742 for RAP gradation requirement. 3.3 SALVAGING AND STOCKPILING BASE MATERIAL (SEPARATE) Remove the existing base material and stockpile without interfering with traffic, proper drainage, or the general requirements of the work. Remove scarified material using a method approved by the Engineer. Keep material free of contamination. Provide a clean, smooth, and well -drained stockpile area free of trash, weeds, and grass at the location specified in the plans. The Owner retains ownership of the salvaged material, except that which is allowed for use as salvaged material for other Items in the Contract. 3.4 SALVAGING EXISTING ASPHALT SURFACING AND BASE MATERIAL (COMBINED) If the Alternate pavement section is awarded, the Contractor is responsible for blending the existing asphalt and flex base, at a ratio of 4 inches of asphalt pavement to 6 inches of base material, as measured in place, for re -use on the project. The material shall meet the following gradation: 100% passing 2-inch sieve. 55% passing #4 sieve. Stockpile the blended material at the location specified in the plans for re -use after subgrade operations. The Owner retains ownership of the material, except that which is reused for other items on this project. 3.5 SIGNS The Contractor shall refer to the plans for a complete list of signs to be salvaged and a list of signs to be demolished. 3.6 CONCRETE PAVEMENT, SIDEWALK, ADA RAMPS AND CURB AND GUTTER The Contractor shall remove all concrete pavement, sidewalk, ADA ramps and curb and gutter as shown on the plans. Transport the material off -site and dispose of at a State of Texas permitted recycling facility or Type IV Landfill. END OF SECTION 01270307 DEMOLITION, REMOVAL AND SALVAGING 02200 - 2 03/08 OF EXISTING MATERIALS SECTION 02223 EXCAVATION, SUBGRADE PREPARATION, GRADING, EMBANKMENT AND TOPSOILING PART I - GENERAL 1.1 GENERAL ' A. This item shall consist of excavation, subgrade preparation, grading, embankment and topsoiling of all materials within the limits of the work required to complete the construction of the various items included in this project in accordance with these specifications and in conformity with the dimensions and typical sections shown on the plans and with the lines and grades established for the project. B. All suitable material taken from excavation shall be used in the formation of embankment, :h subgrade, and for backfilling as indicated on the plans or as directed by the Owner's Representative. Tom. C. Although it is not anticipated that fill will be necessary, any fill material shall be supplied from borrow sites located on the Owner's property. If the volume of excavation material removed from the project construction area exceeds that required to construct the project to the grades indicated, the excess material shall remain the property of the Owner and shall be properly disposed of in areas shown on the plans. D. If the Owner's stockpiles do not contain adequate material for the embankment, the Contractor will be responsible for securing another source of suitable material. 1.2 CLASSIFICATION A. All material excavated shall be defined as unclassified excavation and shall include all excavation performed under this item regardless of the material encountered. Existing asphaltic concrete pavement and base material shall be salvaged for re -use in accordance with Section 02200, DEMOLITION, REMOVAL AND SALVAGING OF EXISTING MATERIALS, of these specifications. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 GENERAL = A. The rough excavation shall be carried to the necessary depth to obtain the specified depth of subgrade densilication shown on the plans. Likewise, on embankments, the depth of subgrade densification shall be as shown on the plans. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials, in an approved manner and condition, at his own expense. The Owner's Representative shall have complete control over the excavation, moving, placing, and disposition of all material and shall determine the suitability of material to be placed in -� 01270307 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 1 03/08 EMBANKMENT AND TOPSOILING embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fills or in subgrades but shall be handled and placed as directed. B. The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. C. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil. D. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the contract. 3.2 EXCAVATION A. Excavation shall be performed as indicated on the contract plans to the lines, grades, and elevation shown or as directed by the Owner's Representative, and shall be made so that the requirements for formation of embankments can be followed. No excavation or stripping shall be started until the Owner's Representative has taken cross -sectional elevations and measurements of the existing ground surface, and has set control base. lines for the proposed work. All material encountered within the limits indicated shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. B. When selective grading is specified or required as indicated on the plans, the excavated material shall be handled to allow the selected material to be properly placed in the embankment and in the capping of pavement subgrades as determined from the soil profile and soil characteristics. C. The Contractor shall so schedule the work that excavated material can be placed in its proper section of the pavement construction. If the Contractor for his convenience desires to stockpile material, it shall be stockpiled in approved areas for later use. D. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for subgrades, roads, shoulders, intermediate areas, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches below the contemplated surface of the subgrade or the designated grades. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to a depth specified, to provide a satisfactory foundation. Unsatisfactory materials shall become the property of the Contractor and shall be disposed of at locations approved by the Owner's Representative at the Contractor's expense. The portion so excavated shall be refilled with suitable selected material as specified, obtained from the grading operations or borrow area and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, or where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. E. The Owner reserves the right to make minor adjustments or revisions in lines or grades, if found necessary, as the work progresses due to discrepancies in the plans or to obtain satisfactory construction. 01270307 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 2 03/08 EMBANKMENT AND TOPSOILING F. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by the Contractor as an incidental part of the work, unless otherwise shown on the plans. G. In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified by the specifications, and as determined by the compaction control tests specified in ASTM D-698. Any unsuitable materials encountered shall be removed. H. In cut areas, the subgrade material shall be removed to the depths indicated on the drawings. The bottom layer of subgrade shall be compacted to the depths and density as shown on the drawings. The remaining layers of subgrade shall be constructed as embankment as shown on the drawings. I. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density except as specified above. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to obtain the required density, except as specified above, shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. J. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 12 inches of the subgrade. The finished grading operations conforming to the typical cross section shall be completed and maintained ahead of the paving operations. K. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Owner's Representative. L. Blasting will not be permitted. 3.3 PREPARATION OF EMBANKMENT AREA A. Embankment areas shall be cleared and grubbed. All depressions or holes below the ground surface, whether caused by grubbing or otherwise, shall be backfilled with suitable material and compacted to ground surface before the construction of the embankment will be permitted to start. B. Immediately prior to the placing of the fill materials, the entire area upon which the embankment is to be placed, except where limited by rock, shall be scarified and broken by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the fill material shall be spread over the scarified foundation and the whole area compacted as required in the specifications. C. Where embankments are to be placed on natural slopes steeper than 3-to-I, horizontal benches shall be constructed as directed by the Owner's Representative. Suitable excavated material shall be incorporated in embankments. D. No direct payment shall be made for the preparation of the embankment area. 01270307 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 3 03/08 EMBANKMENT AND TOPSOILING 3.4 STRIPPING A. All vegetation such as trees, brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. No direct payment will be made for stripping. 3.5 FORMATION OF EMBANKMENTS A. Embankments shall be formed of satisfactory materials placed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section. B. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. All materials entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers as specified. C. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing weather, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. D. The material in the layers shall be of the proper moisture content before rolling to obtain the prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be too wet to permit proper compaction or rolling, all work on all portions of the embankment thus affected shall be delayed until the material has dried to the required moisture content. Sprinkling shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples ofall embankment materials for testing, both before and after placement and compaction, will be taken at frequent intervals. From these tests, corrections, adjustments, and modifications of methods, materials, and moisture content will be made to construct the embankment. E. Rolling operations shall be continued until the embankment is compacted to riot less than the following, at optimum moisture, as determined by the compaction control tests in ASTM D-698. Soil Class % Compaction per ASTM D-698 GW 97 GP 97 GM 98 GC 98 SW 97 SP 98 SM 98 SM-SC 99 SC 99 ML 100 ML-CL 100 CL 100 OL N/A MH N/A CH N/A OH N/A 01270307 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 4 03/08 EMBANKMENT AND TOPSOILING Under all areas to be paved, the embankment shall be compacted to the depths and to the densities at optimum moisture as shown on the plans or as specified in the specifications, as determined by the compaction control tests specified in ASTM D-698.On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. Any areas inaccessible to a roller shall be consolidated and compacted by mechanical tampers. F. During construction of the embankment, the Contractor shall route his equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. G. In the construction of embankments, starting layers shall be placed in the deepest portion ofthe fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. H. When rock and other embankment material are excavated at approximately the same time, the TM „ rock shall be incorporated into the outer portion of the embankment and the other materials shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimension will not be allowed in the top 12 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material to form a dense, compact mass. Rock or boulders shall not be disposed of outside of the excavation or embankment areas, except at places and in the manner designated by the Owner's Representative. I. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. - J. The Contractor shall be responsible for the stability of all embankments made under the contract and shall replace any portion which, in the opinion of the Owner's Representative, has become displaced due to carelessness or negligence on the part of the Contractor. a K. When stockpiling of excavated material and later rehandling of such material is done for the convenience of the Contractor, no extra payment will be made for the rehandling of stockpiled materials. 3.6 EQUIPMENT A. The Contractor may use any type of earth -moving, compaction, and watering equipment he may k : desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the Owner's Representative in accordance with the total calendar days or working days bid for the construction. The Contractor shall furnish, operate, and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 3.7 PREPARATION AND PROTECTION OF THE TOP OF THE SUBGRADE A. On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted to the density specified. When completed, the surface shall be true to the lines, grades, and cross section shown on the plans or as directed by the Owner's Representative. After all drains, structures, ducts, and other underground appurtenances along the edges or under the pavement have been completed, the subgrade shall be compacted to a 6" depth and a density as specified in 3.5(E) (f 2% optimum moisture) according to ASTM D-698. Any irregularities or depressions that develop under rolling shall be corrected by loosening the material at these places and adding, removing, or replacing material until the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall be compacted to 01270307 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 5 03/08 EMBANKMENT AND TOPSOILING I S the required density by approved mechanical tampers. The material shall be sprinkled with water during rolling or tamping as required or when directed by the Owner's Representative.` B. All soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by the Owner's Representative and replaced with suitable material. After grading operations are complete, all loose stones larger than 2 inches. in their greatest dimension shall be removed from the surface of all proposed graded paving areas and disposed of as directed by the Owner's Representative. C. At all times, the top of the subgrade shall be kept in such condition that it will drain readily and effectively. In handling materials, tools, and equipment, the Contractor shall protect the subgrade from damage by laying planks when directed and shall take other precautions as [ needed. In no case will vehicles be allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped and rolled. Storage or stockpiling of materials on the top of the subgrade will not be permitted. Until the subgrade has been checked and approved, no stabilized subgrade, subbase, base, surface course, or pavement shall be laid thereon. 3.8 HAUL A. No payment will be made separately or directly for haul on any part of the work. All hauling will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the contract unit price for the pay items of work involved. 3.9 TOLERANCES A. in those areas upon which a subbase, base course, or surface course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge, it shall not show any deviation in excess of 2 inch, or shall not be more than 0.05 foot from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling. 3.10 TOPSOIL A. Topsoil shall be salvaged from stripping or other grading operations. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. B. All areas outside the paved areas within the grading limits shall be topsoiled unless otherwise shown on the plans or otherwise directed by the Owner's Representative. C. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Owner's Representative before the various operations are started. 01270307 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 6 03i08 EMBANKMENT AND TOPSOiLING M D. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Owner's Representative, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. E. Grades on the areas to be topsoiled, which have been established, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. F. Prior to the stripping of topsoil from designated areas, any vegetation, briers, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Owner's Representative. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. G. The Contractor shall remove topsoil from the designated areas and to the depth as directed by the Owner's Representative. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Owner's Representative. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. H. In unpaved excavation areas, at least the upper 4 inches of material shall be topsoil, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. I. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Owner's Representative. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. J. No direct payment will be made for topsoil as such. END OF SECTION 01270307 EXCAVATION, SUBGRADE PREPARATION, GRADING, 02223 - 7 03/08 EMBANKMENT AND TOPSOILING SECTION 02260 EXCAVATION SUPPORT AND PROTECTION 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 SUMMARY A. This Section includes temporary excavation support and protection systems. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. I. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified professional engineer. 2. Prevent surface water from entering excavations by grading, dikes, or other means. 3. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1A SUBMITTALS A. Shop Drawings for Information: Prepared by or under the supervision of a qualified professional engineer for excavation support and protection systems. 1. Include Shop Drawings signed' -'and sealed by a . Texas Licensed Professional Engineer responsible for their preparation. B. Qualification Data: For Installer and professional engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. 1.5 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. l . During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. Promptly notify Engineer if 01270307 EXCAVATION SUPPORT AND PROTECTION 02260 - 1 03i08 changes in elevations or positions occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2-PRODUCTS 2.1 MATERIALS A. General: Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A 36/A 36M, ASTM A 690/A 690M, or ASTM A 992/A 992M. -s C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/A 572M, or ASTM A 690/ A 690M; with continuous interlocks. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. r I. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. C. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. D. Monitor excavation support and protection systems daily during excavation progress and .: for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. f 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. Limit vertical offset of adjacent sheet piling to 60 inches. Accurately align exposed faces of sheet piling to vary not more than 2 inches from a horizontal line and not more than 1:120 out of vertical alignment. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3 TRENCH BOXES A. Provide Engineer -approved trench boxes sufficient for depth and width of open -cut trench. All exposed trench shall be protected. ' 01270307 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 03/ 08 i 3.4 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. F. If cut back method is allowed by Owner and is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. 3.5 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. END OF SECTION 02260 01270307 EXCAVATION SUPPORT AND PROTECTION 02260 - 3 03/08 SECTION 02577 PAVEMENT MARKINGS PART1-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. This section covers the painting stripes and installation of traffic buttons on the surface of parking areas applied in accordance with this specification and at the locations shown on the plans. 1.3 RELATED SECTIONS A. Section 02742 — Dense -Graded Hot -Mix Asphalt (Method). B. Section 02751 — Reinforced Concrete for Site Work. PART 2 - PRODUCTS 2.1 PAINT A. Paints for roadways shall conform to Fed. Spec. TT-P-1952, color shall be as shown on the plans. B. Paint shall be in sealed containers that plainly show the designated name, formula or specification number, batch number, color, date of manufacture, manufacturer's name, formulation number and directions, all of which shall be plainly legible at time of use. The paint shall be homogenous, easily stirred to smooth consistency, and shall show no hard settlement or other objectionable characteristics during a storage period of six months. C. All marking paint shall be yellow or white in color. 2.2 TESTING A. Materials will be approved for use based on either of the following data furnished by the Contractor: 1. A test report showing that the proposed batch meets all specified requirements. 2. A test report showing that a previous batch manufactured using the same formulation as that used in manufacturing the proposed batch met all specified requirements, and a report showing rest results on the proposed batch for the following properties required in the material specifications: weight per gallon, viscosity, fineness of grind, drying time and gradation. 01270307 PAVEMENT MARKINGS 02577 - 1 03/08 2.3 EQUIPMENT A. General All equipment for the work shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. B. Paint Applicators The equipment for applying paint to pavements shall be self-propelled or mobile -drawn pneumatic spraying machine with suitable arrangements of atomizing nozzles and controls to obtain the specified results. The machine shall be capable of applying the stripe widths indicated, at the paint coverage rate specified in paragraph 3.1, and of even uniform thickness with clear-cut edges. The paint applicator shall have paint reservoirs or tanks of sufficient capacity and suitable gauges to apply paint in accordance with requirements specified. Tanks shall be equipped with suitable air -driven mechanical agitators. The spray mechanism shall be equipped with quick - action valves conveniently located, and include necessary pressure regulators and gauges in full view and reach of the operator. Paint strainers shall be installed in paint supply lines to insure freedom from residue and foreign matter that may cause malfunction of the spray guns. Pneumatic spray guns shall be provided for hand application of paint in areas where the mobile paint applicator cannot be used. C. Abrasive Blasting Equipment Abrasive blasting equipment shall include an air compressor, hoses and nozzles of proper size and capacity as required for cleaning surfaces to be painted. The compressor shall be capable of furnishing not less than 150 cfm of air at a pressure of not less than 90 psi at the nozzle for each nozzle used. PART 3 - EXECUTION 3.1 TRAFFIC PAINT A. Surface Preparation New pavement surfaces shall be allowed to cure for a period of not less than 5 days before application of marking materials. All surfaces to be marked shall be thoroughly cleaned before application of the paint. Dust, dirt, and other granular surface deposits shall be removed by sweeping, blowing with compressed air, rinsing with water, or a combination of these methods as required. Rubber deposits, surface laitance, existing paint markings, curing compound and other coatings adhering to the pavement shall be completely removed with scrapers, wire brushes, abrasive blasting, approved chemicals or mechanical abrasion as directed. Where oil or grease are present on old pavements to be marked, affected areas shall be scrubbed with several applications of trisodium phosphate solution or other approved detergent or degreaser, and rinsed thoroughly after each application. After cleaning, oil -soaked areas shall be sealed with cut shellac to prevent bleeding through the new paint. If abrasive blasting method is utilized, then abrasive material shall be of non -silicon type. 01270307 PAVEMENT MARKINGS 02577 - 2 03/08 i_ B. Layouts and Alignment 1. On those sections of pavements where no previously applied figures, markings or stripes are available to serve as a guide, suitable layouts and lines of proposed stripes shall be spotted in advance of the paint application. Control points shall be spaced at such intervals as will insure accurate location of all markings. 2. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions and application of the paint. C. Rate of Application Paint shall be applied evenly to the pavement surface to be coated at a rate of 105 plus or minus five square feet per gallon (or as recommended by the manufacturer). D. Paint Application Paint shall be applied to clean, dry surfaces and, unless otherwise approved, only when air and pavement temperatures are above 40°F. and less than 95°F. Paint temperature shall be maintained within these same limits. Paint shall be applied pneumatically with approved equipment at rate of coverage specified herein. The Contractor shall provide guidelines and templates as necessary to control paint application. Special precautions shall be taken in marking numbers, letters and symbols. All edges of markings shall be sharply outlined. The maximum drying time requirements of the paint specifications will be strictly enforced to prevent softening of the bitumen and pick-up, displacement or discoloration by tires of traffic. Ifthere is a deficiency in drying of the markings, painting operations shall be discontinued until cause of the slow drying is determined and corrected. E. Weather Limitations The painting shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F, and when the weather is not excessively windy, dusty or foggy. 3.2 DEFECTIVE WORKMANSHIP OR MATERIAL When any material not conforming to the requirements of the specifications or plans has been delivered to the project or incorporated in the work or any work performed is of inferior quality, such material or work shall be considered defective and shall be corrected as directed and shall be corrected as directed by the Engineer. END OF SECTION 01270307 PAVEMENT MARKINGS 02577 - 3 03/08 P SECTION 02700 SITE UTILITIES PART 1-GENERAL 1.1 SUMMARY A. Related Documents: 1. The general provisions of the Contract, including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. B. Section Includes: 1. General utilities. 2. Other site utilities. 1.2 UTILITY LOCATION A. Before any work commences, Contractor shall notify Dig Tess, the Lubbock Preston Smith International Airport, the FAA, local utilities and any other party for locating all utilities within the project area. B. Contractor shall coordinate location of existing utilities such as irrigation systems with Owner's personnel. Care shall be taken to salvage all components of the system to be removed unless otherwise directed by Owner. C. The Contractor shall coordinate utility location with each individual local utility company. 1.3 PROJECT CONDITIONS A. Perform site survey, research owner's utility records, and verify existing utility locations. Contact utility -locating service for area where Project is located as required. B. Locate existing structures and piping to be closed and abandoned. 1.4 SEQUENCING AND SCHEDULING A. Coordinate utility down time with Owner. B. Coordinate with other utility work. C. Provide utility entity at least 72 hours advance notification. PART 2-PRODUCTS 2.1 REPLACING DAMAGED PRODUCTS A. If damage is done to Owner's utility service, Contractor shall coordinate replacement of damaged parts with Owner at no cost to the Owner. Repair shall occur in a timely manner to prevent excessive down -time for Owner. 01270307 SITE UTILITIES 02700 - 1 03i08 PART 3 - EXECUTION Not Used END OF SECTION 01270307 SITE UTILITIES 03/08 02700 - 2 SECTION 02742 DENSE -GRADED HOT -MIX ASPHALT (METHOD) PART 1- GENERAL 1.1 SUMMARY A. This Section includes construction of a pavement layer composed of a compacted, dense - graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. PART2-PRODUCTS 2.1 MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources. Notify the Engineer before changing any material source or formulation. When the Contractor makes a source or formulation change, the Engineer will verify that the requirements of this Item are met and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify compliance. A. Aggregate: Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. Aggregate from RAP is not required to meet Table I requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. The Engineer will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table. 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of the Department's Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. 1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregates from sources listed in the BRSQC. Provide aggregate from nonlisted sources only when tested by the Engineer and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for nonlisted sources. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the plans. The SAC for sources on the Department's AQMP is listed in the BRSQC. 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 1 03/08 k .; Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate in order to meet requirements for Class A materials. When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50% by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. When blending, do not use Class C or D aggregates. For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 2. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2-in. sieve. RAP from either Contractor- or Department -owned sources, including RAP generated during the project, is permitted only when shown on the plans. Department -owned RAP, if allowed for use, will be available at the location shown on the plans. When RAP is used, determine asphalt content and gradation for mixture design purposes. Perform other tests on RAP when shown on the plans. When RAP is allowed by plan note, use no more than 30% RAP in Type A or B ' mixtures unless otherwise shown on the plans. For all other mixtures, use no more than 20% RAP unless otherwise shown on the plans. Do not use RAP contaminated with dirt or other objectionable materials. Do not use the RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. Determine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Do not intermingle Contractor -owned RAP stockpiles with Department -owned RAP stockpiles. Remove unused Contractor -owned RAP material from the project site upon completion of the project. Return unused Department -owned RAP to the designated stockpile location. 3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. At most 15% of the total aggregate may be field sand or other uncrushed fine aggregate. With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 1, unless otherwise approved. µ, 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 2 03/08 I If 10% or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex- 460-A) and flat and elongated particles (Tex-280-F). Table 1 Aggregate uali Requirements Property Test Method Requirement Course Aggregate SAC AQMP As shown on plans Deleterious material, %, max Tex-217-17, Part I 1.5 Decantation, %, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, %, max Tex-461-A Note I Los Angeles abrasion, %, max Tex410-A 40 Magnesium sulfate soundness, 5 cycles, %, max Tex411-A 30 Coarse aggregate angularity,2 crushed faces, %, min Tex 460-A, Part I 85 Flat and elongated particles P. 5:1, %, max Tex-280-F 10 1. Not used for acceptance purposes. Used by the Engineer as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 4. Aggregates, without mineral filler, RAP, or additives, combined as used in the job -mix formula (JMF). Table 2 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 B. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral tiller is allowed unless otherwise shown on the plans. Do not use more than 2% hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral filters. When used, provide mineral filler that: 1. is sufficiently dry, free -flowing, and free from clumps and foreign matter; 2. does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E 3. meets the gradation requirements in Table 3. 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 3 03/08 Table 3 Gradation Reauiremen& for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 50-100 C. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. D. Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt binder specified on the plans in accordance with Section 300.2.J, "Performance -Graded Binders." E. Tack Coat. Unless otherwise shown on the plans or approved, furnish CSS-IH, SS- IH, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. If required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage specified in Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain at least 1 sample of the tack coat binder per project and test it to verify compliance with Item 300. The Engineer will obtain the sample from the asphalt distributor immediately before use. F. Additives. When shown on the plans, use the type and rate of additive specified. Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. If lime or a liquid antistripping agent is used, add in accordance with Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime back into the drum. 2.2 EQUIPMENT A. Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." PART 3 - EXECUTION 3.1 CONSTRUCTION Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Item. Unless otherwise shown on the plans, provide the mix design. The Department will perform quality assurance (QA) testing. Provide quality control (QC) testing as needed to meet the requirements of this item. A. Mixture Design. 1. Design Requirements. Use a Level II specialist certified by a Department -approved hot -mix asphalt certification program to develop the mixture design. Have the Level 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 4 03i08 r } II specialist sign the design documents. Unless otherwise shown on the plans, use the typical weight design example given in Tex-204-17, Part I, to design a mixture meeting the requirements listed in Tables 1 through 6. Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. .The Construction Division maintains a list of approved laboratories. Furnish the Engineer with representative samples of all materials used in the mixture design. The Engineer will verify the mixture design. If the design cannot be verified by the Engineer, furnish another mixture design. The Contractor may submit a new mixture design at anytime during the project. The Engineer will approve all mixture designs before the Contractor can begin production. Provide the Engineer with a mixture design report using Department -provided software. Include the following items in the report: a. the combined aggregate gradation, source, specific gravity, and percent of each material used; b. results of all applicable tests; C. the mixing and molding temperatures; d. the signature of the Level II person or persons who performed the design; e. the date the mixture design was performed; f. a unique identification number for the mixture design. Table 4 Master Gradation Bands (% Passing by Weight or Volume) And Volumetric Properties Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 1-1/2" 98.0— 100.0 - - - - l" 78.0-94.0 98.0-100.0 - - - 3/4" 64.0-85.0 84.0-98.0 95.0400.0 - - 1/2" 50.0-70.0 - - 98.0-100.0 - 3/8" - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 80.0-86.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.0-46.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA , % Minimum - 12.0 13.0 1 14.0 1 15.0 16.0 Plant -Produced VMA, % Minimum - 11.0 12.0 1 13.0 1 14.0 15.0 1. Voids in Mineral Aggregates 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 5 03/08 Table 5 Laboratory Mixture Design Properties Property Test Method Requirement Target laboratory —molded density, % Tex-207-F 96.0 Tensile strength dpsi molded to 93%+ 1% density) Tex-226-F 85-200 Boil test Tex-530-C - 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. Table 6 Hamburg Wheel Test Requirements' High -Temperature Binder Grade Minimum # of Passes 0.5" Rut Depth, Tested 122°F PG 64 or lower 10,000 PG 70 15,000 PG 76 or higher 20,000 1. Tested in accordance with Tex-242-F. 2. May be decreased or waived when shown on the plans. B. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for mixture production. JMF is the original laboratory mixture design used to produce the trial batch. The Engineer and the Contractor will verify JMF based on plant -produced mixture from the trial batch unless otherwise approved. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMF. If the JMF is not verified by the Engineer from the trial batch, adjust the JMF or redesign the mix and produce as many trial batches as necessary to verify the JMF. Provide the Engineer with split samples of the mixtures and blank samples used to determine the ignition oven correction factors. The Engineer will determine the aggregate and asphalt correction factors from the ignition oven using Tex-236-F. The Engineer will use a Texas gyratory compactor calibrated in accordance with Tex-914- F in molding production samples. - The Engineer will perform Tex-530-C and retain the tested sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. - C. JMF Field Adjustments. Produce a mixture of uniform composition closely conforming to the approved JMF. If, during initial days of production, the Contractor or Engineer determines that adjustments to the JMF are necessary to achieve the specified requirements, or to more nearly match the aggregate production, the Engineer may allow adjustment of the JMF within the tolerances of Table 7 without a laboratory redesign of the mixture. The Engineer will adjust the asphalt content to maintain desirable laboratory density near the optimum value while achieving other mix requirements. 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 6 03/08 Table 7 Operational Tolerances Allowable Description Test Method Difference from JMF Target Individual % retained for #8 sieve and larger Tex-200-F or +5.0 Individual % retained for sieves smaller than #8 and larger than #200 Tex-236 +3.0' — passing the #200 sieve +2.0 Asphalt content, % Tex-236-17 +0.3 Laboratory -molded density, % Tex-207-F +1.0 VMA, %, min Note 2 1. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the percent passing the #200 sieve will be considered out of tolerance when outside the master grading limits. 2. Test and verify that Table 4 requirements are met. D. Production Operations. Perform a new trial batch when the plant or plant location is changed. The Engineer may suspend production for noncompliance with this Item. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 1. Operational Tolerances. During production, do not exceed the operational tolerances in Table 7. Stop production if testing indicates tolerances are exceeded on: a. 3 consecutive tests on any individual sieve, b. 4 consecutive tests on any of the sieves, or C. 2 consecutive tests on asphalt content. d. Begin production only, when test results or other information indicate, to the satisfaction of the Engineer, that the next mixture produced will be within Table 7 tolerances. 2. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, "Asphalts, Oils, and Emulsions" or outside the manufacturer's recommended values. On a daily basis, provide the Engineer with the records of asphalt binder and hot -mix asphalt discharge temperatures in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. 3. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F. The Department will not pay for or allow placement of any mixture produced at more than 350°F. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. E. Hauling Operations. Before use, clean all truck beds to ensure mixture is not contaminated. When a release agent is necessary to coat truck beds, use a release agent on the approved list maintained by the Construction Division, 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 7 03,108 F. Placement Operations. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot mix by at least 6 in. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. Place mixture within the compacted lift thickness shown in Table 8, unless otherwise shown on the plans or allowed. Table 8 Com acted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Minimum in. Maximum in. A 3.00 6.00 B 2.50 5.00 C 2.00 4.00 D 1.50 3.00 F 1.25 2.50 1. Weather Conditions. Place mixture when the roadway surface temperature is 60°F or higher unless otherwise approved. Measure the roadway surface temperature with a handheld infrared thermometer. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. 2. Tack Coat. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the Engineer. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatictire roller when directed. The Engineer may use Tex-243-17 to verify that the tack coat has adequate adhesive properties. The Engineer may suspend paving operations until there is adequate adhesion. G. Lay -Down Operations. 1. Minimum Mixture Placement Temperatures. Use Table 9 for suggested minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. Table 9 Suggested Minimum Mixture Placement Temperature High -Temperature Binder Grade Minimum Placement Temperature Before Entering Paver PG 64 or lower 260OF PG 70 270OF PG 76 280OF PG 82 or higher 290OF 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 8 03/08 H. Compaction. Use air void control unless ordinary compaction control is specified on the plans. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the Engineer. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 in. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 1. Air Void Control. Compact dense -graded hot -mix asphalt to contain from 5% to 9% in -place air voids. Do not increase the asphalt content of the mixture to reduce pavement air voids. a. Rollers. Furnish the type, size, and number or rollers required for compaction, as approved. Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the plans. Use additional rollers as required to remove any roller marks. b. Air Void Determination. Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the Engineer for in -place air void determination. The Engineer will measure air voids in accordance with Tex-207-F and Tex-227-F. Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. C. Air Voids Out of Range. If the in -place air void content in the compacted mixture is below 5% or greater than 9%, change the production and placement operations to bring the in -place air void content within requirements. The Engineer may suspend production until the in -place air void content is brought to the required level, and may require a test section as described in Section 340A.H. Ld, "Test Section." d. Test Section. Construct a test section of I lane -width and at most 0.2 mi. in length to demonstrate that compaction to between 5% and 9% in -place air voids can be obtained. Continue this procedure until a test section with 5% to 9% inplace air voids can be produced. The Engineer will allow only 2 test sections per day. When a test section producing satisfactory in -place air void content is placed, resume full production. 2. Ordinary Compaction Control. Furnish the type, size, and number or rollers required for compaction, as approved. Furnish at least I medium pneumatic -tire roller (minimum 12-ton weight). Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 9 03/08 Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. When such changes occur, establish a new rolling pattern. Compact the pavement to meet the requirements of the plans and specifications. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. Make alternate trips of the roller slightly different in length. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. I. Irregularities. Immediately take corrective action if surface irregularities, including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, color, texture, roller marks, tears, gouges, streaks, or uncoated aggregate particles, are detected. The Engineer may suspend production or placement operations until the problem is corrected. At the expense of the Contractor and to the satisfaction of the Engineer, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. J. Ride Quality. Use Surface Test Type A to evaluate ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 3.2 MEASUREMENT Hot mix will be measured by the ton of composite hot mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with Item 520, "Weighing and Measuring Equipment." 3.3 PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Dense -Graded Hot -Mix Asphalt (Method)" of the type, surface aggregate classification, and binder specified. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Trial batches will not be paid for unless they are incorporated into pavement work approved by the Department. END OF SECTION 02742 01270307 DENSE -GRADED HOT -MIX ASPHALT (METHOD) 02742 - 10 03/08 SECTION 02751 REINFORCED CONCRETE FOR SITE WORK PART1-GENERAL 1.1 SECTION INCLUDES A. This section includes the following: I. Concrete Paving. 2. Concrete Riprap. 3. Concrete Sidewalk. 4. Concrete curb and gutter. 5. Miscellaneous reinforced concrete. B. This section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement and driveway as part of the construction. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division I specification sections apply to this section. B. Section 02223 — Excavation, Subgrade Preparation, Grading, Embankment and Topsoiling. C. Section 02764 — Pavement Joint Sealants. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.4 SUBMITTALS A. Submit product data in accordance with Section 01300 — Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 1 03/08 E. Shop drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement 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: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. -j 1. Manufacturer must be certified according to the National Ready Mix Concrete Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source, E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.6 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2 - PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. B. Form -Release Agent: Commercially formulated form -release agent with a maximum of 350 g/l volatile organic compounds (VOC's) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 2 03/08 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets, shall be 6" x 6" — 10 gauge welded wire fabric, or as shown on plans. B. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. C. 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. D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels 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. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, II, or III, ASTM G 176 IA, IIA, or IIIA for air entrained, or Type IP(ms). C. Aggregate: ASTM C 33, uniformly graded, from a single source, as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C concrete shall be crushed limestone (Brownwood type or equivalent). Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Passing Sieve Percent Passing 3/8 inch 100 2 inch 100 No. 4 95-100 1-1/2 inch 95-100 No.8 80-100 No. 16 50-85 3/4 inch 35-70 No. 30 25-60 3/8 inch 10-30 No.50A 5-30 No.4 0-5 No. 100 0-10 No.200B 0-3 A Range is 6-35 when sand equivalent volume is greater than 85. B 0-6 for manufactured sand. Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 3 03/08 Fine aggregate shall have a sand equivalent of at least 80 in accordance with TEX-203-F. Provide fine aggregate with a fineness module between 2.3 and 3.1 per ASTM C-33. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. 4. Coarse aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the magnesium sulfate soundness test (ASTM C-88). 5. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C-131 or ASTM C-535. 6. Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or natural sand. Crushing shall result in a product in which the coarse aggregate shall have at least 95% by weight of particles with one or more fractured faces and 75% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1. D. Water: ASTM C 94. 2.4 ADMIXTURES The use of any material added to the concrete mix shall be approved by the Owner's Representative. A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air -Entraining Admixture: ASTM C 260. Certified by manufacturer to be compatible with other required admixtures. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F or Type G. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Engineer and Owner. B. Fiber reinforcement shall be 100% virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type III. C. Specific gravity - .91 D. Tensile Strength — 70,000 psi to 100,000 psi E. Length — 2" 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 4 03/08 2.6 COVER MATERIAL FOR CURING A. Curing materials shall conform to one of the following specifications: 1. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C3091 Type 2 (all resin base). 2. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. 3. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. 4. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 2.7 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Bonding Agent I. Polyvinyl acetate or acrylic base. C. Sand Cushion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. D. Epoxy Adhesive 1. ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit project requirements. 2.8 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACl 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Proportion mixes to provide concrete with the following properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. D. Classification 1. The following classes of concrete shall be used: Class A - Sidewalks, curb ramps, concrete riprap and miscellaneous slabs. Class C - Concrete Pavement and Curb and Gutter. E. Mix Design 1. At least 15 days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%). b. A mix design based on water -cement ratio. C. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 5 03/08 2. The Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. 3. Mix designs for various classes of concrete shall conform to the following: Recommended Maximum Minimum Sacks Maximum Gal Slump Slump Class Cement per CY Water per Sack Inches Inches A 5.0 6.5 4 6 '/2 C 6.0 6.0 4 6 Y2 (formed) C 6.0 6.0 l Y2 3 (slip formed) F. Strength Requirements I. The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test cylinders or beams. COMPRESSIVE FLEXURAL Class 3 Day 7 Day 28 Day A - 2100 3000 - C - 2500 3600 650 (28 day) G. Properties I . Air Entrainment: 5%. If the air content is more than 1 '/2 percentage points below or 3 percentage points above the required air, the load of concrete will be rejected. If the air content is more than I '/2 but less than 3 percentage points above the required air, the concrete may be accepted based on strength tests. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 lb/cu.yd. (where applicable). 2.9 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94. B. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94 and ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. C. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum -type batch machine mixer. 1. For mixers of I cu. yd. or smaller capacity, continue mixing at least one and one- half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For mixers of capacity larger than I cu. yd., increase mixing time by 15 seconds for each additional I cu. yd.. 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 6 03/08 PART 3 - EXECUTION 3.1 PREPARATION A. Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. B. Remove loose material from compacted subbase surface immediately before placing concrete. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. - General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 7 03I08 C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Driveways and Pavements 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. 2. Sawed Joints: Saw cut joints in a timely manner to avoid cracking. a. Refer to plans for joint dimensions. 3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. I. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. I1. When adjoining pavement lancs arc placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 8 03/08 I. 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. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. J. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: I. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. 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 reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.6 CONCRETE FINISHING A. General: Wetting of concrete surfaces during screeding, initial floating or finishing operations is prohibited. B. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Light to Medium Broom Finish: For concrete sidewalks, concrete riprap and miscellaneous slabs. 2. Carpet Drag: For concrete pavement and driveways. 3. Exposed Aggregate Finish: For concrete sidewalk shown to match existing. 3.7 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 follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 9 03/08 D. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: l . Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. 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. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller at a rate of 1 gal. per 75 sq. ft.. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. The Owner's representatives shall cover an 8' x 8' (or larger) areas with 8 mil. thick (or thicker) clear polyethylene barrier and seal all edges with duct tape. If moisture collects beneath the polyethylene barrier at any time during a 72 hour time period after application of the barrier, the coverage rate shall be decreased (thicker film of curing compound) and the test repeated until the appropriate application rate is determined. The appropriate coverage rate is that at which no moisture collects beneath the barrier within the 72 hour period. Repeat this test every 10 working days (slab pour days) to reconfirm the coverage rate. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Slump: ASTM C 143; one test at point of placement for each compressive -strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; one test for each compressive -strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 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 set of compressive -strength specimens. 5. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard cylinders for each compressive -strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 10 03/08 i 6. Compressive -Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd.. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. C. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break s` for both 7- and 28-day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as the sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests jf a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 11 03,108 C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 3.9 REPAIRS OF DEFECTIVE PAVEMENT SLABS A. General Broken slabs, random cracks, nonworking contraction joints near cracks, and spalls along joints and cracks shall be replaced or repaired as specified hereinafter at no cost to the Owner. B. Broken Slabs Defective pavement areas shall be removed and replaced as specified herein with pavements of the thickness and quality required by these specifications. The defective pavement shall be carefully removed in such manner that the adjacent pavement will not be damaged and the existing keys or dowels at the joints will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be made transversely across the slab in the required location, and the concrete shall be removed to provide an essentially vertical face in the remaining portion of the slab. Prior to placement of the fresh concrete, the face of the slab shall be cleaned of debris and loose concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be approximately 1/16-inch, and shall be applied by scrubbing a thin coat of grout into the surface with a stiff -bristle brush followed by a second application. Strips of polyethylene sheeting shall be placed on the vertical faces of adjacent slabs at the juncture with the slab to patched as a bond -breaking medium. Placement of the fresh portland-cement concrete shall be accomplished while the epoxy -resin is still tacky and in such manner that the grout coating will not be removed. Longitudinal and transverse joints of the replaced slab or portion thereof shall be constructed as indicated. The replaced pavements will be paid for at the contract price but no payment will be made for the defective pavements removed nor for the cost of removing the defective pavements." C. Grooving and Repairing Cracks in Pavement Slabs Random cracks penetrating more than 1/4 of the depth of the pavement shall be grooved, the crack filled with epoxy -resin and the groove filled with epoxy -resin grout. The top of the crack shall be grooved to a minimum depth of 3/4-inch and to a width not less than 3/8-inch nor more than 5/8-inch by means of an approved grooving machine. The grooving machine shall be of the vertical rotary -cutting type and shall be capable of following closely the path of the crack and of widening the top of the crack to the required section without spalling or otherwise damaging the concrete. Random cracks that are tight and that penetrate less than 1/4 of the depth of the pavement shall be filled with epoxy -resin. When necessary, the depth of crack penetration shall be determined by inspection of cores not less than 4 inches in diameter drilled by the Contractor at his expense at locations directed. The core holes shall be refilled with portland-cement concrete bonded to the pavement with epoxy -resin grout. In addition, when a longitudinal crack is continuous across one or more slabs and penetrates more than 1/4 the depth of pavement, core holes not less than 6 inches in diameter shall be drilled through the full depth of slab at both ends of the crack. In the operation to drill cores at the longitudinal -crack ends the core bits shall be so positioned that the core removed will include not more than 3 inches of the crack. Sandblasting and high-pressure air jets shall be used to remove any fines near the apparent ends of the crack to permit accurate determination of ends of the crack. All fines, dust, and other loose material on the wall of the cored holes shall be removed by scrubbing with a stiff -bristle brush, followed by washing and dewatering of the core hole. These core holes 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 -12 03/08 shall be refilled with epoxy -resin concrete. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied and brushed into the vertical wall of the core hole. Placement of the epoxy -resin concrete shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy -resin concrete shall be placed in layers not over 6 inches thick. The time interval between placement of additional layers shall be such that temperature of the epoxy -resin concrete does not exceed 140' F at any time during hardening. 3.10 NONWORKING (UNCRACKED) CONTRACTION JOINTS A. When a transverse random crack terminates in or crosses a transverse contraction joint, the uncracked portion of the joint shall be filled with epoxy -resin mortar or grout and the crack shall be routed and sealed. When a transverse random crack approximately parallels the planned contraction joint and is within a distance of 25 percent of the slab length from a contraction joint, the crack shall be routed and sealed, and the joint shall be filled with epoxy -resin grout or mortar. When a transverse random crack is more than 25 percent of a slab length from the nearest contraction joint, both the joint and the crack shall be sealed. Joints to be filled with epoxy -resin mortar or grout shall be thoroughly cleaned. Cleaning and sealing of cracks and joints shall be as specified in Section 02764, PAVEMENT JOINT SEALANTS, of these specifications. 3.11 SPALLING ALONG JOINTS AND CRACKS A. Spalls shall be repaired by making a saw cut at least 1 inch outside the spalled area and to a minimum depth of 2 inches. When the spalled area abuts a joint, the saw cut shall be made to a depth of 2 inches or 1/6 the slab thickness, whichever is greater. The concrete between the saw cut and the joint or primary crack shall be removed to a minimum depth of 2 inches below the original concrete surface, and to such additional depth where necessary to expose a surface of sound, unweathered concrete that is uncontaminated by oils, grease, deicing salts or solutions, or other substances that would inhibit the performance of the epoxy -resin bonding material. Removal of the concrete volume between the saw cut and the joint or primary crack shall be accomplished using a hydraulic impact hammer, or other methods approved by the Owner's Representative. The Contractor shall exercise care in removing the required concrete such that no damage is inflicted on the adjoining concrete slab. Damage of adjoining concrete shall be repaired by the Contractor at his expense to the satisfaction of the Owner's Representative. The concrete void to be patched shall be thoroughly cleaned with compressed air, sandblasting, or other approved methods to remove all loose material. A prime coat of epoxy -resin binder thinned with 3 parts toluene to 7 parts epoxy binder, by volume, shall be applied to the dry, cleaned surface of all sides of the cavity, except the joint or primary crack face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Placement of portland-cement concrete or epoxy -resin concrete or mortar shall be delayed until the prime coat becomes stringy or approaches dry to touch. The epoxy concrete shall then be placed in the cavity in layers not exceeding 2 inches thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy -resin concrete does not exceed 140 degrees F. at any tine during hardening. Mechanical plate, screed, float vibrators, or hand tampers shall be used to consolidate the concrete or mortar. Excess mortar or concrete on the adjacent surfaces of the hardened concrete shall be removed before it hardens. After the finishing operations and while the epoxy -resin concrete or mortar is still tacky, a thin coating of portland 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 13 03/08 cement shall be uniformly spread on the surface of the repaired area and lightly brushed into the surface. If the spalled area to be patched abuts a working joint or a working crack which penetrates the full depth of a slab, an insert or other bond -breaking medium shall be --' used to maintain working joints or cracks during the repair work. Surface embedment of a flexible polyethylene or other suitable type hose shall be used for forming a groove along r the working crack to be filled with appropriate type of joint -sealing material. The hose shall be removed carefully before the concrete hardens sufficiently to form a high bond. The groove shall be thoroughly cleaned and filled with a sealer as specified in a Section 02764, PAVEMENT JOINT SEALANTS, of these specifications. 3.12 REMOVAL AND REPLACEMENT OF DEFECTIVE PAVEMENT AREAS A. Defective pavement areas shall be removed and replaced as specified herein with pavements of the thickness and quality required by these specifications. The defective pavement shall be carefully removed in such manner that the adjacent pavement will not be damaged and the existing reinforcement at the joints will be left intact. When a portion of an unfractured slab is to be replaced, a saw cut 2 inches deep shall be made transversely across the slab in the required location, and the concrete shall be removed to provide an essentially vertical face in the remaining portion of the slab. Prior to placement of the fresh concrete, the face of the slab shall be cleaned of debris and loose concrete, and then thoroughly coated with epoxy -resin grout. The epoxy -resin coating shall be approximately I/16-inch, and shall be applied by scrubbing a thin coat of grout into the surface with a stiff -bristle brush followed by a second application. Strips of polyethylene sheeting shall be placed on the vertical faces of adjacent slabs at the juncture with the slab to be patched as a bond -breaking medium. Placement of the fresh portland-cement concrete shall be accomplished while the epoxy -resin is still tacky and in such manner that the grout coating will not be removed. Longitudinal and transverse joints of the replaced slab or portion thereof shall be constructed as indicated. The joints shall be sealed as specified in Section 02764, PAVEMENT JOINT SEALANTS, of these specifications. The replaced pavements will be paid for at the contract price but no payment will be made for the defective pavements removed nor for the cost of removing the defective pavements. 3.13 TOLERANCE IN SLAB THICKNESS A. The thickness of the slab shall be determined by average caliper measurement of cores tested in accordance with ASTM C 174. The Owner's Representative may elect to measure thickness of concrete pavement prior to placement based on measurements from a string line stretched across the forms or in the plastic concrete behind the concrete placing operation. B. Areas found deficient in thickness shall be removed and replaced with concrete of the thickness shown on the plans at the Contractor's expense. If cores are used to determine the concrete thickness, the core holes shall be filled with non -shrink grout by the Contractor at the Contractor's expense. END OF SECTION 01270307 REINFORCED CONCRETE FOR SITE WORK 02751 - 14 03/08 SECTION 02764 PAVEMENT JOINT SEALANTS PARTI-GENERAL 1.1 SUMMARY A. This Section includes the following: I . Expansion and contraction joints within portland cement concrete pavement. 2. Joints between portland cement concrete and asphalt pavement. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Section 02742 — Dense -Graded Hot -Mix Asphalt (Method). C. Section 02751 — Reinforced Concrete for Site Work. 1.3 REFERENCES A. ASTM C 1193 — Use of Joint Sealants B. ASTM D 5249 — Backer Material for Use With Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints C. ASTM D 1751 — Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) D. ASTM D 3405 —Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements E. ASTM D 3406 — Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements F. ASTM C 920 — Elastomeric Joint Sealants 1.4 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint - sealant samples in 1/2-inch- (13-mm-) wide joints formed between two 6-inch- (150-mm-) long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. D. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating the following: 1. Materials forming joint substrates and joint -sealant backer materials have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 01270307 PAVEMENT JOINT SEALANTS 02764 - 1 03/08 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint -sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to s- ASTM E 548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. } D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated below, samples of materials that will contact or affect joint sealants. - 1. Use manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.6 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 date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. 3. When blowing dust conditions exist. B. Joint -Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than that allowed by joint sealant manufacturer for application indicated. C. Joint -Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 01270307 PAVEMENT JOINT SEALANTS 02764 - 2 03/08 PART2-PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field experience. B. Bituminous pre -molded expansion joint shall conform to ASTM D 1751. C. Sealant for contraction joints shall be: 1. Hot poured sealant for joints between portland cement concrete and bituminous concrete shall conform to ASTM D 3405. 2. Self -leveling silicone for use in concrete pavement and meeting the following requirements: Test Method MIL-S-8802 MIL-S-8802 ASTM D 2240 ASTM D 412 (Die C) ASTM D412 (Dec) MIL-S-8802 ASTM C 719 Test Flow Tack Free Time Durometer Hardness 1/ Modulus, at 150% Elongation 1/ Elongation 1/ Adhesion to Concrete Movement Requirement 0.3 maximum 90 minutes, maximum 10-25 75 psi, maximum 800%, minimum 20 Ibs, minimum + 50%, minimum D. Mix material in accordance with manufacturer recommendations. 2.2 JOINT -SEALANT BACKER MATERIALS A. General: Provide joint -sealant backer materials that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold- and Hot -Applied Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint- sealant - substrate tests and field tests. 01270307 PAVEMENT JOINT SEALANTS 02764 - 3 03/08 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 01270307 PAVEMENT JOINT SEALANTS 02764 - 4 03/08 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite g P � P such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work. END OF SECTION 01270307 PAVEMENT JOINT SEALANTS 02764 - 5 03/08 SECTION 02785 SEAL COAT PART 1 - GENERAL 1.1 SCOPE The work to be done under this section consists of furnishing all labor, materials, equipment, traffic control and safety devices necessary to construct a wearing surface, consisting of a single application of asphalt with latex additive covered with precoated aggregate (seal coat), on the roadways lots shown on the plans to receive a seal coat in accordance with these specifications. The work to be done under this section may also consist of furnishing all labor, materials and equipment necessary to clean street surfaces and gutters prior to seal coating. PART 2-PRODUCTS 2.1 ASPHALT The asphalt used shall be of the grade and type specified below. TVe and Grade Specification AC-5 Texas Department of Transportation 1993 Standard Specifications 2.2 LATEX ADDITIVE A. A minimum of (2) two percent, by weight, latex additive (solids basis) shall be added.to the AC-5 asphalt. The latex additive (Texas Department of Transportation Item 300.2 (2), 1993 Specifications) shall be governed by the following specifications: B. The latex additive shall be an emulsion of styrene-butadiene low -temperature copolymer in water. The emulsion shall have good storage stability and possess the following properties. Monomer Ratio of Latex, - 73 t 5 butadiene to styrene 27 f 5 Minimum Solids Content, - 45 percent by weight Viscosity of Emulsion at - 2000 77 f 1 F, cps, max (No. 3 spindle, 20 rpm Brookfield RVT Viscometer) The manufacturer shall furnish the actual styrene-butadiene rubber (SBR) content for each batch of latex emulsion. This information shall accompany all shipments to facilitate proper addition rates. 01270307 SEAL COAT 02785 - 1 03/08 C. The finished latex -asphalt blend shall be smooth, homogeneous and meet the following ` requirements: ,. Minimum SBR content, percent by wt. solids (IR determination) 2.0 Penetration, 100g, 5 sec, 77 F, min 120 Viscosity, 140 F, poises, minimum 700 Viscosity, 275 F, poises, maximum 7.0 Ductility, 39.2 F, 1 cm/min, cm, minimum B Ductility, 39.2 F, 5 cm/min, cm, minimum 70 Separation of Polymer after 48 hrs. at 325 F None Separation of Polymer after 5 hrs. at 325 F ** None ** Applies in lieu of the 48 hour requirement when the latex modified asphalt is to be used in asphaltic concrete and the latex additive is introduced separately at the mix point, either by injection into the asphalt line or into the mixer. 2.3 AGGREGATE The aggregate shall be composed of clean, sound and durable particles of gravel, crushed gravel, or crushed stone. The percent of wear, as determined by the Los Angeles Abrasion machine test, AASHTO Test T-96 (ASTM C-131), shall not exceed 35 percent. The aggregate shall be free from organic matter, silt, clay, loam, or particles coated therewith. The aggregate shall not contain more than 1.0 percent by weight of soft particles and other deleterious material. The aggregate shall meet the requirements for gradation given in the following table when tested in accordance with AASHTO T-11 (ASTM C-117) and T-27 (ASTM C-136) (The washing test method shall be used): Grade 4 - THD Item 302, 1993 Specifications Sieve Designation (Square Openings) Percent By Weiaht Retained on 5/8" Sieve...............................................................0 Retained on 1/2" Sieve............................................................0-2 Retained on 3/8" Sieve...........................................................5 - 25 Retained on No. 4 Sieve ........................................................ 75 - 100 Retained on No. 10 Sieve ................................................ —... 99 - 100 The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay -like particles and/or silt. 01270307 SEAL COAT 02785 - 2 03/08 All aggregate samples required for testing shall be furnished by the Contractor. All tests for initial aggregate submittals necessary to determine compliance with requirements specified herein will be made by the Contractor at his expense. Sampling and testing will be conducted by an approved independent testing laboratory. No aggregate shall be used in the seal coat without prior approval. 2.4 PRE -COATED AGGREGATE (TYPE PA) A. The aggregate shall meet the requirements of Section 2.3, this specification. B. Precoated aggregate shall be aggregate of the type specified, coated with AC-5 asphalt with 0.5 to 1.2 percent by weight of precoat material meeting the requirements of this specification and the approval of the Engineer. The aggregate should have a uniform "black" appearance. The aggregate shall meet all above specified requirements prior to application of the precoat material. Materials that are not uniformly and properly coated, as determined by standard testing procedures or in the opinion of the Engineer, will not be accepted for use. Emulsified coating of aggregate is not allowed. C. Water in an amount not to exceed 3 percent by weight of the mixture may be used in preparing the mixture. In the event water is used in the mixing operation, adequate measuring devices shall be used and the water shall be administered to the mix through an approved spray bar. D. The precoating material material shall meet the requirements of TxDOT Item 300.2 (1), 1993 Specifications. PART 3 - EXECUTION 3.1 WEATHER LIMITATIONS Seal coat shall not be applied when the air temperature is below 60° F., the air temperature being taken in the shade and away from artificial heat. Seal coat shall not be applied when the temperature of the surface to be treated is below 70' F. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. Seal Coat shall not be applied using wet aggregate material or during sand, dust or rain storms. The pavement shall be free of surface moisture during periods of seal coat construction. No asphalt material shall be placed which will not allow completion of seal coat construction during daylight hours. 3.2 PREPARATION OF SURFACE Prior to cleaning surface all vegetation shall be sprayed with herbicide. The surface on which the seal coat is to be applied shall be cleaned and cleared of all dirt, dust or other deleterious materials by sweeping with rotary brooms or other approved methods immediately prior to application of the seal coat asphalt. In no case shall the seal coat be applied prior to cleaning the street. 01270307 SEAL COAT 02785 - 3 03i08 All cracks ''/o" wide and wider shall be sealed or repaired as indicated under this section of the specifications. Prior to filling, the cracks shall be free from dust, dirt, moisture, loose foreign matter, grease, oil, vegetation, and any other form of objectionable material. Existing crack filler shall be removed when present and the crack shall then be prepared as specified above. In no case shall water be used to clean the cracks. Cracks shall be surface dry when sealant is applied. Crack sealing material shall meet the requirements of ASTM D 3405. All areas delinated by Engineer in plans or in field shall be repaired 15 days prior to seal coat. Existing asphalt and 4 inches of existing base material shall be removed and disposed of. Patch shall consist of 10" of Ty C hot mix asphalt concrete (3 lifts). 3.3 RATE OF APPLICATION OF MATERIALS The asphalt and aggregates shall be applied at the rates as specified in the following schedule: Gallons of Asphalt Aggregate Application Range per square yard Cu. Yds. to Sa. Yds. Seal Coat (Grade 4 Modified, Type PA) 0.3 - .38 1:1 l0 to 1:120 Adjustments in the rates of application may be made by the Engineer if needed during the course of the work. 3.4 HANDLING AND APPLYING ASPHALT All storage tanks, piping, booster tanks, and distributors used in storing or handling asphalt shall be kept clean and in good operating condition at all times, and they shall be operated in such a manner that there will be no contamination of the asphalt with foreign material. Asphalt shall not be heated above 400' F. at any time, and when applied, it shall be at a temperature of not less than 275' F. and not more than 375' F. The Engineer will select the temperature of application, and the Contractor shall apply the asphalt at a temperature within 15 degrees of the temperature selected. All asphalt material heated above 400' F will be rejected. Recirculating heating equipment shall be equipped with recording temperature gauges. Asphalt shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly, under the pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt in all of the heating equipment and in the distributor, for determining the rate and pressure at which the asphalt is applied, and for securing uniformity at the junction of two distributor loads. The beginning and ending of each shot of asphalt shall start and stop on a strip of heavy paper of not less than thirty (30) inches in width. All manholes and valve boxes shall be accurately located and covered with paper before the asphalt is applied. In areas inaccessible to the distributor, asphalt shall be applied by means of a hose and spray nozzles attached to the distributor. Care shall be taken during application of any asphalt to shield the curb and gutter from the asphalt spray; satisfactory means of compliance with this requirement will be insisted upon. 01270307 SEAL COAT 02785 - 4 03/08 i_ Asphalt material shall not be applied unti l immediate coverage with aggregate is assured. Asphalt and aggregate shall not be spread over a greater yardage than can be rolled and finished in one days operation during daylight hours. Do not permit traffic on primed areas until the prime coat has cured _- adequately. 3.5 APPLICATION OF AGGREGATE Immediately after the application of the asphalt, the surface shall be covered with aggregate. The aggregate shall be spread with an approved, self-propelled, continuous feed aggregate spreader box, or approved equal, at the rates specified above. The Resident Project Representative reserves the right to control the speed of the spreader to an acceptable speed for the desired application rate of the aggregate. Immediately after the aggregate has been spread, it shall be thoroughly rolled with an approved 8 ton minimum pneumatic roller. The first rolling of the mineral aggregate shall be completed within 15 minutes after it has been spread. The pneumatic roller shall have a total compacting width of not less than 60 inches and shall have a minimum contact pressure of 45 pounds per square inch. Each trip shall overlap the previous trip by approximately one-half the width of the front wheels. The aggregate shall be spread in the same width of application as the asphalt material and shall not be applied in such thickness as to cause blanketing. Back -spotting or sprinkling of additional aggregate material, and application of additional asphalt material over areas that have insufficient aggregate cover or asphalt shall be done by hand whenever necessary. When the seal coat is applied in more than one strip, from 4 to 6 inches ofthe inside or adjoining edge shall be left uncovered with aggregate to allow for an overlap of asphalt when the adjacent strip is applied. The aggregate course shall be rolled with pneumatic rollers to insure proper embedment of aggregate into the asphalt. The rolling shall be continued until no more aggregate material can be worked into the surface. After completion of the initial rolling, a drag broom shall be used to spread the remaining. aggregate not embedded during the initial rolling. The drag broom shall make at least two (2) complete passes over the entire seal coated surface. Further rolling on the strip being placed and on adjacent strips previously placed, shall be done as often as necessary to keep the aggregate material uniformly distributed. These operations shall continue until the surface is evenly covered and cured. When required by the Engineer, the aggregate course shall also be rolled with steel -wheel rollers. The steel wheel rollers shall be of the self-propelled tandem or three wheel type. The steel -wheel rollers shall be of such size to properly embed the aggregate without crushing or breaking of the aggregate particles. The wheels on the rollers shall be equipped with adjustable scrapers which shall be used when necessary to clean the wheel surfaces. Rollers shall be equipped with tanks and sprinkling apparatus which shall be used when necessary to keep the wheels wet and prevent surface materials from sticking. There should be a slight excess of aggregate on the surface after completion of the work as specified above and the Contractor shall be responsible for maintenance of the surface and the distribution of the excess aggregate until the work is accepted. Any additional aggregate required to cover bleeding or fat spots shall be furnished and applied by the Contractor. After final rolling, surplus aggregate shall be swept off the surface and removed prior to final acceptance of the work. Excess aggregate shall be delivered to the Owner. 01270307 03/08 SEAL COAT 02785 - 5 3.6 CORRECTION OF DEFECTS Any defects, such as raveling, low centers, lack of uniformity, or other imperfections caused by faulty workmanship, shall be corrected to the satisfaction of the Engineer. All defective materials resulting from over -heating, improper handling, or application shall be removed by the Contractor and replaced with approved materials as provided for in these specifications. 3.7 ASPHALT MATERIAL CONTRACTORS' RESPONSIBILITY Certificates for the asphalt materials that the Contractor proposes to use, together with a statement as to their source and character, shall be submitted and approval obtained before use of such materials begins. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of asphalt shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the asphalt material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing sample materials as received for use on the project. 3.8 FREIGHT AND WEIGH BILLS Before the final estimate is allowed the Contractor shall file with the Engineer receipted bills where railroad shipments are made, and certified weight bills when materials are received in any other manner, of the asphalt material and aggregate actually used in the construction covered by the contract. The Contractor shall not remove asphalt material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of all freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. 3.9 CLEANUP After completion of the seal coat, all debris resulting from the construction shall be cleaned up and removed from the site of the work to an approved place of disposal. Gutters shall be cleaned of dirt, aggregate, or other material which would clog the gutter. All manholes and valve boxes shall he exposed and any excess asphalt or aggregate cleaned and removed. The entire premises of the work shall be left in a clean condition satisfactory to the Engineer, and all costs of cleanup shall be included in the contract unit prices for the items of work involved. END OF SECTION 01270307 SEAL COAT 02785 - 6 03/08 SECTION 02920 LAWNS AND GRASSES PART1-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 SUMMARY A. Section includes: 1. Sodding. 2. Lawn renovation. 3. Grass paving. 1.3 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. ' C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top �_...; surface of a fill or backfill immediately beneath planting soil. E. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. 1.4 SUBMITTALS A. Product Data. For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. C. Qualification Data: For qualified landscape Installer. D. Product Certificates: For soil amendments and fertilizers, from manufacturer. E. Material Test Reports: For existing surface soil and imported topsoil. F. Planting Schedule: Indicating anticipated planting dates for each type of planting. G. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of lawns during a calendar year. Submit before expiration of required initial maintenance periods. 01270307 LAWNS AND GRASSES 02920 - 1 I 03/08 {J 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful lawn establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 2. Maintenance Proximity: Not more than two hours' normal travel time from Installer's place of business to Project site. B. Soil -Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; sodium.absorption ratio; deleterious material; pH; and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for lawn growth. State -recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory topsoil. 1.6 DELNERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to requirements in TPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." Deliver sod in time for planting within 24 hours of harvesting. Protect sod from breakage and drying. 1.7 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with initial maintenance periods to provide required maintenance from date of Substantial Completion. 1. May 15th to August 315` for Bermuda seeding. 2. Overseeding — Annual Rye Grass a. If Bermuda seeding cannot be established by September 15, lawn areas are to be over -seeded with annual rye grass at a rate of 44bs/1,OOOsf. If this is required, the contractor shall maintain the annual grass lawn, as needed, including, but not limited to irrigation, mowing to maintain a maximum height of 3", and edging, as required. b. This annual rye grass maintenance shall be considered as a separate item from the 90-day maintenance period specified for the seeded Bermuda grass. C. The Contractor shall apply a minimum of two applications of Roundup herbicide to the annual rye grass in early spring in preparation for Bermuda grass seeding. The two applications should be separated by a period of 10-14 days and contractor should notify the Landscape Architect of the schedule of Roundup application. d. After sufficient annual grass kill has been verified by the Landscape Architect, lawn areas should be tilled to a depth of 2"-3" prior to seeding the Bermuda grass as specified. 01270307 LAWNS AND GRASSES 02920 - 2 03/08 B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. 1.8 MAINTENANCE SERVICE A. Initial Lawn Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after each area is planted and continue until acceptable lawn is established, but for not less than the following periods: 1. Seeded Lawns: 60 days from date of Substantial Completion. a. When initial maintenance period has not elapsed before end of planting season, or if lawn is not fully established, continue maintenance during next planting season. PART 2-PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Annual Ryegrass (Lolium multiflorum). 2. Sahara Bermuda Grass (Cynodon dactylon `Sahara') 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 2 percent organic material content; free of stones I inch (25 mm) or larger in any dimension and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled on -site. Verify suitability of stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. Supplement with imported or manufactured topsoil from off -site sources when quantities are insufficient. Obtain topsoil displaced from naturally well - drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from playa lake areas. 2. Topsoil Source: Import topsoil or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from playa lake areas. 3. Topsoil Source: Amend existing in -place surface soil to produce topsoil. Verify suitability of surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. a. Surface soil may be supplemented with imported or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from playa lake areas. 01270307 LAWNS AND GRASSES 02920 - 3 03/08 i, 2.3 INORGANIC SOIL AMENDMENTS A. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum of 99 percent passing through No.6 (3.35-mm) sieve and a maximum of 10 percent passing through No. 40 (0.425-mm) sieve. B. Iron Sulfate: Granulated ferrous sulfate containing a minimum of, 20 percent iron and 10 percent sulfur. C. Aluminum Sulfate: Commercial grade, unadulterated. D. Perlite: Horticultural perlite, soil amendment grade. E. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. F. Sand: Clean, washed, natural or manufactured, free of toxic materials. 2.4 ORGANIC SOIL AMENDMENTS A. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch (25-mm) sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. B. Peat: Finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat, or reed -sedge peat and having a water -absorbing capacity of 1100 to 2000 percent. C. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture, free of chips, stones, sticks, soil, or toxic materials. 1. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with ammonium nitrate at a minimum rate of 0.15 lb/cu. ft. (2.4 kg/cu. m)of loose sawdust or ground bark, or with ammonium sulfate at a minimum rate of 0.25 lb/cu. ft. (4 kg/cu. m) of loose sawdust or ground bark. D. Manure: Well -rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.5 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.6 FERTILIZER A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. B. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, f consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. 01270307 LAWNS AND GRASSES 02920 - 4 E 03/08 i C. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. 2.7 MULCHES A. Straw Mulch: Provide air-dry, clean, mildew- and seed -free, salt hay or threshed straw of wheat, rye, oats, or barley. B. Compost Mulch: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch (25-mm) sieve; soluble salt content of 2 to 5 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. C. Fiber Mulch: Biodegradable, dyed -wood, cellulose -fiber mulch; nontoxic; free of plant - growth or germination inhibitors; with a maximum moisture content of 15 percent and a pH range of 4.5 to 6.5. D. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber -mulch manufacturer for slurry application; nontoxic and free of plant -growth or germination inhibitors. E. Asphalt Emulsion: ASTM D 977, Grade SS-1; nontoxic and free of plant -growth or germination inhibitors. 2.8 EROSION -CONTROL MATERIALS A. Erosion -Control Blankets: Biodegradable wood excelsior, straw, or coconut -fiber mat enclosed in a photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches (150 mm) long. B. Erosion -Control Fiber Mesh: Biodegradable burlap or spun-coir mesh, a minimum of 0.92 lb/sq. yd. (0.5 kg/sq. m), with 50 to 65 percent open area. Include manufacturer's recommended steel wire staples, 6 inches (150 mm) long. C. Erosion -Control Mats: Cellular, non -biodegradable slope -stabilization mats designed to isolate and contain small areas of soil over steeply sloped surface, of 3-inch (75 mm) nominal mat thickness. Include manufacturer's recommended anchorage system for slope conditions. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Invisible Structures, Inc.; Slopetame 2. b. Presto Products Company; Geoweb. C. Tenax Corporation - USA; Tenweb. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive lawns and grass for compliance with requirements and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 01270307 LAWNS AND GRASSES 02920 - 5 03/08 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding and hydromulching overspray. 2. Protect grade stakes set by others until directed to remove them. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 LAWN PREPARATION A. Limit lawn subgrade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches (100 mm). Remove stones larger than 1 inch (25 mm) in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply superphosphate fertilizer directly to subgrade before loosening. 2. Thoroughly blend planting soil mix off -site before spreading or spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. 3. Spread planting soil mix to a depth of 4 inches (100 mm) but not less than required to meet finish grades after light rolling and natural settlement. Do 'not spread if planting soil or subgrade is frozen, muddy, or excessively wet. a. Spread approximately 1/2 the thickness of planting soil mix over loosened subgrade. Mix thoroughly into top 4 inches (100 mm) of subgrade. Spread remainder of planting soil mix. b. Reduce elevation of planting soil to allow for soil thickness of sod. C. Unchanged Subgrades: If lawns are to be planted in areas unaltered or undisturbed by excavating, grading, or surface -soil stripping operations, prepare surface soil as follows: 1. Remove existing grass, vegetation, and turf. Do not mix into surface soil. 2. Loosen surface soil to a depth of at least 6 inches (150 mm). Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 4 inches (100 mm) of soil. Till soil to a homogeneous mixture of tine texture. a. Apply superphosphate fertilizer directly to surface soil before loosening. 3. Remove stones larger than 1 inch (25 mm) in any dimension and sticks, roots, trash, and other extraneous matter. 4. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch (13 mm) of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Before planting, restore areas if eroded or otherwise disturbed after finish grading. 01270307 LAWNS AND GRASSES 02920 - 6 03/08 i 3.4 PREPARATION FOR EROSION -CONTROL MATERIALS A. Prepare area as specified in "Lawn Preparation" Article. B. For erosion -control mats, install planting mix in two lifts, with second lift equal to thickness of erosion -control mats. Install erosion -control mat and fasten as recommended by material manufacturer. C. Fill cells of erosion -control mat with planting mix and compact before planting. D. For erosion -control blanket or mesh, install from top of slope, working downward, and as recommended by material manufacturer for site conditions. Fasten as recommended by material manufacturer. E. Moisten prepared area before planting if surface is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. 3.5 SEEDING A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind t velocity exceeds 5 mph (8 km/h). Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. 2. Do not seed against existing trees. Limit extent of seed to outside edge of planting saucer. B. Sow seed at a total rate of 4 lb/1000 sq. ft. (1.4 to 1.8 kg/92.9 sq. m). C. Rake seed lightly into top 1/8 inch (3 mm) of soil, roll lightly, and water with fine spray. D. Protect seeded areas with slopes exceeding 1:4 with erosion -control blankets installed and stapled according to manufacturer's written instructions. E. Protect seeded areas with erosion -control mats where shown, installed and anchored according to manufacturer's written instructions. 3.6 HYDROSEEDING ;.p A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with manufacturer's recommended tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. Apply slurry at a rate so that mulch component is deposited at not less than 1500-lb/acre (15.6-kg/92.9 sq. m) dry weight, and seed component is deposited at not less than -: the specified seed -sowing rate. 3. Hydroseed at a total rate of 41b/ 1000 sq. ft. 3.7 LAWN RENOVATION A. Renovate existing lawn. B. Renovate existing lawn damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. 2. Provide new topsoil as required. C. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. 01270307 LAWNS AND GRASSES 02920 - 7 03/08 D. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. E. Mow, dethatch, core aerate, and rake existing lawn. F. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. G. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. H. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches (150 mm). I. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches (100 mm) of existing soil. Provide new planting soil to till low spots and meet finish grades. J. Apply sod as required for new lawns. K. Water newly planted areas and keep moist until new lawn is established. 3.8 LAWN MAINTENANCE A. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn. Provide materials and installation the same as those used in the original installation. 1. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch and anchor as required to prevent displacement. B. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep lawn uniformly moist to a depth of 4 inches (100 mm). 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water lawn with fine spray at a minimum rate of 1 inch (25 mm) per week unless rainfall precipitation is adequate. C. Mow lawn as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 1/3 of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass to a height of 2 to 3 inches (50 to 75 mm). D. Lawn Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 Ib/1000 sq. ft. (0.45 kg/92.9 sq. m) to lawn area. 3.9 SATISFACTORY LAWNS A. Lawn installations shall meet the following criteria as determined by Architect: 1. Satisfactory Seeded Lawn: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 6 by 6 inches (125 by 125 mm). B. Use specified materials to reestablish lawns that do not comply with requirements and continue maintenance until lawns are satisfactory. O 1270307 LAWNS AND GRASSES 02920 - 8 03/08 3.10 CLEANUP AND PROTECTION A. Promptly remove soil and debris, created by lawn work, from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after lawn is established. C. Remove nondegradable erosion -control measures after grass establishment period. 01270307 03/08 END OF SECTION LAWNS AND GRASSES 02920 - 9 SECTION 10440 SPECIALTY SIGNS PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions, Special Provisions and Division 1 - General Requirements apply to Work of this Section. 1.2 SCOPE OF WORK A. Extent of the specialty signs is shown on the drawings and specified in these special provisions. This project includes rehabilitation of existing signs and removal of existing signs. Alternate No. 5 includes the modification and relocation of two existing overhead signs. 1.3 QUALIFICATIONS A. Employ a Signs and Graphics Specialist Subcontractor with a minimum of five (5) years of similar experience to prepare shop drawings and samples, manufacture, fabricate, assemble or recondition, install and rehabilitate signs in this project, who is able to demonstrate an experienced and completed project record satisfactory to the Engineer, B. Assume responsibility of the quality of materials and workmanship required for the execution of the work. C. Guarantee all materials and workmanship for a period of five (5) years after the final acceptance of the work, and, if during this period and defects of faulty materials are found, immediately upon notification of the Owner's representative, proceed at own expense to remedy the condition together with any damage to the surrounding finishes or furnishings occurring as a result of the defect. D. Defects include but are not necessarily limited to: I . Detachment of anchors from the sign substrates. 2. Delamination or discoloration of adhesives and painted or other coatings. 3. Deformation of exposed sign surfaces. 4. Substitutions for materials or equipment included in the plans and specifications will be considered during the submittal process of the project. All materials and components listed are suggestions and do not relieve the contractor from the guarantee required by this performance specification. 1.4 SUBMITTALS A. Product Data: Submit manufacturer's specification including paint label analysis, application instructions for each material specified, and instructions for handling, storage, installation, protection, and maintenance of each product. B. Shop Drawings: Shop drawings for new signs shall be submitted to the Engineer in the following manner: I . Two (2) blueline prints of each drawing. Additional copies as required by the Contractor. 01270307 SPECIALTY SIGNS 10440 - 1 03/08 C. Schedule: Upon successful bidder receiving award of contract, he shall prepare the following within ten (10) working days: l . Complete schedule of shop drawing and sample submittal dates. 2. Complete schedule of Sign Package Production presuming ten (10) working days for Engineer's review of shop drawings and samples (from submittal dates). D. Manufacturer's Installation Instructions: Submit installation template and attachment devices. 1.5 PERFORMANCE REQUIREMENTS (NEW SIGNS) For any new or relocated signs to be installed as part of this project, the following performance requirements shall be met. The Contractor is responsible for providing a design to meet these specifications. A. Structural Performance: Provide post and panel signs capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated, determined according to ASCE 95, "Minimum Design Loads for Buildings and Other Structures": 1. Wind Loads: Determine winds and wind loads pressures, using a design wind speed of 90mph, exposure C, importance factor 1.0. Design for winds acting in any direction. B. Thermal Movements: Provide post and panel signs that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. l . Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 1.6 PERFORMANCE REQUIREMENTS (REHABILITATION OF EXISTING SIGNS) For any existing signs to be rehabilitated as part of this project, the following performance requirements shall be met. A. Structural: All structural elements of each sign shall be inspected and addressed as part of the rehabilitation work. This includes, but is not limited to, the foundation, post, steel frame, welds, bolted connections, other connections, gusset plates, aluminum frame, etc. All structural elements shall be brought up to a "like new" condition. Any deficiencies in terms of wind loading and thermal expansion shall also be addressed. B. Aluminum Sign Panels: Correct all defects and connections of existing aluminum sign panels. Restore aluminum panels to "like new" condition. Depending on the extent of the damage, complete replacement of the aluminum sign panel may be necessary. C. Paint: Prepare and repaint the post, frame, aluminum panels and all other portions of the existing signs that have a coating system. Preparation methods may be at the discretion of the Contractor as long as the specified final results are achieved. Posts may be left in place during preparation and painting. All aluminum sign panels must be removed and prepared and painted in the shop. Apply clear coat as specified. D. Electrical: All electrical elements of each sign shall be inspected and addressed as part of the rehabilitation work. This includes, but is not limited to, the wiring, ballasts, fixtures, bulbs, mounting hardware, etc. Total replacement of the light fixture will only be required if the existing light cannot be made operable. Fixtures shall be repainted to match original color. 01270307 SPECIALTY SIGNS 10440 - 2 03/08 t r 1.7 SAMPLES A. Submit paint samples (upon request) of actual materials and with actual colors as specified to the Engineer for approval. Paint samples shall be 8" x 10" and clearly identified on backside. B. Submit samples of reflective sheeting. 1.8 COORDINATION A. Furnish information to and coordinate with related trades to assure a satisfactory completion of the work. In all cases where installation of mounting hardware involves other trades, all coordination with other trades shall be through the General Contractor. Furnish hardware, templates, and instructions at the appropriate time. 1.9 PERMITS A. Obtain and pay for all permits required for execution of the work. PART 2-PRODUCTS 2.1 CONFORMANCE TO REQUIREMENTS A. Products shall conform to the requirements specified for the particular item; and where these requirements are not specified in detail, the materials shall be suitable for the intended usage of the item. The materials listed below shall conform to the respective specifications and other requirements as designated below. 2.2 MATERIALS A. Provide colors, finishes, and materials as shown or specified. B. Vinyl die -cuts: 3M "Scotchcal" or'approved equal. C. Aluminum: All aluminum specified shall have a color or finish as noted. Panel signs shall use thickness which will prevent oil canning or any other unevenness. D. Hardware: 1. All mountings and assemblies shall be executed in a concealed fashion. 2. Anchors, inserts, and fasteners shall be compatible with sign materials, shall not result in galvanic action or chemical interaction of adhesives and shall have demonstrative and sufficient strength for intended use. E. Paint: 1. For sign boards, sign posts, and sign structures: a. Include paint system complete with substrate cleaner(s) , primers and finish coating as required by metal manufacturer and paint manufacturer to meet contract requirements. b. Sheen: To match signs in the parking lot. C. Provide a minimum of two coats, allowing proper curing time between coats. d. Apply with spray equipment. e. Colors: Provide colors to match those shown on the drawings. 01270307 SPECIALTY SIGNS 10440 - 3 03/08 F. Adhesives: 1. Silicone adhesive: "GE 1300" or equivalent clear adhesive. 2. "3M" or equivalent. a. Foam -cored, double -sided tape suitable for use in an exterior environment. 3. Ensure adhesives are compatible with sign and substrate materials and finishes. G. Reflective Sheeting: 1. 3M "Scotchlite" High Intensity Grade, Pressure Sensitive, or approved equal, color as indicated on drawings. H. Clear Coat: Coat all new and rehabilitated signs with Everlear clear coat (UV resistant clear coating) or approved equal at the rate recommended by the manufacturer. 2.3 FABRICATION AND MANUFACTURE A. Verification: Contractor shall verify and be responsible for all dimensions and conditions shown by these drawings. Written dimensions on the drawings shall have precedence over scaled dimensions. B. Notification: The Engineer shall be notified of any discrepancies in the drawings or Graphic Schedule, in field dimensions or conditions and/or changes required in construction details. C. Fabricate signs to allow for adequate clearances around perimeter of system to enable proper installation. Fabricate to allow for thermal movement. D. Provide structural reinforcing within new signs as required to maintain rigidity and to accommodate design loads. E. Fit and assemble the work at the shop to the greatest extent possible. Disassemble only as required for shipment and erection. F. Design Intent: Details on the drawings are intended to establish the exterior appearance of the work. Contractor may change the interior construction shown to conform to his/her shop practice, in a manner that does not conflict with other portions of the specification. G. Visible screwheads and fasteners shall occur only at locations indicated on the drawings and approved submittals. H. Ensure that all edges and corners of finished letterforms and graphics are true and clean. Do not use letterforms and graphics with rounded positive or negative corners, nicked, cut, or ragged edges. I. Finish and paint all corners and edges of sign plaques. All corners and edges are to be eased. 2.4 GRAPHICS APPLICATION A. Typeface: Use Futura bold and Futura Medium as indicated by the drawings and the Sign Schedule. B. Original Artwork: Original art shall be defined as artwork that is a first generation reproduction of the specified art. Edges and corners shall be clean; rounded corners, cut or ragged edges, edge build-up, bleeding or surface pinholes will not be accepted. Artwork will be provided where noted. C. Colors: Colors are specified on the Sign Detail Drawings. D. Labels: No labels or any form of identification other than shown or specified in the Sign Schedule shall appear anywhere on any signs. 01270307 SPECIALTY SIGNS 10440 - 4 03/08 PART 3 - EXECUTION 3.1 REHABILITATION A. Sandblast or strip signs to be repainted of their original coating by other mechanical means to create profile for repainting. 3.2 INSPECTION A. Inspect conditions of locations and surfaces on which signs will be installed. Do not proceed with installation until defects or errors have been corrected. 3.3 WALK THROUGH A. The Sign Contractor is to arrange a meeting with the Engineer at the site for the final location and alignment of all sign elements. 3.4 INSTALLATION A. Install signs at locations shown on drawings. Ensure that signs are installed plumb and true, at mounting heights indicated, and by method shown or specified. Successful bidder to notify the Engineer within ten (10) days of award of contract of installation schedule. 3.5 PROTECTION A. Protect the work and adjacent work and materials against damage during progress of the work until completion. Wrap finished work with paper, polyethylene film, or strippable waterproof tape for shipment and storage, and protect from damage during installation. 3.6 ADJUST AND CLEAN A. Repair any damage to signs incurred during installation to the satisfaction of the Engineer. Replace signs which cannot be repaired to new condition. Clean sign surfaces and adjust hardware for proper operation. Remove sign waste and debris from site. Signage Contractor shall arrange with the General Contractor for use of his/her waste receptacles. 3.7 SIGN SCHEDULE A. Description of the Sign Schedule 1. The Sign Schedule included in the plans lists the identification, quantity, and message(s) of every sign for the work and shows where to find other pertinent information regarding each sign. If discrepancies in quantity are found between the drawings and actual site conditions, the Engineer shall be notified at once. B. Sign Type I. Each sign is identified by type and an item number. C. Copy and Graphics (Message) 1. The copy and graphics for each sign is shown in the Sign Schedule approximately as they shall appear and shall be upper and lower case or all capital letters as shown in the Sign Details. Symbols or diagrams, when they occur, are indicated in the Sign Schedule and illustrated in the Sign Details. 01270307 SPECIALTY SIGNS 10440 - 5 03/08 D. Sheet/Detail l . Refer to the construction detail or details and the graphic layout details for each sign. E. Quantity i . Quantity shown is that of each sign on each location drawing. F. Location Number 1. Identifies a particular sign location on the sign location plan. G. Copy Changes l . The Engineer and/or Client may make changes and/or adjustments to the grids shown on the drawings, prior to sign fabrication, with no additional payment to Contractor, provided there is no increase in the total amount of graphic items (i.e., arrows, symbols, copy, etc.) shown. 3.8 PRICING A. Bid Breakdown l . The bid shall be put together so that the signs are included per each type of sign shown to be removed or rehabilitated. END OF SECTION 01270307 SPECIALTY SIGNS 10440 - 6 03/08 SECTION 16000 BASIC ELECTRICAL METHODS 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 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. Contractor shall field verify the location and routing of the existing conduits and origin of power and controls. 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 Engineer of any discrepancy or conflict prior to proposal. 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 proposal. 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 shall be in accordance with the details and specifications as noted under all sections. L. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment and labor that will be furnished as a part of this contract. 1.3 SUBMITTALS A. The intent of this section is to give general submittal information, refer to specific submittal information in the subsequent sections. B. Submittals shall be in accordance with other sections as indicated. All submittals shall be complete to include model numbers, product data, etc. Prior approval before the project bid date is not required for Division 16. It shall be the Contractor's responsibility to ensure that all products submitted for review are equal. All submittals will be reviewed by the Engineer during the submittal process to determine equality. 01270307 BASIC ELECTRICAL METHODS 16000 - I 03/08 C. Requirements for each submittal: l . 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. PART 2 - 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. 01270307 BASIC ELECTRICAL METHODS 16000 - 2 03/08 s i 3. Orange: Telephone and other communications. 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 than 12" above pipes and 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 shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. 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. Contractor shall coordinate the location of all exterior fixtures with all disciplines. F. 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. G. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. H. 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. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing 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 bottoms and support pipe and conduit on an undisturbed subgrade. 01270307 BASIC ELECTRICAL METHODS 16000 - 3 03/08 ` 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. 1 C. Excavate trenches 4" deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more than 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 erosion. Keep free of trash and debris. b. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. I) Scarify or remove and replace soil material to depth as directed by 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 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. 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. -., 01270307 BASIC ELECTRICAL METHODS 16000 - 4 03108 yp i i 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 4#- 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. 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. END OF SECTION 01270307 BASIC ELECTRICAL METHODS 16000 - 5 03/08 SECTION 16111 CONDUIT PART 1- GENERAL 1.1 SECTION INCLUDES A. Metal conduit. B. Liquidtight flexible metal conduit. C. Electrical metallic tubing. D. Non-metallic PVC Conduit E. Fittings and conduit bodies. F. Surface raceway. 1.2 RELATED SECTIONS A. Section 07270 - Fire Stopping. B. Section 16130 - Boxes. C. Section 16170 - Grounding and Bonding. D. Section 16190 - Supporting Devices. E. Section 16195 - Electrical Identification. 1.3 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. ' - B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. - , C. ANSI/NEMA FB I - 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. 1.4 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.5 SUBMITTALS A. Submit under provisions of other sections. B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of other sections. B. Accurately record actual routing of conduits. 01270307 CONDUIT 16111 - 1 03/08 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of Section 01600. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.9 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART2-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. Non-metallic tubing shall not be used on this project. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied 2. Wheatland 3. Substitutions: Under provisions of Section 01600. B. Rigid Steel Conduit: ANSI C80.1. C. Intermediate Metal Conduit (IMC): Rigid steel. D. Fittings and Conduit Bodies: ANSINEMA FB 1; all steel fittings. 01270307 CONDUIT 16111 - 2 03/08 2.3 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: I. Ultatite 2. Electri-flex 3. Substitutions: Under provisions of Section 01600. B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSYNEMA FB 1. D. Applications: Use for final connections in exterior locations and areas subjected to moisture. 2.4 ELECTRICAL METALLIC TUBING (EMT) A. Manufacturers: I . Allied 2. Substitutions: Under provisions of Section 01600. B. Description: ANSI C80.3; galvanized tubing. C. Fittings and Conduit Bodies: ANSUNEMA FB 1; all steel, compression or set screw type. D. Applications: Do not use below grade or in exterior locations. Use only in interior locations. 2.5 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: ANSUNEMA FB 1; steel fittings with external PVC coatings to match conduit. 2.6 NON-METALLIC PVC CONDUIT A. Manufacturers: 1. Carlon. 2. Allied. 3. Substitutions: Under provisions of other sections. 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 conduit with protective wrapping. E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. G. Direct buried schedule 40 PVC conduit is acceptable for lighting and gate power circuits. 2.7 CONDUIT FITTINGS A. Refer to Section 16170 for use of grounding type bushing. 01270307 03/08 CONDUIT 16111 -3 t` f 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. At locations where new conduits are installed and enter existing structures, obtain prior approval from the Engineer before cutting or drilling. Seal all openings around conduit penetrations. H. Route exposed conduit parallel and perpendicular to walls. 1. Route conduit installed above accessible ceilings parallel and perpendicular to walls. J. Maintain adequate clearance between conduit and piping. K. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. L. Cut conduit square using saw or pipecutter; de -burr cut ends. M. Bring conduit to shoulder of fittings; fasten securely. N. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. O. Install no more than equivalent o f three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2 inch size. P. Conduit for communications cabling shall have no more than 180 degrees worth of bends or more than 150 feet between boxes. Q. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. R. Provide suitable fittings to accommodate expansion and deflection where conduit crosses control and expansion joints. S. Provide suitable pull string in each empty conduit except sleeves and nipples. T. Use suitable caps to protect installed conduit against entrance of dirt and moisture. U. Ground and bond conduit under provisions of Section 16170. V. Identify conduit under provisions of Section 16195. W. Ducts shall be cleaned with a flexible mandrel assembly. X. All conduits passing vertically through slabs on grade shall be PVC -coated, or rigid steel. Rigid steel conduits shall be applied with protective coatings as indicated herein. The transition from PVC to steel conduit shall be below grade. Y. Underground branch circuit extensions to parking lot lighting fixtures and other branch circuits may be direct buried PVC conduit. Service entrance PVC conduits and feeder conduits shall be concrete encased or PVC -coated galvanized steel conduit as specified. Z. Minimum cover for underground conduits shall be 24 inches unless otherwise noted. AA. In slab on grade applications, all conduits shall be installed below the slab. BB. Conduit stubbed to above the ceiling shall have a 90 degree turn into the area served by the conduit with nylon bushings on the end. END OF SECTION 01270307 CONDUIT 16111 - 4 03i08 SECTION 16123 WIRE AND CABLE PART 1-GENERAL 1.1 SECTION INCLUDES A. Building wire and cable. B. Wiring connectors and connections. 1.2 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.3 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR INFORMATION A. Test Reports: Indicate procedures and values obtained. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.5 SUBMITTALS AT PROJECT CLOSEOUT A. Project Record Documents: Record actual locations of components and circuits. 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 NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.8 PROJECT CONDITIONS A. Verify that field measurements are as indicated. B. Conductor sizes are based on copper. C. Wire and cable routing indicated is approximate unless dimensioned. 01270307 WIRE AND CABLE 16123 — 1 03,108 1.9 COORDINATION A. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2-PRODUCTS 2.1 BUILDING WIRE A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. B. Description: Single conductor insulated wire. C. Conductor: Copper. D. Insulation Voltage Rating: 600 volts. E. Insulation: NFPA 70, Type indicated herein. F. MC Cable: Shall not be utilized on this project. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. B. Solderless Pressure Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. C. Spring Wire Connectors: I . Ideal. D. Compression Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that mechanical work likely to damage wire and cable has been completed. B. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 01270307 WIRE AND CABLE 16123 — 2 03108 3.3 WIRING METHODS A. All Locations: Use only building wire, Type THW or THHN/THWN insulation, in raceway. B. Use wiring methods indicated. 3.4 INSTALLATION A. Route wire and cable as required to meet Project Conditions. B. Install cable in accordance with the NECA "Standard of Installation." C. Use solid conductor for feeders and branch circuits 10 AWG and smaller. D. Use stranded conductors for control circuits. E. Use conductor not smaller than 12 AWG for power and lighting circuits with the exception of pre -manufactured fixture whips, listed for such use and not exceeding 6' in length. F. Use conductor not smaller than 14 AWG for control circuits. G. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and as indicated on the drawings. H. Install all conductors in conduit unless otherwise noted. I. Pull all conductors into raceway at same time. J. Use suitable wire pulling lubricant for building wire 4 AWG and larger. K. Protect exposed cable from damage. L. All cables shall be neatly supported. M. Use suitable cable fittings and connectors. N. Neatly train and lace wiring inside boxes, equipment, and panelboards. O. Clean conductor surfaces before installing lugs and connectors. P. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. All below grade splices shall be made with silicon filled, listed connectors for use in wet locations. Q. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. R. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. S. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. T. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. U. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and indicated in Article 310 of the 2005 National Electrical Code. 3.5 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION 16123 01270307 WIRE AND CABLE 16123 — 3 03/08 SECTION 16170 GROUNDING AND BONDING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.2 REFERENCES A. Section 01400 - Quality Control: 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. 1.3 GROUNDING SYSTEM DESCRIPTION A. Rod electrodes. 1.4 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for grounding electrodes and connections. 1.6 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: 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. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience, and with service facilities within 100 miles of Project. 1.8 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 01270307 GROUNDING AND BONDING 16170 - 1 03/08 PART 2-PRODUCTS 2.1 MECHANICAL CONNECTORS A. Material: Bronze. 2.2 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld. 2.3 WIRE A. Material: Stranded copper. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. 3.2 INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Provide bonding to meet Regulatory Requirements. C. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. D. Provide a driven ground rod for each lighting pole and extend a ground conductor attached to the metallic pole as indicated on the Drawings. E. Bond the equipment grounding conductor to the metallic portion of equipment being served. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: 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 16170 01270307 GROUNDING AND BONDING 16170 - 2 03/08 APPENDIX A AC, 15015370-2E OPERATION SAFETY ON AIRPORTS DURING CONSTRUCTION f ! 1.370.11 07 U3108 Department f S, D partmen y of Transportation Admiral Aviation Circular Administration Subject-. OPERATIONAL SAFFTY ON AWORTS DURING (_'ONSTItUC710y 1. THE F URPOSE OF THIS ADVISORY C'iltUILAR (AC). Aviation safety it the primary etmsideration at airpurts, espmially during construction. This AC gets forth guidelines for nperatioaal safety on airports during construction. It contains major changes to the following arises, "Runway Satiety Ana." paruugmph 3-2. "Tixiway Safely AmasiObject-Free: Areas," paragraph 3-3; "Overviuw•," paragraph 3-4; "Marking (guidelines for Temporary Threshold," paragraph 3-5; Arid "Hazard Marking and Lighting," paragraph 3-9. 2. WBAT THIS AC CANCEI,S. This AC cancels AC 150..5370-2D, Op ruliwral.Soleo: on Airports Lh4rinl; Cowlrurdim, dated Mey 31, 2002. 3. RlE' ADINC MATERUIL RELATED TO THIS AC. Appendix 1 contains a H41 of reading mall ials on airport construction, design, and lxttential safety li-rz:uds during construction, as wc11 as i»su-uc►ions tier ordering these docurncnta. Many of Oena, including this AC, are available on the Federal .Aviation Administration (FAA) Wch site. DAVID L. RFNNI:TT Dirvctnr, Ofticu of Airport Safety and St,tuinrds I Date; 1;17103 AC No: I50i5370-2E Initiated by- AAS-300 Change; 4. WHO TII1S AC AFFECTS. This AC assiata airport operators in complying with 14 Code fifFederat Regulations (CFR), part 139, Certification and Operation: Land Airports Serving Cm uin .fir Carrier,, and with the requirenwrtts of airport constructitm projects receiving ftinds under the .Airport brrprovmeat Program or from the PtmyscBger Facility Charge Program. While the FAA dory not require noncertilicated airptxte without grant agreetrimth to adhere to these guidelines, we recommend that they do so as it will help these airports maintain a desirable level of operational safety during aunstrtrction. S. ADDUIONAL BACKGROUND 04 FORA'LiTIOly. Appendix 2 contains deftnitiuns of terms used in this AC, Appendix 1 lmn ides airport operators with hoilerplale fbrotat and language for developing a safety plan for an airport construction project. Appendix 4 is a sample Notice to Ainnen fium. e. HAL.iRD LIGHTING IMPUNIENTA1'ION TIME LINK. SuppLmientat hand lighting roust be red in color by 0Ltoher 1, 2(04. Sze paragraph 3.9 for more infumaation. 117103 AC150/6370'2E ^^ CONTENTS Paraursoh Pane CHAPTER 1' GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES ................................................. 1 1`1' Overview ......................................................... ............................... ............................................. .......................... � CHAPTER%L SAFETY PLANS ................................ -.............................................................................................. 3 ^� 2'1. (h.nrriew'................................................................ .................................................. .................. ......... --_--1 �3. �o����'C�n��Um--...---..--_—...'_,.._—'--.—.---.-----..----..--_.� Section2. Safety and Security Mmmswre.%.... .............................................. ................ .................... ...... ............ 4 2-3. Overview ...................................................................................................................................... ........................... 4 24, Vehicle OpLrvbnnand Mmrkim@and P*des(riallCmnmu1 ................................ .................. ........ ............................ 4 2-5. Construction -----~----.-------._--------------`'~—'5 Cwm»trmvummVu»icle Equipment Parking ...... ........................... ....................................................... .................... 5 2'7. RA1io Coomu"icatiomIlnhniug .................................................................................................................... .......... 5 _ 2-8' F*u,ingoud GuLmq ..._.......................................................................................................................................... � Sectiom3. Notification of Construction Activities ................................. .............................................................. 5 ............ ............... .---_.'._ ............... ............. .............. ~............ .......... '� — 2.1$ Aomriag Prnoipt NoLi5catiomo -----_------'------_-----------------,-----6 2-11. Notices »aAirmen (NOTmN-Is).................................................................................... ............................................. 6 _. 3'12. Ai r craft Rrxmeand F ire Figb1ing(ARFF) Nmtiycmimn—~----------_—................................................. 6 %'LJ. Notificmriummthe FAA '........................................................................................................................................... 0 CHAPTER 1 SAFETY STANDARDS AND GUIDELINES ........................... ............ ............. ....... ........ ,............. 7 Section 11. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas ..................... � 7 3'1' cvorvicw.................................................................................................................................................................. 7 3-2. Runway Safety Area F,=Zone (}FZ)....... .......... ................................................................ ~-7 3'3. TwxiwmYWe*y A,mm,!Object.Pnee Arowm.......................................................................... .................................... I Section 2' Temporary Runway Thresholds ................................................. ........................................................ a 3'4. Overview ...... ............................. ......................................... ....... -........... .............................. ___ ................. m 3-5. m1udkiu*(veiuolineg&rTvnVmzraryThreshold ............................ .......................................................... ................. 9 3~6. Lighting Gaiddineufor TvtnpoozmyTbnuhold......................................................................................................... 9 Section3. Other Construction Marking and Lighting Activities ...................................................................... f0 1-7. Overview ......... —......... .................................................. —.,................................................................... ....... _>g ]-0. C&m:dRunway umd'AmwvyMarking and Lighting .............................................. ....................................... ...... 11) 3-9. 1 laxur4Y.1o8ingand Lighting ................................... ........................................................................................ ...|R 3'10. CnnxmictiouNear Navigational Aids (NAVAU)s......... .............. .... ....................................... .......................... U ]-YL [\n/nnc6vnGit-a&oxu» mid Haul Roads .................................................................. ........................................... }1 3'12. ()mstw0lvnMateouSIuckpilinB...................................................................... ...... .................... ......... ............ �)l 1'11 Other Limitations uoCimobuc6/m.... ...................................... ............................................ ........... ............ ...... 7V AC 15015370-2E 1,17103 Appendices APPENDIX I. RFI.ATED REAnf GMATERIAL ....................................................................................... ...... A-1 APPENDIX 2, DE-rNITIONS OF TL PMS USED 1N THE AC.................................................................................. A-z AMNDIX 3, AIRPORT CONSTRUCTION SAFETY PLANNING OU-113............................................................... A-3 AYPF-N 7IX 4. SAMME O'I* Abi...................... ...................................................... _................... .................. A-7 iv 11171D3 AC 15M370-2E CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES 1-1. OVERVIEW. ifazardutry practices and marginal conditions created by constrotaion rwfvilics sari decrease or jeopardize operational safety oa airports, Yu mini nize disruption of noruitil aircraft opv' dons and to avoid situations that cmnpromise the nirporl's operaounal .safety; the airport operatur must carefully plan, schedule. and cuordimte construction activities. While the guidance in this AC is primarily used for cunytruction operation&, sonic of the tnetbuds and procedures deseribud. may also enhance day- to-da;• maintenance uperations. 1-2. WHO IS RF:SPOiNSITILE FOR SAFETY DURLNG CONSTRUCTION. An airport operau T has overall responsibility for construction activities on an airport, This includes the prede4ign, design, preconstrucliun, construction, and inspection phases. Additional intortnation on these responsibilities can be found throughout thin AC, a. Airport operator's responstbillNcs-- (1) Dcv°elop internaliy or approve a constniction safety plait developed by an outside cunsultaut•'contractor that eomrplies with the safety guidelines in Chapter 2, "Safety Plans," and App=dix 3, "Airport. Constructinn Safety planning Guide," of this AC. (2) Requim contractors to submit plant; indicating how they intend to comply with the safety requirements of the project. (3) C011YUrIC a meeting with the cctnYtructiun cnntrtctor, consultant, airport eniplayees, and, if appropriate, tenant sponsor to review said discuss project gaiety- before bcgianing construction activity. (4) Emu= contact inforrnaliun iN accurate fair each rcTFwgentativtapuint of cutitact identified in the safety plan, (5) Hold weekly or, if necessary. daily saf rly meetings io coordinate activilics• (6) Notify users, especially atrcralt rescue and tire fighting (ARI-T) Personnel - of txonsttucttun activity and conditions that may adversely affect the unerational safety of -the airport via i+iotices to .Airmen (NOTMAs) ter other methods, m appropriate. Convene a meeting for review and disciLmion if t)t%Lwstcry. (7) Ensure that construction personnel know of any applicable airport Procedures and of changes to those procedures that may affect their Work. 18) Ensure that construction contractam and subcontracuors undergu training re.�uircd by IbC safety plan. (9) AevLlop andfor conrdinate a construction vehicle plan with airl+ntt tenant,, the airpurt traffic control iower (A'1'CT), and consttucd n. coniractur,,. [uclude the vehicle plan in the safety plan. See Chaptt7 2, section 2, of this .AC for additioull enfurmation, (10) Ensure tenants and contractors comply wilh standards and ptocedures for vehicle lighting, marking, tle:Ccsc, operalurn. and corttmunication. (11) At certificated airiwrts, enure that each tenant's construction safcty plan is consistent with 14 CFR part 139, Certification and Operations: Land Airpurti Serving Certain .AirCarricre, (12) Cunduct firoque-nl inspections to ensure construction contractors and lenanls comply w9th the safety plan and that altered construction activities do not create potential safety hazards. (13) Resolve safety deticiencium inunediately. (14) F,Iraure congtruction access cotnplies with the security rcquiretueotg of 49 C FR part 1542, Airport Security, (15) Notify appropriate pttrtias Ashen conditions exist that invoke provisions of die safety plan (c.g„ implementation of low visibility crpnaatians). b. Construction contractor's respousihiiities— (1) Submit plans to the airport operator un how to comply with the safely rcyuiretr mL%of the projex;l. (2) Have available: a copy of the project 4afe y plan. (3) Comply with the salcty plan associated with the construction prujecr and ensure that eunsfruction personnel arc taouliar with mfery pmwodures. and rrgulaUons on the airport. (4) Fruvidc a point of coulact who will cocn-dinate an immediate response to correct any construction-relawd activity that inay adve.°rii-ely affect the opcmlional safety of the airport- (5) Provide a safety ofiicer.'construction inspeciar familiar with airport safety to monitor construction activities. (6) Rcctrict movu`me,-nt of construction vehicles io constnwrion nreav by flagging and bamcadiug, crvcti'ng temponary fencing, or providing escorts, nc appropriate. AC 15015370-2E 1117103 (7) Ensure that feu COCLAT u:tion eul{tfoyees. employees of stlbcomracturs or suppiiens, or other persons enter any part of the air uperationg arcu (AUAy1 from the cons[ coon site unlem authorized. c. Tenant's responrihilities ltplatnoing cunstructioo activities ort leaped property— (1) Devciup a safety plan, and submit it to the airpurl operator for approvll prior to issuance of a Notice to Procccd. (2) Provide a point of contact who will coordinate an immediate response to comer any 2 eunsuuciion-related activity that may adversely affect the ape rational safety of the aupart_ (3) Ensure that no tenant or constntcdon employt", ampioym of subcontractary or suppfien, or any u&r persotrb enter tiny part of the AO from the ;:ottsrructiort sire etnlc,s authorized_ (4) RL'4trict nievu ne'nt of construction vehicles to cun4truction areas by flagging and hatTictiding Or cre:ctitig llt:rlspurary fetici lig. 1117103 AC 15015370-2E CHAPTER 2. SAFETY PLANS Sectlotl ?. Basic Safety Plan Corisiderations 2.1. OVERVIEW. Airport operators should c(mrdivate safety issues with the air carriers, FAA Airway Facilities, and other airF,oti tenants henna: the design phase of the project. The airport operator should identify project safeq coucerrts, requirements, and impaum before malting arrangements with contra tors and other persorwet to perform work an art airport. These safety concerns will serve as the foundation for the construction safety plan tmd help maintain a high level of aviation safety during the project. The sirpurt operator should determine the level of complexity of the safety plan that is necessary for each construction project and its phasas. The safety play may be detailed in the specifications included in the invitation for bids, or the invitation for bid May apecify that the matractur develop the safety plan and the airport operator approve it. In the iaticr ease, the imritatiou htr hid should comain sufficient information to allow the contractor to develop and determine the costs associated with the safety piazt. In either case, safety plan cosh .should be incorporated into the total cost of the project. The airpon uperator has final approval authority and responsibility for all safety plans. CooTditiRdon will Crary ftom formal predesign ccmferencts w informal cantacls throughmt the duration of the constrttcrion project, Details of a sl+ecifed safety plan, or tequiten ents for a COMM safety plan, should be discussed at the predevign and precomtructiun contereneu.4 and shuuid include the totlowing, a.% appropriate: a. Actions necessary bcfnre starting construction, including defunink and assigning respunsibilities. h. Hwic resptmsibilides and procedures for disseminating instructions about airport procedures to die coritrst:tor's personnel. c. Means of separating cunstrlietlon areas from aeronawical-tlse arrem d. Navigational aid (NAVAID) requirrmcots and weather. e, Marking and tighti:tg plan illustration:, 1• klethmN ofcoonlinatiog significant changes in dirrurt opetatiotns w ith all the apprzr(triata panics 2-2. SAFETY PLAN CHECKLIST. To the extent applicable, the safety (clan should address the fnilowing_ a. Scope of work to beperfonmud, including prupused duration (if work. b. Runway and taxiway marking and lighting. c, Procedures fur protecting all runway and taxiway Safety areas, obstacle -free zones (01 ZO, object -free areas (OFAs), and threshold citing criteria outlined in AC l50.'5300-13, 4irfytlrl Design, and as described in this AC. This includes lit11itatiOnS on equipment height and stockpiled irwterial, d. Areas and rrperations affected by the cousixuction activity, including possible salcty problems, e. NAVAIN that enuld be alTacted, espmi ally critical area boundaries. F. Methods of separating veitiele rind pedestrian construction ttttffic iiomthe airport movement areas. This may include fencing offcunstruction areas to keep equipment operators in restricted areas in which they are audiorued to operate. Fencing, of some other tbrm of mstrietive barrier, is an uperadonat necessity in some cases. Z. Proecdwes and equipment, such as barricades (id4mtify type), to delineate vlosed comxtructiun ar=s from the airport operational rtreay, as necesutry. h. Limitations on construction. i. Required cumpliance ofcontTimtor personnel with all airport safety and security mcastires. j. Location of stuckpiled construction materials, construction site parking, and aceLm and haul roads. lc. lUsdw communications. I, vChicleidentification. tn. Trencho% and excavations.and euver requirenicnts_ AC 15015370-2E 1117103 n. Ptucedures for notifying ARFF personnel if water fines ur fire livdranLs mtLet be deactivated or if emergency access routes rnw4t he rerouted or blacked o. f-mergunc}• notification procedures fete medical and poltca: response, p. Use oftemporaty visual aids. q. Wildlife management. r. Fvreigrt obje t, debris (FOD) curilml provisiuns. s, llairartlnus niateriab. (14A7WT) management. t. NO'TAM issuance, w. Procedures Fur contacting respunsible n:prexettturiveslputnls of contact for till involved parties. This .hould include ofl•'-duty contact information so an immediate response may be coordinated to correct any wristruction-related activity that could adversely alYeet the operarional safety of the aigKm. Particular cart: should be taken to ensure that apprupriate Airrvttya Facilities personnel are identifrud in the event that. arf unanticipated utility outage or cable cut occan that imparts FAA NAVAMs, x. Vehicle operator training. y. Pena]ty ptovrsiun,.. for nortcomptiance with airport rules aad regulu(iuns and the safety plan (e.g._ if a vehielts is involved in a runwav incursion). u. Inspection requirements. a. Any special coaditiotss that affect the operation of the airport and will require a portion of the safety plan Y. Procedures for locating and protecting existing to he activated {c.g., l(me-visibility olnratiotts, snow underground utilities, cables, wins, pipelines, and other rtrrrtnval). undergrovnd faCilitiC1. ifn excavation areas, Section 2, Safety and Security Measures 2-3. OVERVI Ew, Airport uperators are resperosihte for closely rnol itoring tenant and construction Contractor activity during the construction project to ensure continual compliance with all safety and security requirements. Aitpurts subjectio 44 CFR part 1542. Airport Security, must meet standards for access Control, movement of ground vehicles, and ideritiflcavlon of construction contractor and tenant pt-Twnnel. la addition, airport operators should uNe safely prugmi-D standards, as described in Chapter 3 of this AC, to develop spet:ific safety: measures t[n which temmm and wnstruction contractors must. adhere ttn'oug,hOut the duration of construction activities. €.eneral safety piovisions are contained in AC 15063 70-10 Stundanfs.%r Spec Bing Cumhucrion vj .disports, paragraphs 40-05, "Maintenance orTmffiic"; 70-08. "Barricades. Warning Signs. and 11tttard Markings' and RO-04, '`Limitation of Operations." At any tithe during Lon stnfctitrn, aircraft optraliuns, weather, security, or local airport rules may dictate mtxt stringent safety rltcasures, The airport operator should ensure Tina both gencrsl and specific safety requirements rare coordinntud whit airpurt tenant& and ATCT personnel. fhe airport operator Should also include these parries in the ctwrdination of atl bid dommentc, condtnfctiun plans, and spucificatiuns fur tin -airport cttnslnlctiofi projects. 24, VEHICLE OP)EPUkT[ON AND MARKING AND FEDESTRiAN CONTROL. 'ki`elficic and pedestrian access routes for airport constauctiuu projects must he controlled to prevent inadvettent or unauthorvcd entry o€persons, vehicles, ur animals onto the AOA. This includes aireratt moveatrnt and IIortmuvernent amits. The airport Operator should develop and coordinate a Crmytrriction vChictC PlUn with airport tenants, zontractors, and the ATC L The safety plan or invitation for bid should include specific vehietc and pede,trinn requirements. The vehicle plan should contain the iollowinQ itcrns: a. Airport opet,itor's rules+ and rzgulatiuns for vehicle marking, lighting, Emd operation, b. Requirenicnw firr marking and identifying s ehicles in accordance with AC IM..5210-5. Pain ling ,1-wking, anti!T.ightirignf'Vehi les Usednn art.iirporl. c. Description of proper vehicle operations an movement and nonmovetnent area under normal, lost cnmrnunicalions, and emergency conditions. d. Penalties fur nun(xmp[iancc with driving rules and regulations. e. 1`teining raglairentents vehicle chicle cLivcrs to cnsare compliance with the airport aperaim's vehicle rifles turd regulations. f Provisruns rtx nMio Communication training for constnrction rcmtracuu personnel engaged in cumEntciion activities around aircraft. movement area;. Some drivers. 1111103 AC 150/5370-2E such ss eonstwction drivers under escort, nifty not require this training. g. Escort procedures fur construction vehicles requiring access ui nircrall rruivetneut arras. A vehicle in the tnovrrienl area must have a working aviatiott-hxnd• two-way ratim unless it is under escort. Vehicles can he in closed ascam without a radio if the closed area is properly marked and lighted to prevent incursium and a N(}TAhi regarding the closure is issued. K. Monitoring procedures to ensure that vehicle drivcr9 are in compliance with the: construction vehicle plan. i, Prticerdums for, i:[appmpriate, personnel tv control access through gates and fencing or across airrratt mvvenienl am". 2-5. CONS't RUC110N EMPLOYEE PARAING A REAS. Designaic in advance vehicle parking areas for contractor employe es to prevent any uttauthrnizCd entry of parsons or vehicles emto the airport movement area. These areas should provide reasonable ecrntractor employee aeecsa to the job site. 2-6. CONSTRUCTION VEHICLE EQUIP.-IrtE VT FARKENG. ConstrucCiun employees must park and service all construction vehicles in an area designated by the airport operator ourside the runway safety mess and OFZs and never on a cloned taxiway or runway. Emptoya:s should also pw-k- construction vehiclew outside the OFA when not in use by construction per 4onnel (e.g., overnight, on weekelrris, ur during Other peeiexts wizen construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or natiigalnmai ;rids. 17he FAA mist also study ihust: areas to determine effetcw on t4 CFR part'M Uhjerre Affecling,NavikubleAirspace, surfaces (see: paragraph 2-13 for Further information). 2-7. RADJO CONINIU:N1C ATION "•RAINING. The airlxrrt opemtor must ensure that t,--niul( and construction cotitracturpersonnel Lmgaged in activities involving( unescorted operation on aincra. t irtuvt-anent 2-I. GF.IS E;1tAl.. areas observe the pruperprocedutes fur W=Iunicatiuns, including using appropriate radio frequencies at airports with and without ATUTs. Trauiinc of contractors on praper communication procedures is essential for maintaining airpurt operational safety. Whets op -mating vehicles on or near erl►en runways or taxiway-.,. construction personnel trust understaud the crrificat importance of maintaining radio contact with airport operations, ATCT, or the Common Traffic Advisury Frequency. which may include lrhTCOM. `UL'rlcom, or one of the FAA Flight Service Stations (FSS), as directed by airport nranagernent. Vehicular traffic Crussing active muvmnenr Reas must be controlled either by two-way radio with the ATCT, escort, tlagtnan. signal light, or other tnean_4 appropria(c for the particular airport. Whicle drivers must confirm by personal observation that no worail is approaching their position when given Clearance to cross a runway. In addition; it is the reslmnsihiliry of the escort vehicle driver to verify the movementlposition of all escorted vehicles at any given time. Even though radio communication is maintained, escort vehicle drivers must also (bmiliarirw themselves with ATCT light gun signals in the event of radio faiture (sec the FAA safety placard "Ground Vchi cle Guide to Airport Signs and Markings"). This safety placard tray he ordered through Ilse Runway Safely Program 1Ncb site at httip:llwww.faarsp.org or obtained Cnmt the Regioitai Airports Division Office. 2-3. FE,NC(NC AND GATES. Airport operators and contractors must take usr❑ to maintain a high level ot' natety and security during construction when access points are created iii the ,security fencing to permit the pwuage of eun'truction vehicles or personnel. Tenrporsry gates should be equipped sa they can be securely closed and locked to preveut avucss by aoitnals and people (especially minors). Procedures should be in place to cnsurz that only authorized pemons and vehicles have access w the AOA and to prohibit "piggybacking" behind anntlierperstin or vehicle. The Department (ifTrampurlstion (1)91') document DOT1 FA• 1,&R-00 52, Rrctsm++terrtfed Senailfy 6tddrlines firr Airport Planning and C:renslrrielfbee, provides merit specific infommtioit on fencing. A copy of this document can he nhtaine:d from the Airport Cunsultanls Council, Airports Council International, or Ametie in Associarion (if Airpetrt Executive-, Section 3. Notification of Construction Activities In order to maintain the desired levels of operational safely oo airlrott<_ during cot)structinn activi(ics, the ssft:ty plan should contain the tiolification actions described below, AC 15015370-2E 1117/03 2-10. ENSUFUNG PROMPT 1rOTIFICATIONS. The aitporL operator should establish and tbllow procedurcai for the inunediete notification of airport users and the FAA of any conditious adversely affecting the operational safety of an airport. 1-11. itiOTICES T¢ AIRmE-N (NOTALMS). The airport uperatar. nuist provide inforrnatiota oti caused or liti'zardtius cerr)ditioaas on airport ulovernent AreaLs to tilt! VS-S so it can issue P. NOTAM. The airport operator must coordinate the issumice, rnaintertance, and can cellalion of L OTAIMs about airport conditions resulting from cunstnictiun activities with tenants and the focal eir traffic facility (conLivl tower, approach contrui, or air trsffic control ccalm. Refer to AC I W5200-28, 1Vorier-Y it; Airmen (,V0T4Ms). for Airpnrt Operafurs, and Appendix 4 in this AC liar a sample NOTAM form. Quly the FAA may issue at cancel NOTA,tii:t aft shutdown or irregular operation of FAA -owned facilities. Oulu the airpuit apatutor or an authorized relwewentative may issue or cancel NOTAMs nn airport conditions. (The airport owncrivpentor is the only entity that can closc or op(aa a runway.) The airport operator must file and maintain Lhi.i list of authorized represeutatives with the iSS. Any person having reason to believe that a 1401 ALM is missing, incotupletc, or inaccurate must notify the airpon operator_ 2-12. AlRCRA}"l' RESCUE AND FIRE FIGHTING (ARFF) yOTTFICATION. The safety Platt mast provide procedures for notifying ARFF personnel, mutual aid providurs, and other emergency services if construction requires shutting off ur othe:rwisc disrupting any water line tar fare hydtanr on the airport or adjoining arras and if contractors work with haizardom inateriaal on the airfield. N atiiicaticrrr procedures must also be developed 1'ar notifying ARFF and all aLher eiergency personnel when the work performed wilt close or affW tiny tsncrgency routes. Likewise, the procedure% must addn:ss appropriate notification-, when servims are rc5torud. 1.13. -NOTIFICATION TO 111F FAA. For c; anmici airport projects, Id i.'FR part 7' regttirea notification tea the FAA. In addition to applicatiutas made for Feclerally handed corisWcLioti, 14 C FR part 157, Notice of Commiciion, Alteration, Activatioii, and Deactivation of Airports, requires that the fur wt t1perauir notify the FAA in writing whenever a non-fecimlly funded project involves iha con 9truciion of a nmr airport; thu construction, maligning, atwri3ng, activating*, or abandoning of a runway. Landing strip. or aysaciated taxiway, ur the deactivation ur abandoning of an entire airport. Notificatiou inruhes submitting FAA Form 7480-1, Notice of Landing Area Pfoposal, to the nearest FAA Regional Airports Division Office at- Airports District Office. Alm). any person proposing any kind of coIISLruction or alteraticm of ubfecl_v that affect navigubie airspace, u defined in 14 CFR part 77 must notify the FAA. This incluclLs construction equipment and proposed parking arras for this ogidprrient li&, crant_-;, graders, etc.). FAA Fann 7460-1, 'Notiec of Proposcvi Construction or Alteration, can be used far dais purpose and submitted to the FAA Regional Airports Divisicm Office or Airports District (efface. (Sec AC' 70: 7460.2. Proposed COtr.rarircrton or.41teration ofObjecar drat MayA.,(jecrthe. law vigahle ,l irspare. ) If construction operations require a Shutdown of an airport owned NAV AID from,,trice fur man: than 24 hour; ui in ease,% of 4 hours daily on eansecutive days, we recommend a 45-day inivirnum route prior 10 faicility shutdown, Coordinate work for a FAA owned NAVAID shutdown with the local FAA Airways Facilities Office. In adchlion, procedun-s that address unanticipated utility outages and cable cuts that could irnpticl FAA NAVAIDs must be addressed. 2-14. WORK SCHEDULING AND ACCOMPLISHMENT. Airpurt operators--ur tor-natirs having construction ant their leased properties—Awuld use predesign, prebid, and preuunaLnactiou oonfercnces to introduce the subject of airport operational safety during construction {acc AC' 150/5300- 4, Prvdrsign, 11*hid, and Precorurruclion Cr)rJerencea for 4rpuri Graw Projeels). The airport operator, tenants, and eonvtnurion contractors should integrate Operational surety requirenleoLv into their planning and work schedulcit as rattly as practical. Operational safety should be a standing agenda item for discussion during prugrosa meetings iluvughout the project. The contractor and airport caperator should,any out onsite inspection., throughout the: project and iminediately remedy any deficiencies, Whether LauYcd by negligence, oversight, ttir project suopc change. 1/17I03 AC 15015370-2E CHAPTER 3. SAFETY STANDARDS AND GUIDELINES Section 1. Runway and Taxlway Safety Areas, Obstacle -Free Zones, and Object -Free Areas 3-1. OVERVIEW. Aitpon operators must nse these safety guidelines when preparing plans and vpecitications for construction activities in areas that may interfere with aitcrafl opt. -rations. the sah ty plan should recognize and address these standards fur each airport c m truction projmt. However, the safety plan must reflect the specific needs of a particular pttrject, and for this rtuarsov, these saIL-ty guidetitres should not be imotporated verbatun into project specificaliuny_ For additional guidance on meeting safety and security requiremmu, refer to the planning guide template included in Appendix 3 of this AC. 3-2. RUNWAY SAFETY AREA (RSA)1 OBSTACLE, -FREE ZONE (OFZ.). A rurtway safety aria is the defmW- surf= surrounding the runway prepared or suitable for reducing LLw risk of damage to airplanes in the event of an undershoot, overshnot, or excursion from the runway (see AC 150.?5300-13, .4irptarr Drugn). Construction activities within the standard RSA are subject to the following conditions: a. Runway edges. (11) No construction may occur closerthat 200 feet (60ru) ftorn the runway centerine, ua1t6s the runway is closed to restricted to aircraft operations, roquiring an RSA that is equal to the RSA width available during construction, or 400 feet, whichever is less (see AC 150i5300.13, Tables 3-I through 3.3). (2) Personnel, tnatcsial, andior equipment must not penetrate the OFZ, as defined in AC 150!5 00- 13. (3) 71te airport operator must coordinate the curr.ttruction activity in the RSA as permitted above with the AIi:T and the FAA Regional AirpmtN Division Office or appropriate Airports District Office mid issue a local NOTAM— b. Runway ends, (t) An RSA must be nittinwinud of such dimensiom that it extends beyond the end of the rurtwsy a distance equal to that which cxisrcd b,kirc tionsr;ULtiertt activity, unless thu runway is closed or restricted to aircraft operations for which the reduced RSA is adequate (suc AC 150/5300-13). The teinpurayy use of dcelared dicta1rce5 arrdlor partied niaway closures tudy help provide the necessary KSA. Tn addition, all personnel, tnaterials, and'or equipineat must remain clear of the applic:abic threshold sitiiig surfaces. ay defined in Apptmdix 2, "Threshold Sifing Requitements." of AC 150i5300.13.' Consult with the appropriate FAA Regional Airports Divisiun Office or Airports District Office to determine the appropriate approatih surface required. (2) Personnel, material, anti'or equipment urussl not penetrate the OFT., as defined in AC 150i5300- 13. (3) The gatCtyplait EnLL,4t provide proct!dures ibr ensuring adequate distance for blast protection, if required by operational consideratiuns_ (4) The airport operator must eourdinatrr construction activity in rhib portion of the RSA with the ATC-T and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a local NOTAM. C. Excavations. (1) ConAructitm contractors mutt prominently mark open trenulte9 and cxcavations at the construction site with red or orange flags, as approved by the airport cyperatot, and light them with rr-d lights daring hours of restricted visibility or darkness. (2) Open trs-nchos or excavations are not permitted within 200 fact (60m) of the runway centerline and at lcu%t the existing RSA distance from the runway threshold while the runway is open. if the rwiway must be ope tod before excavations tyre backfilled, cover the excavatioms appropriately. Coverings for open trenches or excavadmis must be of.,aufricient strength to support the Wright of the heaviest aircraft operalonb on the nmway. 3-3. 'rAxlwAy sAFETY AREASlUF3.FF.CT- FREE AREAS. a. Unresu'i[acd construction activity is permissible adjacept to taxiways when the taxiway is restricted to aireratl such that the available rltaiway safety aria is equal 111"a full safecy area uaanoi be ohtainml through dejclucti distances and partial clmute,, oc ttiher nrcrhod.4 such tis okcrnate FIM%V ity UK, cohSt ictiort mctr vity way ttperalc in the RSA as long as cnnditions cited in paragrmph 3-11x2) then (1) arr. nret. in additinn, veriow Sttrl8Llt:5 outfitted in AC 150;MO-13 and Tcrinirtat Imirumctu Procedures (T RP5) nnict. be proiccted through im imurrautictrl iitidy. 7 AG 350/5370-2E 9r17103 (t) a1 lea 9114 of the widest wingspan taf the aircraft t:xpectc:d to use the taxiway and the available raxiwav object -free area is equal to at least .7 times the widest wingspan plu.s 10 feet, (See AC MW5.100-13 for guidance un taxiway safety and object -free areas.) Constructinrr activity may be accouipiishvd closer to a taxiway, subject to the fulluwing restric:tiuns: (I) •The activity is Gr%t enardirmted with the airport operator. (2) Appropriate NOT•AMs art: imued. (3) Marking and lighring meeting the provisions of paragraph .3-9 are implemented. (4) A dequate clearance is mainuaina'd between cquipinent and materials and any pan of an aircraft. If such cicatatwu can only be maintained if an airt:rutl does nut hnve full we of the entire: taxiway width (with its 3-4. OVERVIEW main landing gear at the edge of the paveattcnt), their it will be necessary to move perninnel and cguipment fur each passing aircraft. In these situations, flag persons will be used to direct co,tstruction equipmeut, and wing walk« may be aeco4sam to guide aircraft. Wing walkers should tic airlinelaviahun Personnel rather than construction worla.arrss. b. Construction contractum must prominently nk1rk open treticbes and excavations at the constructicm site, as approved by the airport operator, and l ight thcrrt with red lights during hours of restricted visibility or darkness e. Excavations and open trenches may be permittal up to the edge of a structural taxiway turd apron pavement provided the dropoflis marked mid lighted per paragraph 3-9, "Hamrd Marking and LigFtting." Section 2. Temporary Runway Thresholds Construction activity in a runway apptoueh area may result in the need to partially close a runway or displace the existing runway threthold_ lu either case:, locate the threshold in accordance ♦vith Appendix ? of AC 150; 5300-13, Airport Derign, Objects that An not penetrate these surfaces inay :trill be obswuetions to air navigation and may al%ct,raamJard instrument approach procedures. Coord naic thew objects with the FAA's Regional Airports Office or appropriate Airpmia District Office, as rtccesitary. Refer to the current edition of AC 150,15300-13 for guidance on threshold siting aguireniattis. The partial runway closure, the divpincernwit of tho ninway,cbreshDid, as well w; closures of the coinplcte runway and other portions of the movement area also requires worlication with appropriate A 1("r pononttel and airport users. Caution regarding partial runway closures: Wien tiling a NOTAM. tar a partial runway closure:, clearly :state to FSS pv-rsonnel that the portion of pavement located prior to the threshold is not available for landing and departtng traffic. In (his oL4c, the threshuld has been moved 1'or tnuM landing and takeoff purposcs (this is different Ulan a displaced thmshold). Example NMAM: "North 1,000 feet of Rnnway 19136 is closed; 7,M0 Peet raxnain available on Runway IN and Runwtav 36 for arrivals and dt.•panw es-" There may lie situatirtris where the portion of clewed n)nway iv available for taxiing only. if so, tars `�[?TA A4 s�tust n ticct this condilion. Caatatinn regarding displaced threxhulds: Implementation or displaced threshold affec(s runway ltnyth available fur aircraft landing mc•r the di.,placrntent. Dupcnding tan the remora for the d1SP1acemet1t (tu prayide obstruc.tiott clearance car iiSA), such a diyplacementrnay also require tin adjustment in the landing ditrcaace available and accelerate -stop distance available in the opposite direction, If project scope includes peminnei, equipment, excavation, etc. within the RSA of any usable runway end, we do not ra:ummead a displaCW threshold unless arrivals and departures; toward the construetivn activity tut prohibited. Instead., impletntrm a partial closure. 3-5. MARKING, GUDELLN LS FOR r>JvIPaRr►l�Y THRESHOLD. Ensure that markings for temporary displaced thresholds are clearly visible to piloi:r amroachitlg the airport to land. Nyhen construction p4-:rstmnel and equipment are locawd t:losC ter any threshold, a tomporary visual NAVAID, such as runway end identifier lights (REIL), may be required (even on unlighted runways) to define the new beginning ofthe runway clearly. A visual vcrtical guidance device, such as a visual approach slope indicator I VA -St), pulse light approach slops: indicator (PLASI), or precision approach path indicator (PAPT}, tray be necessary to assure landing clearance aver personnel, vehicles, equiptncnM andlor abovc-&grade stockpiled materials. If such devices are installed, ensuro an appropriate descriptive NOTANI is issued ua inform pilots of thcso conditionN. The current edition of AC 150..5340-1, Startrlrndt jrrr.l {rpnrr .4lrrrking.v, describe standard marking colon and layouts. In addition, we recurnmtimd that :t temparary runway lhrcAold be marked using the ,`ofiowing guidelines: a. Airport markings must be clearly visible to pilot.;; not misleading, confusing, or deceptive., securer in place to prevent movcm4ntby prop wash. jet blast, wine; rcntici;s, or other wind currents_ and constructed of 11f 7103 AC 150/5370-2E tnawrials that would tttinimim damage to an aircraft in the event of inad'.:ettent cout;ict. (1) Pavement markings for rempumry closed Portions of the runway should ectn.ist of yellow chevron,. to identify pavenrettt areas that are unsuitable for tak eofLlanding I. -.tee AC 150i 5340-1). if unable to paint the marking, cm the paventent. construct theut from any of the following materialu. double-Layeradpanned snow fence, colored plastic, painted sheets of plywood, or similar materials, They rrtwst be properly configured and secured to prtvctyt nloverncnt by prop wasit..jec blast, or' other wind currents, (2) It may be necessary to remove OF cover runway markings, such as runway dmigaotiott markings acid aiming point markings, depending on the length of construction and type of activity nl the airport. (3) When threshold markings are needed to identify the temporary- begiatiing of the runway that is available for landing, use a white threshold bar of the dimensions specified in AC 150.6340-1. (4) tftemperary, outboard elcvatad or flush threshold bars are used, locale them outside of the runway pay erneat starface, one on each :tide of the runway. They should be at feast 10 feet (3m) in width and extend outboard from each side of the runway so they are clearly visible to landing and dcpsrtiug aircraft. 'Chose threshold bars arc white, If the white thr shudd bars aw not disccmable on grain or show, apply a black background with upprcrlpriate tuxlcrial over the: ground to ensure the markings are clearly visible. (5) A temporary threshold may also be owlccd with the use of retrvreflee ive, elevated markers. One side of such markers is green io denote the- approtich end of the runway; the .tide that is won by pilots ort r'ulluut A red, See A(: 15Q15345-39, FAA Specification L- h t3, Runway and Taxis at Rarrurcjlertive Markerx. (6) At 14 CFR part 139 certificated airports, lemporary elewi(ed threshold markers must be rnounted with a frangible fitting (see 14 C:FR part 139.304), Ilowcver, at noneo4tiftcated a4orts, the tesnpc)rary elevatocl threshold markings may either be mounted with a frangible filing or he flexible. See AC 150i5145-39. it. nc applicatiem rate or the paint to mark a short- te:rin temporary runway threshold may deviate fmm the nandard (see Item ?-Oi 1, "Runway and Taxiway Painting," in AC 150.53'0-10, Standards.jur.5p,-ciji'ing C ortsrrt+C.tivn ftf,firlt(J`rtr}, but the dimensions niusl meet the eaistilig standards, unless coordinated %vith the upprrpriate ufliccs. c. When a runway is partially closed, the distance remaining signs kir aircraft landing to the opposite direction should he covereti or remuved diving the c4 nest ruction. .", LIGHTING GUIDELINES FOR TEMPORARY iTBRF.SH0I..II. A cetnporary runway threshold :rust be ligbtld it iho runway is lighted mid it is the intended threshold for night landings or instrument inetcorological conditions, 'A a rec'oturnend that temporary t.hrcahntd light.~ and related visual NAV Gips be litstatled outboard of ffie edges of the full-slrrngth pavement with hases at grade level or as low as possible, but not to exceed 3 inches t7.6cm) above ground. W'heii tiny portiuu of a bast iy above grade, place properly compacted fill around the brtsc to nlinimizt` the rate of gradient change so nircratt can, in an etuergency, cross at nunnai landing ur takeoff speedo without incurring significant damage (see AC 15GY5370-10). We recommend that the fullowing be observed when using temporary runway threshold lighting: 9. Maintain threshold turd edge ligliting color end spacing standards as described in AC 150 `5340.-24, Runway and T axitva), Edge Lighting Svslrm. Battery -powered, solar, or portable lights that meet the: criteria in AC 15015345-50. Sf,ecijiration far Ynrtuhle Runway l ig$1s, may he used, Those systems art: intended primarily for visual flight rules (VFR) aircraft uTmnution but may be used for instrument flight rules (I;F'R) aircraft operations, upon individual approval from the Flight Scandxrds Division of the applicable FAA, Regional Office. b. When the ninway has been partially closed. disconnect a dgo and threshold lights with wssociated isolation transformers on that part of the runway at and behind the thmshold (i.e., ihG portion of the runway thar"is closed). Altermntelg, curver the light fiaturt: in Such a way as to prevent light leakage. Avoid removing the lamp from ttergirad fixtures because an excessive number of isolation transforrncTY with open secondaries may damagt: the regulators andlor increase the current above its normal value. e. Secure. identify, and plat any temporary exposed wiring in conduit to prevent cicctroc:uliun and fire ignition sources, d. Rt:cunfibnue yellow leatses (cautiun ?one), as necessary. Ifthe rltnway has centerline lights, reconfigure the red lenu:s, as necessary, nr place the centerline lights out of service. c. Relocaic the visual glide slope indicator (VGST), such as VA sl and 1.kPl; otheraitport light&. such as REM; and approach lightq rn identify the rnnpotwy threshold. Another uptiun is to disable the V651 or aaty eyuipmuntthat -would give misleading indiumms to pilots as in the new rftreshold location, Tostalkition of ternrctrary visnat aids may be necc! nary to provide adequate guidancc to pilots on apprctnc.h to the affected rumvay. ]file FAA awns and operates the VOSV AC 15015370-2E t' 1117103 t coordinate its installation or disabling with the local Airway Facilities Systems Management Office. 3-7. OVERVTEW. L Issue a NO'rA-tit to infiarru pilots o(' te:mporaly lighting conditions. Section 3. father Construction Marking and Lighting Activitlas Insure That carrstructitori areas, including rinsed runways, are clearly and visibly separated from movement areas and that hazitnls, tacilitim, cables, and rower lutes we identified protnincr•.tly for construction commcrors. Throughout the duration of the ctmstructiou project, verify that; these areas Terrain clearly marked Hard visible at all times and that marking and lighting aids ri:ruain its place and operational. Routine in-4pections must be made of temporary construction lighting, especially baticry- powered lighting since W'ead ar conditions can limit battery life. 3-8. CLOSED RUNWAiY AND TAXIWAY NU%RKI G AND LIGHTING. Closed runway markings consist of a yellnw " X" in compliance with the 41%ndards of .AC 15015340-1, .Slandaa difir-Airpua7 Markings. A very ctfiDaive and preferable visual aid to depict temporary closure is the lighted " X" .signal placed on or near the runway, deoignation numbers. This device is much more discernible to approaching aircraft than the other materials described. if the lighted "X" is not available, construct the marking of any taf the following materials: double-layc-redpointed snuw fence, coloredplastic, paintod sheets of pl}-wood, ur similar materials. They must be properly configured and Secured to prnvcnt movement by prop wash, jet blast, or other wind currents. in addition, the airport operator may install barricades, traffic coves, activate stop bars, ur other accepiabie visual devices at anajur entrances, to the runway6 to prevent airerali front entering a closed portion of runway. The placement of even a single reflective barricade with a "do not cnier" sign on a taxiway e:enterlinc Cart prevent air aircraft fiolrt continuing, onto a cloyed runway. 11'tho taxiway must tunain open for airnzull crossings, hatricades Or (Harkings, as described a1xvve or in paragraph 3-9, should be placed on the runway. a. Perma riently closed runwatys. For ninways and taxiways that have beet) permanently closed, disCunncct the lighting cirr:uim For avnways, obliterate the threshold marking, runway designation ntrtrking,:tnd touchdown tune markings, and placc.`'X's" at Bich ertd and tit I ,(100-fwt (300-rn) intmals_ For taxiways. place an "X" at the emrarice ofthe closed taxiway. 10 b. Temperarily closed runway and laxliva s. For rumvays duct have beets temporarily closed, place an "X`" at the each end tar' Eha, tjiaway. With taxiways, place an -'X" at the entrance of the closed raxiwav- e. Temporarily elesed airport when the airport is dossed lempurarily, mark the runways as,dosed and turn tiff the airport bwcnn. d. Permanently dosed airports When the airport is closed pe- mamr►tly, mark the runways as purrrtanently closed, disconnect the airport beacoa, and place an `W' is the: seomieuted circle or at a central location if no segmented circle exists. 3-9. HAZARD MARKEN G AND I,IC:IITLNG. Provide prominent. comprehentiible warning indicators for any arcs affected by construction that is nonually :accessible to aircraft, person I, or vehicles. Using appropriate hazard marking and lighting may prevent damage, injury, traffic deiays, antVur facility closures. Hazard marking and lighting must restrict aecetcs and make specific hazard,% obvious to pilots, vrhicle drivers, and other personnel. Barricades, traliic cones (weighted or ,turdily attached to the surface), or floghcra are ac"Tnahle mehods mod to identify and define the limits of construction and hazardous areas tin airpom Provide temporary hazard marking and lighting to litevent aircraft from taxiing onto a closed runway for taluxttf and to identify open manholes, small areas under repair, stockpiled material, and waste arras. Also consider less obvious construction -related hazards and include markings io identify FAA, airport, and National Wr:ather Service facilities cables and power lines; instrument landing system (LLS) critical areas; airport surfacer, such as RSA, OFA, and OFZ,, and other u n%itive areas to make it easier for contractor personnel to avoid these areas. The construction speciricarions niust include a provision requiring rho contractor to have a person on call 24 hours a day For canergency nwintenance of airport hazard lighting and barricades. The corrtracrur Muir file the contact person's information with the airport, 7. Noinnavement areas. Indicate cortsimetioll locations tin ncmrnnvement oreats in which no part, ufan aircrdlt may unfi-Thy using barricades that are nuanced with dingunal, allcnrating ortangc and white sA apes. llturicacics efts}' be .ulvplcMcoted .�irh ;aitrrnaticig tf 17103 AC 15015370-2E umnge and white #lags at least 1-0 by 20 inches (10 by 50 eni) Square and made and installed so they are always in an comdcd position. property oriented, and Securely fastened to eltrninate jet engine ingfttotl, Such barricades inky he many di{tereatshapes and made front various materials, including railroad ties. sawhorses, jeric:y barriers, or ham ls. During reduced visibility or night hours, supplement the barricaees with red light%, eith,n• flashing or steady -burning, which should tncvt the lutninance requirements of the State Highway Duparmient (yc(fow lights are not acceptable afterCktober 1, 2DIA). The intensity of the lights and spacing for baxricnde flags Bend fight,,i mustadaquatcly and without ambiguity delineate the hezxrdrnis mea. b. Movement arm. Use orange uuffic ernes; red lights, either flashing of steady-humxng, which should meet the luminance requirements of tho State highway Department (yellow lights are not rcceptable aRtr Octobat 1, 2004); collapsible barricades marked *iLh diagonal, alternating orange and white stripes; aad'or sighs to separate all conwtructiotthttaixxtennnce areas from the movement area. Ail barricades, temporary markers, and other objects pluerd and left in safety areas associated with any open runway, taxiway, or taxiiarte must be us tow as passible to the ground; of low mass; easily collapsible upon contact with an aircraft or any of it,; ccrutponcrns; and weighted or sturdily attached to the surface to prevent displacement from prop wash. jet blast, wing vorrea, or other surface wind currents. If affixed to the surface, they most be frangible at grude level or ay low as passible, but not to exceed 3 inches (7,6cm) above the ground. Do not use nonf-angible hazard markings, such as concrete Barrie" andior metal -drum -type barricades, is aitentifi movement Areas. Do nut use railroad tics on runways. Use highly reflecting barriers with flashing or steady - burning reel lights to barricade taxiways leading to clused runways. Evaluate all operating factors wbcn determining how to mark temporary closures that can Iasi boot 10 to IS minutest to a much longer period of time. However. we strongly recommend that, -even fur closures of relatively short duration, maior ur_xiway?runway intersections he identified with barricades spaced no gt'eattr than 20 feet (6tn) apart. Mark Lhc barricades with tt flashing or steady -burning reel light. At a mittimum, mmc a single barricade phteed on the taxiway centerline, 3-10. CONSTRUCTION I EAK NAVIGATIONAL AIDS f NAVAIDS). Construction activities, r rate r.'at srcquiprnc`rtt sttrrage, and vehicle parking near elec:ttunie tiAVAID.4 ri:gvire special considerati(m deice they may inierfere with sipmis essermai to airiiavigutitm. Evaluate tic effectof conza ucLion activity and the required digrance and dirccuun front the NAVAlr7 tier each com4nlction pmjcct, Nay part.ict4ar attention to stockpilinft material, as well as to movement and parking ofc!quipwent that may mterlere with line of sight from the ATCT or with electronic emissions, Interference born Construction may require NAVAM shutdown or adjustment ofinstruinem approach minintttms for 1FK. This condition requires that a NOTAM be filed. Cernstructiun acLivlties and materialsicquepment storage near a NAVA1D may also obstruct access ur the equipment and iustrument4 fbr rnainteamcc. Before coinincncing eotismiction activiq-, puking vuhiclm or storing cionsitruction equipment and niateriuls noarr a NAVAID, consult with the nearest PAP. Airway Facilities Office. 3-11. CONSTRUCTION SITE ACCESS AND HALrL ROADS. Determine the construction contracior'a access to the construction sites and haul roads, Do not permit the curmiruction contractor to use any access or haul roadar other than those approved. Cuiustruction cutttmctors must submit spociftc proposed routes associated with construction activities to the airport operator for evaluation and approval ag part of the safety plan befote beginning canstntction activities. 'These proposed routes must also pro►ade speciGcatiuns to preVC11t inadvertent entry to movement areas. Pay spmial attention to ensure that a KFF right of way on ucceva and ]caul ruadc is not impeded at any time and that construction traffic im haul toads does not interfere with NAVAips or appruach .surfaces of operational ninways. 3-12. CONSTRUCTION NbiATER1AL STOCKPILING. Stockpiled materials and equipment storage are not permitted within the RSA and OFl of an operatiental runway. The: airport operator must ensure that stockpiled materials and equipment adj%=t to these mus are prominently marked and lighted during hours ofrentricted visibility or durknms. This includes detentxining and vcritying that materials are stored at an approved location to prevent foreign object damage and attraction of wildlite, 3-13. OTHER LiMITATI,ONS ON CO1tiSTRUC. fJON. C'ontractan; may not use typen-flame welding or torches unless adequate fire yafcty precaution, rut provided and the airport operator has approved their use. Linder no circumstances should ilarc pots be used within flue AOA at any lime. The use of electrical blasting caps must not he pcmiined on or within 1,000 feet t3r1(im j of the airlmrt lrraperty (see AC i S 5370-10, Standards forSprri)5�rng C nn's1ruclion ofAirporfx), 11 AC 15l}l5370-2E 1117103 3-14. FOREIGN OBJECT DEBRIS (FOP) MANAGEMENT. Waste and cause materials, commonly referred to m FOD, are capable of causing damage W aircraft landing gears, propeticrc, and jet engines. Construction eontra[.7prs n0111A 3-15. OVERVIEW. not leave or place FOD tin ar near active aircraft movement areas. Materials tracked onto these areas must be continuously re:tnoved during the comstruction project, We slso recommend that airport uperature and e:on_struction contractors carefully cuntr❑i and continuously minuvu waste or loose nwicrials that might attract wildlirc. Section 4. Safety Hazards and Impacts The situations identified below are potentially hazardous conditions that may occur during airport canytraction projects. Safety area tueroachMents, u111011huri7ed and improper ground vehicle opcnations, and unmarked or uncovered holes and tfmUes near aircrafl uper-.tting gurfaees pose the mosr prevalcant threats to airport operational .safety during airport + onstrucnun pmects. Airport operators and contractors should consider the following when perfonuing inspections of construction activity. a. Fxcavation adjacent to runways, taxiways, and aprons. b. NNlounde of earth, cun%"ctioLimatcrialti, temporary structures, and other obstacles near any open runway, iauiway, or utxilane; in thu mlated object -free area and aircraft approach or departurr areas: Zone,); or obstructing any sign, or ruarking. e. Runway resurfacing projects resulting in lips exceeding 3 inches (7.6ctn1 from pavement cdgea and ends, d. i•Ieavy equipment (stationary or mobile) operating or idle near AOAs, in runway approaches and departures togas, or in OFZ,s, e. 1- e4uipnnent or nttalcrial near NAVAID,% ibat may degrade or impair radiated sihmals andlor the monitoring of navigational and visual aids. Unauthodzcd or improper vehicle operatuom in localizer or glide slope critical areas, resenting in cleommic interference andtm facility shutdown. L ball and ctPecially relutivOy luw-visibility units ti e., equipment with slrm pruh1cs) cranes, drills, and similar objects - - located in critical areas, such as OFly and approach Tones. g, huproperk. positioned or nialfurrctiuning iights or unlighted airport hazards, such as holes or cxca,,ations. on any apmn, open taxiway, or aped taxilane nr to a related satcty, approach, or departure area. h. Obslaclv%. loose pavenncut, tetish; and other debris un or near AOA-,. Constntc.tiou debris (e;rar el, 12 sand, mud, paving materials, etc.) un airport paveinentti may result in airzratl pnnpeller, turbine engine. or Lire damage. Also, to osc materials may blow about, potentially causing personal injury or equipment damage, i. inappropriate: ur poorly rueitturincd fencing during constntction intended to deter human and animal intrusions into the AOA. Fencing and other tnarkaw that are Maikquate to separate construction areas fmin open AUA% t rcate aviation hamas. j, lutproFx!r or inadequate marking or lighting of runways (espucially thmsholds that have been displaced ur runways that have been closed) and taxiways that could caase pilot confusion and provide a potential for a runway incursion. luadequate or improper methods of nrrarking, barricading, and lighting of ternpurarily closed porti(ros of AOAs create aviation hazards. k. Wildlife antRctants• such as trash (food scraps nol collected front constInIction personuid activity), grass seede, or periled water—un or near airports. I. Oblittzaturi or faded rtterkings on active operational areas. m. Misieadurg or nnalfunctioning ubstnution lights Unlighicd crr unmarked uhstrucrious in die approach to any open runway pose aviation hazards. it, Fuilum to issue. update. ur cancel NOTA.Mr. about airpurt or runway closure,% or other constructnuh-r lated airport conditioms. o. Failure to marls and identify utilities or pow cr cables. Damage to utilities and power cables during construction activity can result in the toffs of runway;taxiway lighting, loss of navigational, visual, or appnxiuh ,yids; disrvpticm ofwcathe'r rcpuriing services; antUiv loss of communications. p. Rcslrictioiis on ARI;I; aixcss from fire ;;talians to the runway -taxiway system at aimnrt hrtildi?W;_ q. Lack oft-Mio cottvsrunicativris wtth construction vehicles in airport movement areae. r. ObjecLs. rc, ardiess of whether they are marked or flagged, or activities anywhen; an or near an airport 1 f17103 AC 15015370-2E cleat could be distracting, confusing. or alanning to pilots during aircraft opdrauons. s. Water, show, din, debris, or tither contaminants that teinporarily obscure or derogate the visibility of runwayetaxiway marking, lighting, and pavernunt edges. Anv cundition or factor that. obscurus or dimini,bes the visibillty of areas under construction. i. Spillage from vchictes {gasuhne, diesel fuel, oil, etc.) on active pavement areas. such as ntaways, taxiways, ramps, and airport roadway,,. U. 1-*ai'urc to tnaiutain draijtagc s�-,Ntem integrity during conseruction test., nu temporary drainagepruvided when woddng on a drainage systetnl. v. Failure to pru►-ide for prul►esr electrical lookout and tagging procedures. At larger airports with multiple maintenance sWIL-dworkers, construction contractors should snake pnrvi�itins for coordinating work on cin:uits, w. Failure ro control dust. Consider limiting the amount of area from which the contractor iS aittrsed to Amp tuts. & Uxposod wiring that creates an electrocution or lire igtutiva ha:rand. identity and secure +airing, and place it in conduit or bury it. y. Site burning. which cart cause possible obxuratiup. z. Commotion wurk taking place outside of designated wurk areas and out of phase. 13 1117103 AC 1506370-2E APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version of the following free puhlicattom frvni the rA-A tin its Web site aL http:/!vnm.fHo.goviarp/. In addition, these AC,; are available by contacting the il.S, Department of Tratisportrition• Subsequent Distribution Office, SVC- 121.23. Ardmore East Bu-4iness CurileMr, 1341 Q 74th Areoue, Lrindover• MD 20785. a. AC; 15015200-28, A --fires luAirmen (Nl�T. A() lar Airpore Operarors. Provides guidance for the utie of the NOT.AM Syroem in airport reporting. b. AC I50,•'5200-30-4irpore Worter Safely and Operritians. Providev guidance to airporl owners/operators on the developmmit of an acceptable airport scow and ioe control prugnim and on appropriate field condition reportingproceduna. c. AC 1506200-33. Hararduris Wildlife Auracemas On or NearAirpaM. Provide~ guidance on loco ing certain land uses having ibe potential to attract hazardous wildlife to public•use airports. d. AC 150,-521 U-5, Pointing, -4 4rking, and Lighting of Jehicles bsed on an Airport Provides guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. e. AC' 15015220-4, 13 titer Supply S},stenis fur Aircraft Fire; and RevseerPrutection. Pmvides guidance for thu selection of a water source and standards for the design of a distribution system lit support aircraft rescue and fir: fighting service operations an airports• f. AC 150,5340-1, .S' andurdr for Airporf Utirkingr Contains FAA stwidard:% far markings used on airport runways, taxnvays, and aprons. g. AC 150 `5a40-1413, Fconunrj• Alilrroarh Lighll)rg Atd.r. Describe% ,tandards tier the design, selection, siting, and maintenance ofocotumy approach 1ightHILI aids. ir. AC 151-5340-18, Slandards.forA rpnrr Sigrr S'ystc4nc. Contains FAA smadanis for the siting and iu,taltation of signs cm airport runways and taxiway%. i. .AC'. 1 K0r5345-2R, Pr•ecisian 4ppr•unch Perth f4theator (PAPI) Svstrm.s. Contains the FA -A vtwid"s forPAPI ;systems, which prDvide pilots with visual slide slope guidance during approach far landing. j. AC 15(l,'S380-5, lVh4S llazardv of Civil el irporls. Discusses problems at airpon5, gives infolinatiun tin foreign objects, and explains how to eluninate such objects from operational auras, k. AC 70 7460-a.I'ruposed Cunstrucifon ur- Alreratintr of objects tbal May.t lfr l (hr Navigabic Airspace, Provides information to pasuM proposing to erect or alter an object that may affect navigable airspace and explains the aced to notify the FAA before comtruction begins and the FAA's respoas,c to those: notices, wi required by 14 CF1t peirt 77. 3. iybtain copies of the sidle ing publications fermi the 5uperinteadmE of Docutnenta, U.S. Gavernntenl Printing Office, Washingion, DC 20402• Send a check or money order made payirhle to the Superintendent (if Duruments in the amount stated with your request. The Government Printing office does not accept C.O.D. orders. in addition, die EA.•'k makes these ACs avtiilable at no charge on the Web site at http:llwww.faa.govfarpl. a. AC 150,'530013,,Ifrpor:Design• Contains FAA standards and rectirmneudaliong fbr airport design, establislim approack visibility winimurns as pin airport design paranicter, aad contains the object -free area and the obstacle ticc-zone critcria, (S26. Supt, L)ucs.) SN050-007-0 t 208-0• b. AC i511r5370-10_ Slandar(A• fur ,'; accFfi ing Crinstrurtiun of.4irpor(s• Provides standards for com5truction oCairporls. Ist'trrs coyero d include uarthwork, drainago, paving, surfing, lighting, and incidental cimimctioti• i51R• Supt• Dhoti.) SNO50-007- U8 21-0. A•1 AC 15015370.2E t� t 1/1 Tro3 � APPENDIX 2. DEFINITIONS OF TERMS USED I11 THE AC 1. AIR OPERATIONS AREA (AOA). Any area of the airport used or intended to be used for the landing, Eakeofl; or surface maneuvering of airu fl, An air operations area includes such paved or unpaved areas that are used or intended to be usud for the unobstructed movement of aircraft in addition to its &%%ociaied runways, taxiways, or ap=4, 2. CONSTRUC;TiON- The presomoe and movetltent of construction -related personnel, equipment, and materisis in any location that could infringe upon the muvemeni of ai. Lratt, 3. C.M111FICATEU AIRPORT. An airport that hac been issued an Airporr Operating Certificate by the FAA under the authority of 14 CFR part 139, Certification and Operation; Land Airports Srrving Certain Air Carrien, car its 9ubseclucal rrvisions. 4, FAA FORM 7460-1, NOTICE OF FROPOSED COXSTRUCTIONf OR ALTERA7'il0N. The forrn submitted to the FAA Regional Air Traffic or .Airport.. Division Ofiicc as formal writtvn notification of any kind of construction or alteration of ubjects that affect navigable airspace, as defined in 14 CFR part 77. Obja u Affecting Navigable Airspace (sae AC 70:7460-2, Pnipraved Construction air,11reratian ofQhje a Afar! May A.(feet the ,' avagable .4impace.., found at. btip://www.faa.gov/arpf). 5. FAA FORM 7480-1, NOTICE OF LANDING AREA PROPUSAL Form submitted to the FAA Airports Regiunatl division Office or Airports District Office as formal wtitten tiotiftcation whenever a prefect without tut airport layout plan on iilc with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, ur abandoning of a runway, lauding strip, nr associated taxiway; or the deaciiv atiou or abenduning of an entire airport (t6und at ILtip:liw•ww.faa.gov/xrp/). 6. MOVEMENT AREA. The runways, taxiways, and other areas of an airport that arc used for taxiing or ho►cr taxiing, air taxiing, iakeuff, and landing of aircraft, exclusive of loading ramps and aircraft parking as eas (ref'orcace: 14 CFR pint 139). 7. OBSTRUCTION, Any objectfoW wle exa:eeding rbe obstruction standurds specified by 14 CFR part 77, subpart C. A-2 V. OBHC'1'-FREE, AREA (OFA). An area on the ground ceuturod on the runway, taxiway, or tatxilane cunterline provided to eathancc satCty of airmail upet'atioms by having the urea iiec of obiectx excLrt for diuse objects that need to be located in the OFA for air navigation or airctaftgrotmd maneuvering purposes (sec AC 150..5300-13, .4trporl Design, for addiuunal guidance on OTA standards and wingtip clearance criteria). 9. OBSTACLE. -FREE ZONE (0F'Z). The airspace below 150 feet l45art1 above the established Airport elevation and along Ific runway and extanded runway centerline that is required to be clear of till objecl9, except for &•dngible visual NA VAIns that aced to be located in Cite Ufz because of their function, in order to provide cleavance protection fur aircraft landing or taking tiff lint the runway and for missed approaches (refer to AC 15(1,5300-13 for guidance on 0M). 10. RUNWAY SAFETY ARIL& (RSA). A defined stuface 5urroundine this runway preparcil or suitable fnr reducing the risk of dinnage to airplanes in the event of an uude:rshout, overshoot, or excursion frum the runway, in accardance with AC 15W5300-13. 11. TAXTWAY SAFETY ARF i. A defined surface alonpide the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 15U:5300- 13. 12. THRESHOLD. The begianiag of that portion of the nuiweiy available fur landing. In sure iltstanccy, the landing threshold treaty ho displaccA 13. DISPLAC:ED THRESHOLD. The portion of pavement behind as displaced threshold that may be available for takt:ufN in either dimc Lion or lauding train the upposite dimution. 14. V ISUAL GLIDE SLOPE I1kD1CATOR tVGSI). This device pravidcs a visual glide slope indicator to landing piluts. These sysitans include precivimi approach path indicator, (PAi'is), visual approach shape indicatunt (VASls), and pure light approach slope: indicators (rl AS19). 1117103 AC 150/5370-2E APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction PURPOSE, 77ri.v appendix pr,)vidi s airport operutory with hri'ilerplair %attar and language fur developing a sajHy plan jur an airport cunstrut-tion project. Adapt this appendix, ay apphrah1k to specifile e'undutions found nn the airpnrtJi rwhich thephrn is heingdareloperd. Consider including a cups aj"this safety plan in the courtructiun elrmsings for easv acerss by e-nnrractor personnel. Plans should contain the foilaiying: 1. GENERAL SAFETY REQUMMENTS. Throughout the consttuctinra project, the following safety and operational practices should be observed: • Operational safety should be a standing agenda item during progress meetings througboui the construction project. • The contractor and airpnit operator must perform onsite inspections throughout the project, with inunediatc remedy of any deficiencies, whether caused by negligence, uversight, or project scups change. • Airport runways and taxiways should remain in use by airm-dit to the maximum extent possible. • Aircraft use of areas near the contractor's work should he contw1led to minimize disturbance to the contractor's operation, • Contractor, subcontractor, anti supplier employees or Any unautharizod persons must be restricted frotri tattering an airport area that would lie hazardous. + Constntctiun that is within the safety area of an active runway, taxiway; or apron that is Ilerfunned under nornil operational conditions must be performed when the runway, taxiwity, or apron is ciuscd or tissue%tricled and initiated only with prior permission front the airport operator. • The eontractilig officer, airport aperator, or other designated airport representative may order the cootraeLor to suspund opetariuns; Move persannel. equipment, and materials to a sate location; and stand by until aircraft use is c-impleted. z. CONS'fltt'CI'lon M AENTEN AitiCE ANID FACTL11 YES '.MelINTE1ANCL. ticl'nre beginning silty construction activity, the virnmtctor niuv, through the airport opcnttor, give notice Lu.ilnh the Notice to Ainnen (NOTA_Mi S-ystew] of proposed location, thne. and date of commencement of corstructiun. Upon completion of wuTk and return of all stitch areas to standard conditions, the euntractor must, thrmigh Ov airport operator, verify the cancellation of ttll notices issued via the NOTAM System. Throughout the duratitttt of the construction project, the contracwT must — a. Be aware of and understand the safety problem» and hr 'ards described in AC 1 SQ,-5370-2, Operational Safely on d irporfs Itrering f:onsirric•tion. b. Conduct acti►hics so as not to violate any safety etandamb contained in AC' I50..537(-3 or any of the references therein, e. inspect all coustruction and storage areas as often as necessary to be aware of conditions. d. Promptly Like all action% necessary to prevent or reTredy, any uwafe ar poloutially unsafe conditions as soon ay they axe diwovered. 3. APPROAC'R CLEARANCE TO RUN WAYS. Runway thresholds must pmv'ide an unubstructed approach surface over equipment and materials. (Rcl;m to Appendix 2 in AC 150!5300-I 3, Airpurt Design, for guidance ill this arts.) 4. RUNWAYtivD TAXIWAY SAFETY APEA {RSA AND TSA). Limit construction to outside of the approved RSA, dti shna-n on the approved airport layout plan unless the runway is closed or restnoted to aircraft operations, requiring a lesser standard R-%A that is equal to the RSA available during construction (.sect AC 1S0.%5370-2 for exceptions). Construction activity within the TSA is permissible when the taxiway is open w aircraft traffic if adoqulte wingtip clearance tsxi-%ls between the aiwm(l and cqulpntentimatcrial; evacu:ttiotts, ta•enches, nr uthL-r uonditions are conspicuously marked and lighted; and local NO"CAM% are in clIect Im tilt activity (see AC 1 0;1100-13 for wingdp ulcaraoce requiretmen10. The NOTAM should srtle that, "personnel and equipment are working Adjacent to Taxiway_ a. Prucedarei for protecting rttnwAy edgeti. • Lirnit t:onstructitm it►110 duster than 200 feel (60m) ti'0111 the runway Crnt7(ino 42n)rSs the runway is closed or restricted to aircrall Operations, requiring it Messer svndard RSA A-3 AC 15015370-2E C 1/17103 A-4 that is equal to the RSA available diming . Coordinate cartnuction activity with the {' cun9tntction. Airport 'I retiic ContruI Tower (ATCT) and pi -event pt " �nc+nnel, ttrxu.-rial andlur FAA Regional Airpurts Division Office or Airports Distract OIELc, and through the equipment, as defittcd lit .AC 15tUS3nfi-13, Paragraph .306. "Obstacle Free lane airport opurator, issue an appropriate (01;t), from penetrating the OFZ. NOTA-i. r Camxple to The ful&rtving chart to defermine the ureri drat mugs be prntected along the runlvttl- c dgrs, Runway Aircraft A t -h Airplmw KSA Width tit Fod Mvid l A, 1f" Cb of l; 1, Il, M, at- I 17i3F 1% it 7 IV, *See AC 150MOO-13, 4 rfwrt Design. ro complete the Chart for a spe6ilic runway. b. Procedures for protecting runway ends. Maintain the RSA frum the runway threshold to a point at least the distance f uni the runway threshold mg existed before construction activity-- unless the runway is closed ur Teetricted to aircral) opmtions, requiring an RSA that is equal to the RSA length available during cimstruction in accordance with AC 150.'S300-13_ This may involve the use of declared distances and panial runway closures (see AC 150r1370-2 fur eXcephuns). • Ctisttre all personnel, materials, anWor equipment are clear ufthe appii+:able threshold Siting criteria surface. &% defined its Appendix 2, "Threshold Siring Rcqu tremcrtis. " of At: 150.- 5300-13. • Prevent pumonnel, material, rutdlor equipmem, an defined: in AC 15015300-13, fruin penetrating the obstacle -free zone. • Easton: adequate distance for blast protection is provided, as needed. • Coontinate construction activity with the ATCT and FAA Regional Airports ❑iwiaigp Office ur Airporu Distrier Office, and thruugh tits airport operator, issue an rtpprupdate NOTA`w1. • Ptuvide a drawing showing the profile of the appmpriate surface% of eu.h runway end where construction will lake place. Where operaticros by turb[rjet aircraft are anticipated, rniew takcidf procedures and jet blast characteristics of aireralt and im:utpiwRic safety measures for construction tvttrkcrs in the contract documents. 1117103 AC 15Q153T0.2E C umplere rher. fallrnving chat f to deiennine the unm that alien hr pralectcrl hefnre the rrurwap threshold_ a Air l Aittt tlt Mtn .um Sraf i "tureen ittzc fits Design Orme pri4 to the 3 .. le, AMwxwb Slope fat lei,or IV A, Ike C. or 17 Lil 514 1(. _.. 3 . 30 ET ` t to (thresl o lcf( 17R1135L A ,....__ _ 11,000 I l4ti:1` ; 1 to ohre8h+alcll 50:1 17R 134a 1 35L) W29<... _... i ... _ �t .. i41 1>T _.. y; t to (thirshold) - t li1MT t to (ti told) *See AC 150i5300-13, r4lrpuri Desfgn, to complete the chart for a specific runway. 5. MARKING AN[) LIGHT UNG FOIL TEXPORARY THRF.SHOLIDS. Marking and lighting for a temporary threshold iy_ ._ ?is not tequinxl. The airport owner or eurtttactor, aH specified in the contract, will furnish and maintain rarkings for terapmary thresholds. Pfeeisiun approach path indicators (PAPI,r) or runway end identification lights (REII,) nra_ .'are not_ required. The airport owner or contractor, as specified in the conu$ct, will fmiish and install all temporary lighting. Include appropriate items per AC 1506370-2, Chapter 3, "Safety 5taudatdy rod Guidelines.' IfmurkinjZ and lighting far Ili tempurary thrtwhuld is not required, delete this sertivn of the ,cofely plan. If visual aids anrllur rrmarkings are neu:ersar , provide. details, (Include applicahle 14 CFR purr ?,;,mrfbce'r in the contract documenu.) b. CLOSED RUNWAY MARKI.N('S AND LIC.HTING. The following must be slxcified for closod runways. Closed runway narking are X :arc not_ rcquired. Closed runway ntarkirigm will be as shown on the plans Xiav furnished by the airport nuzler ;other'_... (gasify). liarricade's, flat;ging, and flashers are X rare not^ required at Taxiway and Runway and will br, snitpliccf by the airport _ ._ other X..(spcciiv). THE CONTRACTOR 7. HALARI)OUS AREA MARKING AND 1.IGH INGC Hazardous areas on the movement area will be marked with barricades, ttafTic eories; flags, nr tlasfuss (specify). These markings restrict access and make hvards obvious to airLrall, personnel, and vehicles. nuring pc cods ol'fcrw risibility and at night, identify hay.ardous areas with red ffas unb or steady. burning lights (specify). The ltntardnus area rriwting and lighting will he supplicui by the airport apk rator.'contractur, as specified in the contract, and will be depicded on the plsm. S. TEMPOR"Y UGUT1NG &ND MARiIQNG. Airport markings, lighting, andror signs will be altered in the following manner (specify) during the period from IQ _ . , .. The alterations are depicted on the plart9. 9. VEHICLE OPERATION MARKLNG AND CONTROL. Include the Following provisious in the construction contract, and adders thetrn in the safety plans: a. When any vehicle, other than one that has prior approval from the airport operatur, must travel over any portitm of an aircrafl move=nt area, it will be eacortud and properly identified. To operate in those areas during daylight haws, die vehicle must have a flag or beacon attached uo it. Any vehicle operating on the movement arew; during hours of dart peas or reduced visibility roust be Nuippcd with a 11wshing dome -type light, the color of which N in acwrdencc with local or state codes. b. It may be dceirablc to clearly identify the vehicles iur control purposes by either assigned initials or numbers that are prominently displayed oa each side of the oehiclo:, The ideate#icaticm svn,boEs sftuuldhe at minimum It -inch ('20-cm) block -type characters of a contravting color and cosy to icad. Tbcy way be applied either by using tape ar a water soluble paint to facilitate removal, Magnetic signs art: also acceptahtc, In addition. vehicles must display identification media, as specified in the approved ,cc;urity plan. (Thissection should he I-L-N ed to col form io the airlirrrt uperufor',s require meirLc ) A-5 AC 1%15370-2F 1117103 e. Fmployee parking .shall be _..."...................._ -- (specify location}, a.5 elcsiFtiRted by the airport rn.wager i projeet engineer rcuher _ (specify). REFER TO THE SPECIAL PROVISIONS. d. Access to doe job sire shaft be via 5EE PLANS (specify mule), as shown con the plans ,'designated by the cngincer tdssignated by the superinLL-ndent ldeniLmaied by the airport manager_.__ 'orhvr __ tspeci(y). c, At 14 CFR part 139 certifiettied and towered airporrs, toll vehicle operatury haviag access to the movement area must be familiar with airlxott protxdures for the operation of g,rotmd vehicles and the consequences of noiwonViianre. G if the airport is certificated mid -or has a security plats, the airport opexator shrauld check for guidance on the additional idmlitication and control of cunstnictitm equipment. Ili, NAViGATIONALAIDS. The contractor must not conduct any constructioa activity within navigatiunal aid restricted areas without prior approval from the local FAA Airway Facilities sector representative. Nfivigntional aid4 include inytrumenl landing system components, and very high -frequency omnidirectional hinge, abpon surveillance nufxr, Such restricted areas am depicted on construction plans. 11. TIMI rAT IONS ON CONSTRUCTION. Additional limitations on construction include — a, Prohibiting upon-tlaine welding or torch cutting upe mlions unteas adequate fue safety precauticros atz provided and these operations have been authurim'd by the airport operator fus tailored ro vonf irm ro lural regceire�nrrnrs anal rrstrrclion.rJ, A-6 b. Prominently marking open trenches, excavations, and stockpiled materials at the construction turd lighting these ohsuicles during hours of resuiu(cd visibility artd darkuess. c. M rking and lighting closed, deceptive, and hazardous aresa on airports, as appropriate. d. Constraining stockpiler} material to prevent its tnuvenient as a result of the maxititurn anticipated aircraft blast and forecast wind conditinim. 12. RADIO COKNIUNICATIONS. Vehicular traffic located in or crossing an active mov-ament area must have a working two-way radio to contact with the control tower or be escotred by a person in radio Contact with the tower. 'Tbc driver, through persauW obycrvation, should co,ifirm that no airr.Tatl is approaching the Vehicle position. Cutttttruelion Personnel may operate in a movement area without two-way radio communication provided a NOTkM is issued eiusirlg the area and the area is properly marked to prevent incursions. Two-way radio conullunications are X ,'am trot jequirud between umtractmrs and the Airport Trai fic Control Tower X ,., +FAA blight Service Staticei 'AiWrt Aeronautical Advisory Stationi (UNICOACTAF) Radio contact is x _...cis not. required between the hours of Continuous nio6wring is required 'or is required only when equipment movement is necessary in certain areas__ - . rfhi.e .tcrtion mcry he tuilurrrl to .suit the specific vehicle: and saffltr reyuiremenLy u/'the uitpoil sponsor.% " 24 HOURS PER DAY 13. DEBRIS. Waste and loose material must not be placed in aetivu movement areas. Materials tracked onto these areas must be remm.ed continuously during the work project. 1117103 AO 15015370-2E APPENDIX 4. SAMPLE NOTAM FAA NOTA-M # DVfE:. AIRPORT I.D.#---. NOTAIMTEXT; NOTIFICATO-N- 4'# OPTOWER PHONE.4 INITIALS 'riME CAL -LEI) LN BY # 9 # Fss PHONE # INITTALS TIME CALLFD IN BY CANCELLED- NOTIFICATON: # ft if IN TOWl-,R PHONE # 011 y A Fss INIT I A TS TIME CALLED rK BY PHONE # fNITIALS '11ME AIRLINFS CALI.Fl) FN BY A-7 APPENDIX H GEHTFCHNICAI, STLIDY 1 I i IVJ1 Geotechnical Study of R in Entrance oad Repaving and Signage Improvement Project Lubbock International Airport I ' E Lubbock, Texas li Prepared for F Mr. John Hamilton, .P.E. } Parkhdl, Smith & Cooper, Inc. Prepared by ,i l ... -. EA 74M"ft rtia..I. !!A"& rX "1."?6 n . par#) 7!1-'a3' jf : 0"1771-7w Robert G. Ca P.E. irate Vice President Authorization On April s. 200, Pa CTex F,roinecring any+ "1e�tiag, hic. entered in!nand agreement w](It Parkhill, Strtith & Cooper. Inc. it) pertiornt a. Geot.ecluiital study for the Lubbock Freston Smith Ittternational Airport Entrance Road Repaving Project. Site Visit Representatives from Parkhill, smith & Couper, Inc. met with our staff and otu subcontractors, Dyuss PetcNwi Drilling and Lune Star Dirt and raving an April 20, 2007. During this site visit, 'we rrteastared in-<dtu data iuid took laboratory specimens ti?r further testing. Scope of Work St)[ is PaveTex Etigineerittg and Testing, Inc.. vum5 authorized to perform a Design Phase Geotechnical investigation. This inv-csligation included drilling 5 test holes a death of 10 feet tuid drilling another 5 test hales a depth M' S feet. The Geotechnical Study included U nified Soil Classification, fil-situ Moisture C'onteut, .htterburg Limits, Standard Penetration Test, Proctors of representative suhgmdc samples, and in -place density of the subgrttde, In -place California Rearing Ratio (CM) tests of SUbgrade, Remolded (9.5%) CBR tests, and MOdILlus ofSnhgrado reaction (ky. Flexible Base PaveTex Engineering and Testing, Inc. swnplcd and tested the. existing flexible base niateriul to detemliric the gradation, wet hall mill and percent. increase. HNIAC PaveTex Fngincering and "resting, Inc, cut 54 - 5"lent mix cores for testing to detertIiine the feasibility of recycling the existing hot. tttix, PaveTex Fuginecring and Testing, Inc. Imrformed a Hot Alix In -place Recycle (Hilt) design. Traffic ('antral and Rued Repitir Traffic control was set up mid monitored throughout the day by Lone Star Dirt and Pm,ing_ The roadway was repaiwd vtdth hot mix a5 requeste.d. Results The soils were tested and classified using the IInilied Sol Classification System. Thcy are least and sandy clays that are typical in the high plains, 'llhese soils should Provide .stable Foundations for zitost subgrade applications. The measured subgrade rttoisture contents -,%Tre at or slightly above calculated opuntum moisture indicating the sail is "wet '. This is likely a rcault of the recent wet spring. l he measured Rote Hold znoistum contents ranged lirouu 4.89/4 to 34% with most cif the rcading s nicasured in the teens. The measured moisture. contents arc close to the Plasticity Index for each sa.mpl�. Indicating the taterial is in a stable condition. The Liquid Limit of the soils tested range front 2- to 42, while: the Plasticity Indexes range from 9 to 24. 'T'ypiwlly soils that range in Plasticity Indexes (iron 5 to 25 are ' considered to be plastic but will not contribute to swell and shrinking problems_ '17te Standard Penetration Tests range from I to I8 blows, with most of the blow counts being; in the low single digits. Tile in -place densities of the existing suhgrade were adequate with all readings between 93.6% and 99.71/a. The two exceptions to this were Bare Ficle 96 and Beare Hole #10 - which were Si.6'ln and 85.0% respectively_ In -place C:BWs were measured from 9.5 to 14.0. while the remolded CSR's ranged from 5.9 to S.S. 1-he modultLs of subgradc reaction k was determined to range Frorn 1215 psihil to 150 psi`in, !t conservative design wouid use 125 psi/in for the concrete pavement section. The flexible base material was tested for ggadation and Wet Bail Mill. The gradation of the material would be consideted to be very fine. For comparison, 'rxT)O"r Grade 1 b4se requires 10 355% retained on the 7'8" sieve, and 70 — 85% retained on the T 40 sieve. The materiel tested had 9.8% and 35,8% respectively, PaveTex Engineering and Testing, Inc. was iu the procehs of perlorming a I11VIAC: Hot in -place Recycle Design (HIR). We have aborted this design procedure since it is our reconunenoitrtion that rite base material be reworked, and it is not feasible to recycle the hnt mix un a section where the ]rase material will be reworked, Please notify us if you would like for us to continue with this design. AdditiMal rrsults of findings are shown in i.lie ,Summary Sheets. Supporting tLsi. mports arc included. 1 Conclusions +& Recommendations Based tin the eunditions of this study and, the inkmiation available to PavcTex Fuginecring and Testing, Inc„ the following cunelwions are Nvarrante'd; 1. All the soil encountered will make good construction material, whlQfy Ifproccssed and densitied properly. should provide a stable roadway foundation. 2. Dore Hole 6 and Bore Hole 10 suhgrade is not adegLuttely compacted. These locations are PA' of the main the?roughfarc ht3t thetie s�}ils should he ncwc}eked to esisure there are no ccrosolidation probb ms in the fluture. 3. C.ousider using black bt" under tlic proposed coneretc paving section, 1'111s will improve the k value and keep subgrade tines from being pumped through paving cracks. It also provides a working platfortn for concrete pavement construction. The existing flexible base material is too fine and leas a very poor �'vct Ball IvSill. Il:owever. the: material has a good percent increase ( 13%). This indicates the base material is of a good quality. but was either produced with a Fine gradation or has degraded over time_ It is our opinion that this material be removed and replaced, blended with a coarse gap graded agg uga.te, or stabilized with dlyash, Cement, or cmulsion. Additional testing would he required to dolertnine the proposed arnounts oCstabili7ation, 4 l Soil Investigation RWrt Summary For Parkhill, Smith and Cooper, Inc. Err ee�ail Lubbock Preston Smith Intemational Airport Entrance Road Repaving Project -413 1XvA S.. 4%, 1. L bb..L IY 'W3, B.-=61 ^1-%11. P.a =61 •71 W.'........ lJQ; t Boa May 15, 2007 in P ace in P'eee� Rmnolded Suburede Optmum S charade Subdrade I Pwant I subaraae i --n Plea I CBR IPencc�t IT.x'1 f1Z,..i-IiI-n,t'7 'T i'ED-r'=i w`. .,r �.i 'o i.u.r.,e r..T nM..x..I - . -7 n-`.'I " I I- I Iur well I i-- s 9on !fM I Inder ur• 1 0-2 Ph* sang dev w4h eeNdee noduhs 11.4 36 17 19 6.5 7 5 13 111.6 14.7 1031 1 _ 96.9 1 2 1 can MdB+aarW CL 6.0 14 21 2.8 2 3 5 1 4 8 Red srerd xtlt ae" r�r�drdes 8C 12A 35 1 1 18 36.7 3 6 7 efe sorrel 10.8 1 1E 16 Mkieh red sand lean Cr14 21 7 11 12 2 2 Ysildw send lean da 188 33 19 14 58.6 2 2 i 2 120.3 11 5 112.8 11.6 93.8 150 9.6 7.7 2 2-4 BrMn ^ sand SC 14.3 29 12 17 41.9 1 1 t 2 4.8 Reddish grM d&Vey send SC 154 41 17 24 43.8 10 14 16 2 5 8 lRed cwAy sand SC '4.0 38 18 20 38.4 2 8 13 2 8.10 Pbtk dWW mid sc 4.8 so 14 22 19.0 17 17- 15 3 0-2 Yelbw ban ew w h send CL 13.9 t r 17 73.0 r E 6 7 110.E 15.E 106A 13.1 90.2 3 1 3.6 YOWW VAM mold wqh c8106 noddles SC 9.9 31 13 18 44.b 4 7 12 4 3-2 YeAow Ilan rdtt sand CL 18.5 28 17 f 1 7T.2 3 5 1 3 1 14.4 110.5 iS 2 8T.7 80,8 ZO 7 4 3.5 Yebowsarmly law Ckly Cl. 14,2 3e 1 14 22 69.1 6 3 12 0.2 Brown lean cay wM said CL IIA73 21 .0 3 3 4 i 1136 t 5 112.4 16.5 sea 76.8 12.7 5 35 Ydbw sandy law Clay CL 11.8 29 11 1 18 39.E 4 6 6 9 0-2 - YeRaw 3andy lean ft 13.8 28 12 18 61.5 5 5 118. 132 Oel 14A 83.6 6 5� Yellow MIU ken ew CL 12A 33 12 21 W,7 5 e 10 2 SWW9 brown sand SC 13.8 24 10 14 47.7 3 5 a 118.5 ITT 1 161 63.7 7 2-4 Dak brom wllh W C I T.E 27 14 13 I 2.7 3 16 15 T 4.6 ,Redalshtaw HM lowda CL 12.4 30 16 14 1 62.9 5 1 6 8 7 S 8 :Ught reddish Nroem "ridy lean clay CL 11.9 t 28 110 18 1 56.7 1 2 2 7 1 6-1 O 1 UN reddish orown Nan wHh send CL 13.1 1 29 ^2 17 74.2 3 4 5 8 0.2 DwktYmm loan CL 15. i 36 14 22 54.2 1 3 a 1175 13.4 117.2 13.2 95.7 125 13.3 94 8 2.4 Dark reddish bmm offtey send so 18.9 25 12 13 489 1 2 3 8 4-e ftana baowrt Owsy swx SC 13 22 13 9 416 2 3 5 8 8 8 brDvolt sat CL 191 28 13 18 58.4 3 4 8 ale buowr+ de seixt Ka 27 3 14 48.E 4 3 4 9 0.2 DWK brown songy en elff CL 15.9k 1 /4 02.1 1 3 3 113. ' 3.7 . 100.7 14.9 NJ 150 14.e 8.8 9 2-1 Yelow band CL 13.3 14 t4 54.9 3 3 4 9 4•E Dark cis L 1210 1 17 BOA 4 4 9 9 6 e Yelow sandy lean Ciwbh ca the nowes CL 11.1 18 17 652 ? 9 1 t & nk s noduNs 1 16 52.4 1 2 4 10 0.2 brown lean cw Cl 14.6 13 16 88.6 3 3 3 1%.8 15.2493.3 1e.1 85.0 10 Tam Nan CL 11.< 14 f7 588 4 8 11 " ROB r ' CO w,.........:.... , r, 3 E Ent aati i»g and T*sring, lay. 'a_�:ta� Sr. fib. � Ea6.�.1• _i � 'i��a ��..r. I141K. 'f 'b91. ]u ;BOLi '-�. ro4: •rroaeygf�pr.�i. �.e. Surface EIevabon w meter Bod L - Test Hote # 1 Date 412012007 - Frp'eCt_ LtA Entrance Road - MLK Re d# L-216 f Go. Dye to GVV T N A 10 ft 'd_n^:nS b�..i•a• i. L.LLu : T': �,i-.- Px•a► i7pk..'�1-3:7.1y T.. ..::y ;aG:. ..,3r•,•: d.a-:.a Reviewed by RCS`:' �- .. all �Erigt�arnq anef 7i�stit�g, fnc. 'J7! yind 5f St,;. LW4..k 7S 'riW4 17— M-'I ''L'Vr.: r.w7fT.rv•ar�.,,�„ Surface Bevatian t Diameter UA Er L- 218 _ PSC L t;o. 0 to GAf ty 5 R •�111.•11� " f ; 4 . • �If.1\fY�iiYt� ���I �mo� 7 Reviewed byr m '411 ',4.ud ft. . ct T-Y '014! 1. '"L '143. T�n M1.10 "S 'IK!. Kim mulo&MNV-%% OF rj om Y Revie"d by lir Mp f. !'1..-.ca;��;� v ;1.�m)'_! z'^3 _�.. -".t �LVII. 's iLiLr"iii7�Miii:M 11R • logwrollimfolm ' MpmWMT, MOM r r �r Reviewed by t Boring Lod - Test Hale B Date 4120/2007 Project LOA Entrance Road - MLK Report # L221 "CooTgon Inc. Structure # Clint PSC Dnllin Co- D ess Peterson '1.'.S A:,•i (il. Sle 1. L•..SS:1 : ):11. r c-a ;3'k•; ''1 ':Si, Pc :4C J)_ ' � :h*: 'rc�:�'a-rr_-s rt•� Depth to GWT N A Surface Elevation NP Diameter Depth 5 tt "`4h • OF t ity Reviewed by - 0.64 Er:g neOrrl,14 +tn'd 'res9, !rrr. '-UICA Sr. Sripis,-I.-zim }'.1 OJEWt-'1 Surface Elevation NP jDameW Log - Test Hole # 7 412WO07 t; L1A Entrance Road - MLK t # L-222 Are #>t F'SC I Co. Dyers Peterson to GWT N A 10 f ft P--a Eneg ettlog an restinj ,Inc. •'•j.n 3inJ 5l. �=. I, r nihycL lS ?4:4. nar., 41"t -'t -:d?, E.1 OW I "V%., I C=MMU+Vtr1:= Surface Etevation NP IDiarneter I Boring Lon - Test We # 8 1 Date Structwe # - Client PSC Dritiing Co_ OLess Peterson Depth to GWT N A Death 10 ft lis � godL'1•lLt: ��mm 11,17 �L Reviewed by�-� ROBEF{ COMFY 'iS. B_wA 9t 9..1,LAU. kI.V'*4-'J --I %, 1. F.L16o'.l rn� •_ RMIM -,- •_ Ems� f . ... as Reviewed by " —.1• t!1?q.! Ci �.. i (..6k-6 I" )121. Ma" 1%06) ":]-':H�, Fis 190fi1 "1-bM1: rca�,ortl!P�•�r�ft_� uca Reviewed by j Ci density Report Sumilrkw - For Par&hW, Smith 8 Cooper. Inc Lubbook Preston Smith International Airpoft Entrance Road Repaving Project DensityReport#L20-2 'A!Uad* *i*e 1.I,Ox6ack Tt'34:4. £Luue M6) 71--, ,Paz ("1'771-?062, coie�bp��tt+zwm Sampie Nc. Depth tin.; lviC DC WD (pcf) DD ip-q Proctor (Pcf) % Comp % Moist % Optimum Moisture E.oCat:on BH ? 6 12fi.7 10$.1 111.E 96,90% 1?,20°,'a 14.70?i Sub ride E3H 42 6 125.7 112.6 120.3 93,60% 11.$0% 11.50°4, Sub fade BH 4 3 6 120.3 106.4 148.2 98.30wL, 13.10% 15.80% Subgrade SH # 4 c 127A 110.5 113.1 97,70% 15.W;/r, 14.40°i. Sub de SH # 5 6 131 112.4 113.6 98.900% 16.50% 15.013°re Subgrade BH # 6 8 112.9 98.7 118.1 83.6W 14.40% 13.20rX. Slab rade BK # 7 6 129.3 1111 118.5 93.70% 15.50% 13,20% Subgrade SH# 8 a 132.6 117.2 117.5 99.70% 13,20°i, 13,40% Sub rade 6�# 126 109.7 113.5 96.70% 14,90% 13.TQ%6 Subgrade BM # 10 6 106.3 93.3 109.8 85.00"i;, 16.10% 15.20% Stibqfade A t «+:o. • Technician: MV, EE -c7 Proctor Report y . EnlVinevr rry anri 7 sNrty, irt� ?3.3 P:ad S+. Cl� 1. Lu�Lmck TX -W!4, Mmo* �kk:l •?1-'w47, Pm. fWX) --1 �67 �.r�nY WNpT•'N�S.�.o E Rt; cut Nk' L 200 Date sampled 04!20/07 11[d> cci Name I 1 1"Z5tllil Sliiiill [tit Atf Ft ElrlCtiisi\itiit b itI1.';3-07 Client Parklull, Smith and CoolLer, Inc. Malcrial Dc5:6 1iun Pink Sandy Clay with C'aliche NCx3ules hateial UsLType Sbiadc F1.ttorial SOiRIN Roadway sa[t► le -Bore 14ole I jDateTmed 04/2 /0 W',41m;lledl Sneciiic Gnaw Moi"tuff C olitent in % - t}n� 13�aisity �c1} Max Dcnsi tN(kry:`m? )� 'L jz Maximilm Density ( c1 I��h1.1A111iT) )\'tO15Turt{%) Mohqure - Demity Relationship 2.65 1 F Points cm (;ra1 8.1 11.3 14.( 19.6 102.1 106.6 H2.5 116.7 1.787.7 111.60 14.70 1:1.. I PL 'l 36 17 19 Sdiil CItissifica ion l IIIitivd: SC Group I idew :'lAS Y O FAA 'Fest Method teed: Suit Sxn)pbrgg TEX-100L 4 Suit preparation TEX-1017 I iquid I. 1111it Plastic Limit phisticity Index Sicv'i Aimly k Culnp3di-A NL/D R-1a i Stand;ud (1assi(luation MX-104E TEX-105F TF X-106F TF•X-I WE TT-X-113E A5TM D2487 f By. i ' PaveTex 9rii ty and Testing, Inc. S ing�neer117� and resr%g< rnc. 7417 W—A KI•:•1, ±. LabbarL• 7S 'od_l, Men* ("I "7. `]A9, F+a �1eK1 "[-'�'1E:, n�m.l•��,n. r. r.•.in Proctor Report 1te Lrlrt No 1. 2i11 Daic Snntpled 04/20W rruJGct ►vuEEyt pfi~stitTi iiliiiii ail[ A1t'ri)it I:riIFSI14C Road Ite ii' imr Prujcci � m,—,fh,: PC {_1ient Parkhill, Smith and Cwpet, Inc. )LlaterW De!�cription Yellow ..jndy lean clay N1,11, riA use'Fype Subgrade Material Suiww lRoadway sample- Bore I.1ole #2 l-)atc Ti sted 041261'07 moishirr - Density Rclaiionship I25_if ... 12t.0 1.2 II20.4 .. -- L.19.0 :sst: :. ; ... l 7.0 .....;.. } ..j:... 14.0 1I i.(i '.... ;. 11.0 lUB.0 _1.118-4.. . 1070 101.0 _ 100.0 5A0.07.03.09.0 10. It. 12_ 13_ 14. 15. 16. 17. 18. M20.21.22. 0 0 0 0 0 U 0 0 0 0 0 0 0 Moistare Conlent (%) Sic C :�n;cl�sis i" i M7 fLNo- 200 '5$.6 1d1.4 f Attet'I etpa Limits T•L YL. Pt 33 19 14 Soil ch-Ass-if1;a(Wri Unified- Q, GrOUP h1dC_ AASHTO FAA Test A1cEh��d Used: I St mated -Specific Or ivy A-loisture Content in `.••o Dry Density (pcf) Max Density (iti0 ttl�) htamollim 1_)onsky (PO) CJptitriutlt ,'�4nr�;turri°o l 2.65 Poi11t5 an iiTi1ph; 4 6.0 li.R M.44 15.2 108.4 .114.8 120.3 1 113 41 1._927.0 120.30 [ 1 •�{) S41E1 �+Antl�l[ll�, Soil Pmparcition Liquid Limil FL-Istie Limit vhtmicii, Index tiic_ e: Anal}�sis :. ramp action tii. t) Rrlmi S'Twidr,ri t'ta;yiticarion T X-100F TEX-101E TEX-104E TFX-DOSE' TTA-106L TL7t'-IIOF i1"x-1 13 F, ASTM D2487 ',ate i By: - PaveTax Eng eeering and Testing, Inc. Proctor Report ' Fng notring and 71est,irtl, Jne. '4:; Und',r 7l.v 1. LmMe,k rX I7)42A. M.. 1PAW '�"J--21V:f; kAMI -79 -WO, mn Repurt Nu II, 20.1 Dam sampled 04/1-0/i07 Vfo*l+L1 IY'rJlltC [. �t A { �+ 1're,�wjl+]l�lith Int Ai If tj` LillE��.in�C �liµ� 'it i�l "tj} 1LroiL'Cf [liijfiLj r 1 C!liertl P uld-i 1, Smith and Coo �r; Inc. Material 11cscription Yellow lean clay wit11 sand use'I'vile Stlbrode '0,twrial 4ource fRoadway ,imple - Bore Hole #3 jDate Tested 04/26,107 M imire - Denvily Relationship 114.0 ; �01.{)T. -. *.',,..; - ii77:5; :• ar. :.,-.� ,::i 1. 105.0 Z. 104.(I 102.0 101.{) I 97.0- i 94.0 91 .p g2,0 - 7.0 8.0 9.0 10. 11 _ 12. 13. 14, 15. 16, t 7. IS. 19. 20. 21. 22. 23. 24. 0 0 0 0 0 0 0 0 0 e 0 U R 0 U Moisf m Comm l-stirrtacrd Spceific CiTavity E65 11milts oil Guiph: 4 AT0'5turc {'unia~t7t iu " u Dry. Density fpcf) Max Densityikl:,iirJ3) L_ MaximJ[m iknsity 4I?rt1 (�(}I iI1l1E111 lt'IC?I� l tJ! lu ) 9.5 11,(1 1 17. G 19.5 98.1 1073 � 105.9 1.?7 f .G f 10.60 15.50 Sire I Passinu Elositlet (.1•` o, 200 1 73.0 127.01 1 AtteJrlvrs� Linuts i - L..L PL• NI 32 15 17 Soil Classification Unified: C11, Croup Indcx lcst'1v1ethod Ilsld: Soil sarnpiing TEX-IGOE Suit Prcpumiou TEX-101) Liquid i.imit �TF.K-104E Phisti: Limi[ TE?{-105E 1'lasticit� Index TEX-106F Sim- na1�•sis 1l-;x-I WE Compa tiott NIA) 12c lmi TFX-113E 5[an:iard ASTM 02487 OF If o A �10a..o....r, .........� 1 Ff109 R w .. ;EY Rai : 9= + � . ► POTexenring and Teasing, Inc. Proctor Report �nglnewrFnq�►nd �'�stfr>ig�,lrre. 7413 W!nA Ri fit. 1. Lubb"4 T\ -IMU 1I4,4- 9%%j i'ss y "I.�CSI. rc�e� ia�.wa Qom Re rt u L-204 Date fan:}lief 04P-01•'07 I'<<riewi ` zrlie ll)vstor, Smkh Ira Air'ort l.ntvancc- Roads !Silri'ril` Nurriba- PS 01-2703-07 c�li�tu Parkhill, Smith ;end C'oo , inc. lateria! Uesuri tktn Yellow lean clay with sand Nlt tt:rikll u4r "'V11c S abgTadc 114tlter-lat Sourvae 12i)ifilway `xtlnple Boo Hole#4 r. Dal Ve-steel 04/26107 Moistutc - lk-mi(y Relatiomlrip 7. _ is - - :....... :. .......... 7.0 8.0 9.0 10. 11. 12. 13. 14. 15. I t>. 17. t R. 19. 20. ? 1. 22. 23, 21. U i} 0 0 U 0 0 0 0 0 0 0 () 0 0 MONIUM Content F-Stima-ted Specific Gravity 2.6:: ". Paints ou {,rqh: 4 -Nloistorc Colliellt In 11.1 (4.1 17.5 Ihti'i?ctisi(� (?c#1 t(1►.G 111ti.3 1I�1.H (lU.fi MaxDeil`ii (); nO) I.Slj.7 Max), lull] 13ellsity ( CI) 1 1 ;.10 (} (>;il><tan 7Vit]irttirr(���i•1 l�l.�l1 Sieve :Lt�:3lvis (°"„ j Siie Yas;in�r 1;a�licri Nii_ 200 1 77." 122.8 �► Limit s �tts ,� LL PL PI 2X 17 it Soil C (yi5ificatioli Unified: CL Group lmlti x AAS I ITt:l FAA TCSf NletfiOd USed: Soil SalllPling TF..X-IW ioit Preparation TTX-IOlU 1-igaid Limit TLX-104E Plastic Limit 1'E?L-105F. p1m icier 111dex '1 FX1 to6p. Sicti•e Aimlysis TFX-1 i0L Compactimi M.n Rehmi TFX-113L- St�ndttrtf t to>sitic ►tiun AS7M 02487 f I l tt a By. 17 PavtTex Engineering and Testing, Inc. i Proctor Report Frig neving and Bestim C. :414 WAA tlt. Ste ), ).d.hork T. `9.414. Pha— IM6i "W_B5. Fmt ANG1-1).1110. me.-p�atrtrrr. ron Itcyw( tit:> L-205 Date `S.Elo €ed 04i20/07 z,_ ti lojt:ct Mum; i J t �li'iltl Ifti . 1 ♦ i} 'Dre•-t � ; Airport E;rtrsnc Read Repaving u.—, ajt :l �+t:fnlre; _ PSC.' 0 ! • �70 1-117 C'Iicrit Parkhill. Smith and Coopet, Inc, M;tfe;@i,tl Descril}t)Ctn, Brflwn kan cl3 with Sand INd-9-TO-lttl E)sC Type Subgrade f Marerixl Source I Roadway sample Bore Holc 9 J 1 I )aT , Tc-av ! 05i01it}7 Moisnur - LX-mity Relatiot�.chip C, . .. .. r: t in 7.0 9.0 9.0 10. 11. 13, 13. 14. 15. 16. 17. 18. 19. 20- 21. 22, 33. 34, a 0 b 0 0 o 0 0 0 0 0 0 0 0 0 Moisture Content (°b) jFstimatcd Spt: ilic ('rruvlty 2.(�!� _ P(;ints oil i;rtt& 4 t_r IMOiStLirr (.'oiltent in "0 113 14A 18.6 21 .; br4 Dem.,ity (c6 109.6 112.9 1011.2 19 .5 Max Densth' t k€ rrti 1 't111\liltt)tlI lil.f15ii1't l't? I�PtJIt1E1lt} tiit}1SlllTCl�/ul I ,8193 It3.h 11�!.I� IM Sieve Ana1;sis (lb., Size I Nssilli R,m m ?'v, _-,00 1 72.0 128.0 Alteri}eru 1_imlls I.I , Pi. PI 34 13 21 Soil C-la5.sificatiorl l.!nilied: C:L Grr)ut 1nde. RASH` O rAA •1 e E Method I isec1 _ Sail titunpiijta TE:X-10OF Soil Prii-mratioit TEX-101F Liquid Ninit TEX-I04F I'L)siic• Limit 'l EX -HOSE Plasticir%, 1))d.:x TEX-Il36L Siege Ar:11yM!i TEX-I IOL Owpurfifin NI.-D E dub TUX-1 13F Slan la)',1 Classilic:iti,m ASTM D2487 Re By: PaveTex Engfrifering and Testing, Inc. Proctor Report Eng ne�rit gan esti»g, lnC. <�7 Nand tit. Aw 1. "bw,L'IX 7$424, fltew {R06� [-'l3+, F.� (M) -1 b61, r..µnry(nycrrtrs..a. Report No L-206 Date S,atrtptctl 04/20`07 i m ect ; hind Pre„c;r 5'mit1l Im s �ir-at,r, Jr;j ,-W.iLc RoM Re avigg Pr„ PSC 01,-2703-07 t'licnt Parkttifi. South and Coae2r, Inc. Materi;tf Dwzttri tiun I Yellow Sanoy ieaul clay Material o"ic IV Sub de IMawrial Sot7rry lRoadway any le Fiore Hole # (i Date 'Fc&w4i 1051OW07 yloisture - i eLmitV Relationship Moisture Content ('.%) Lstirnate�d Specific Gravity molsuare t_ ollk•111 in °r, 8,2 10.8 Dn; Density( rl) 101.8 M." Max Detlsitti' i kw/'m 9 1.991.8 Maxitrtuan Deusity ('cf) f 18.1 Optimum %-,foisturet%) I-3.+ SEPT I ( r00I4"A06 $44, i 71758 58 Sicvc Analv5is !►izc IkrrItp, I 'N€t. 200 51.5 -148.51 1 4tti rbem Limits�� I.T. Pl, I pf 28 12 16 801 CIRSSE1i4:1t1U11 IIUIfwd. 1C Groyp Index ASH 0 FA -A Test Mohmi I Soil Sampling TEN-100E Fists on Graph: 4 Soil Prepiration TFX-1Q1E Liquid Unit TEX-I04E 13-7 j 16.2 P1:Estic Limir. TEA- 105F. �1 I7.0 1 111.9 Mastici -Y Index 'MIX-106F, Si<<t: Anah•sis 1"FX- I [OF Comimc(iou M19.Fi Relati TF..X-I13L• tir.,tntiard(::Jds,;ifwaM)ft ASTM1324$7 RJ/ By: Pave7ex Engirw4rinq and Testing, Inc. r Y FaginettInq and resting, inc. . '-C-A Wad Rr titV 1. Lu66uci I\ *9424, 0a mr rMM;-1- --!At Fwc lam'! 11-'OAI tiw.�v�Tj..tietra.crm Proctor Report ftei+c}rt'v;; L-207 Sampled 04;'2 ,'07 rl'i ect itiame- p i�iL"•i(�il �ryAiii�i} liit. u orl FriL1.7I1(R 1Zaad T�i' a iis' Ir1aw [}iv_ii �i tiitl;:il:'.'i' ry IDSC 01 -2 03- 1j�7 ctllml Pm-khill. Smith and Omper, Inc. f4laterial l-1c,Crl Lion Strong hiwwn davey smn(1 S»h rade Material Sourch: lRoadway stun le Bow Hole Rue Tvsted 05/111,`07 Moisture - density, Refatiombip €All •I. _ .•)'' .�.;�. - - - i Cyr,:,. . .. �`� •�'.�. .'(:' '�' - - fit:' _ 1.0 8.0 O.0 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 1. 22. 2:1, 24. Q 0 a 0 t? 0 4 u {I 0 0 U (l 0 i3 Moisture Comm (S„) E,z imated Speci I is Gravity 1 2.65 1 1 PlAnis on (i N16Sitirt i 'Mit.ent to "'o 9.2 12.2 15.3 1 18.3 Dry Dcn•it.y- (pef) I J2.I 11100 1 115.3 1 1f17.8 i ax F)ellsit.' (1tg;`in.31 l,$�}8.� Maximum Dcwsity tic() 11 ii. optimum !ti'1uisturt:(°ie*l 11.2, Artie Analysis (`.'n) 5i7e I Ya3siI 1(0.11n,:; I No. 200 1 47. 11 52.31 i T imits f. T_. Ff., PI 24 10 14 Soil C'lassilir:a.tiotl Unified- SC GTou ? b1dex AASI ITO FAA Test Wthud Lined' Suif Smilplintt TEX-100F 4 oil Preparation TEX-101F., i.i4110 Limit Phteric Lknii. P1.1sucit} fndex Sieve lnah'su ('umpaC1011 MA) Refati Slandard (Akiss ilioiioil TEXAME TEX-1051_ TEA- If16E 1I.•,X-)1Hb EX-1 13F ASTM 02487 ROBERT G. coMEY j R e wed By Al � � PaveTex t4roineerine and Testing, Inc. a� Eng ;leering and resting, It>rc. '". 1rP4i y't -I�). Yu E110E:y 'Tt- Y14; rr�ydparn�a_roor Proctor Report t{c tort No L-288 Date 4am pitA 04f20'07 (Project 1'.:.Slo;; 5;nillr Inl AII Qit';1L-.trt P.;s:;d P,e^Av'it: F'r:,je : l+l;loslfizr PSG, (11-2703-07 'Client Parkhill, Smith and Cos •r, inc, llimcrial Description Datic brown swid ' lean clay Material use Type. Suh radl: jMarcl lal.Source Ruadwav sample Bove Hole # 8 jDate l nmhl 0510 107 Moisture - 1hn5ity Relatiattship I: r 'I *.�"*_'F_ri_E"'f• 1Tr-' i"'7 r-r—i p r- T 7.b 8,0 9_0 10. tl. 12. 13. 14. 15. 16. 17_ t8. 19_ 20. 21. 22. ". 4. U o 0 n 0 0 t) 0 0 0 0 0 t1 4 0 ! lHUlYtUrL t.<111tellt f+Da) Fstimated Strccitic Gravity- 1 1.65 Point, on Graph: !Moicturc Conitmi- in $u 12.5 15.8 1 18.8E Drt' Dew,11, cf) 1123 1 'l4dx Dvnlihy (,RL t11j) 1,45' 1% axilAE m Ontinitim McyUourt:(p'n) 13.4 tilCl'C r�tic�l4'Nis (7;,) Passing Il t(jimm t � ' o. 240 1 54? 1 45.81 �— AtterberELT Liaws LLL Pi fPL 3fi 14 �2 Soil Classification LlniFied: CL Grctup Index AASUO FAA -T est N-lechod Used - Soil Sampling TFX-IOOF tioir Preparation TE.;Y-lU1L Liquid Limic TEX-104E Plastic I -inlif IT! X-105E Pfa:tticity Index FF.X-t0F Sieve Alntlt-. ik TFX-I It1F Compaction MA) Rehab TEX-f 13E. S011dartf C'lassifwatioo AS IM D2487 R,�rrt i d By: el, RaveTex Englifeering and Testing, Inc. Rerxirt Nri 11- 209 Dfiu< Snwplyd 04i?()l07 i't'i,jcii>` ;irilc I'mstoa Sin IIth I n t Ai- mji Eatwmec Road Reat'1au, N.'• CitNunnh.t• PS{; 01-2703-07 C. littu Parkhill. Smith and Coofyr, lne. klaturial i )c:cri 7tiott Dark hro%%m sandy lean clay Material Ilse !1 vpe Sijb = adc lklatcrial Source I Rtladway sample Bore i ote # 9 I.Daic T,:sivd OS!111; 7 i Moisture - Denxity RelatiotWiip 119.0 117.[I ' 116_U - 1 14_Q .112-0 :. I10.0 ; 109.0 _ I R16.0 105.0 .. 104.0 ' 103.fi i 102.0 r.0 R.0 9.p 10. It. I2. 13. 14. IS. 16. 17. 18. 19. 20. 21. ?'_. 2-1. 24. 0 {I 0 0 U 0 4) 0 0 0 U U () 0 0 MoNturp Content 0i) ' Esilimaied §Tleclfic C7ravit�' - 2. (70 Points oll (i1: ph: 4 Nloisturt: Contem in'.'-6 I>ry Density (pc1') Iv1aN Density 11 a mitum Densily i:1) 0plimutn MaA,.,turei'%a) 1.1.5 I (l.7 112.9 I f)l3.6 i 0"... C OMEY ft��l bi .. .. t^�MM •o�i( Sieve :analysis f'%'o Size I NIS.SiU lRewin o. 'Mil 62.1 .47.9 Atrerbap- I-itnifs I.i. Pl-. PI 29 1 l S !4 5oi1 C_:letssilica>iun Unified: C f. Group Index AASIIIT ) FAA Test Mc fold l ised: Soil Sampling MX-1t} L _ 4t�i1 Preparation 1`L'k-101ii Liquid Litllit TUX-104L Plistic LIMA 'I E:X-105F Plasticiis tndex TF.X-106F., Sire Anals<is TF,.K-f IOF, Compaction N-11) Rclyti TEE -I I J E timndatd Clrls-Iilicariou ASTM 1)2497 o cf By: /PaveTe'x En9l eenng and Testing, Inc. Proctor Report farglnaering and %st�h9. �;►3�. '42X Dad Sr Fir 1. LA bieL Vi �1J1S Ph An, k4AS1 "1-'20. Ev M6 •'j -%L. awl rzxw rr e on. No 3�-210 Date Sample11 04;'20.1;07 f'r';;jCtt ��mc " i 5�nitl E t .A3r'tCtr# E1ltrasicL• Ill%:iu &%: a4'it:^ restol .r !'•`:;��. "Itlt^htir Y5C: G'! ??{? -n? C"1i4n1 Parkhill, Smith and Coopm Inc. Material 1-k*s ri Ztron Li fit htowu sandy leant elay material use Type Suh ftadc Material sovieRoadway 11 Nampa Bore Hole 4 10 j3,ttr, 1 ested 05-!0 !07 Moisture-Urn,ity Relationship 119.0 118.0 117-0 i 1 14_fl 113.0 :. '...:... : .. " . I4-r1 IWO 110.0 t09.0 lop 108.[! 107.0 106-0 l0�.0 lot . .. ' . 104.0 ;.. 1111.0 :..., :......_. . . 100.0 7.0 8.0 9.0 10. 11. 12. 13. 14, 15. 16. V. 18. 19. 20. 21. 22. 23. 24. 0 0 0 0 0 0 (t 0 0 0 0 0 (1 r1 tt Moisture: Content (` b) j stimtcd Specitic Gravity 2.61) points on Graell: 4 Viuisture Content i1i ?0 13.3 tG.a 1 �3.:1 )'Z.3 Wry Densitt; (ef) 108.8 109.7 10.5.'? 100.1 'vlax Density (k- fnn3) 1.758,8 i\'�faxiniutli Dem> it : ' ict) 109.8 Outimum Mui.+mn 1 `; of 1 15.2 `c itiEft}v% ts ("ro Size Pas'nu, R't:tim u No. 200 , n+8.6 31.4 f J A.tterbe-re, 1_InLts I all 15 16 Sail Chic- ilication t.lttifted: CL Group index FAA Test Nluhutl Us1 d: Suit Sampling TEX-100F Suit I'mParation TEX-ME H.111ki Lirait TF,X-104E Plastic Limit Mx- ME f latsticitv lrtdet 7'1_JC-IIkSF Stew Analysis TEX- I I OF ::umtpak lvn N D Rt ., Mti TEX-11: L �1.jr)daj-dC:IK1;itiCa6un ASTNID2187 wed By- PaveTex Enolnooring and Testing, Inc. �- 20 BEARING RATIO TEST REPORT 0.1 0.2 C.. 3 0.4 pone t -,o t ion., i r, Kio I dad Snaked COP, C(, r Per, Sur. fens rnox M 5 t Dens. % mr)x mo i s L 0. 1 in 0.'1 in 1 0 105,8 94.7 12.5% 5.4 7.7 Cr IG A M/IxTEf�[AL DESCRIPTION USCG;Ont dens w.c LL pl 3. 1 rNeJ )I Leor- C I u v w I t h Cc I: n-h In, No J Li Cl- 1 1 1 '7 6 1 7. OF 7"*Vl CpQineerino & 095%, Lc;b!joek Internat;onni A-'rpn 0 ;d I ff p r<:to r )AC R-�-uid & Ale F;r-ld P'c:jv,rvro�r.',--L 7-. D-:j,e.- 4­25-20i)7 D 7.� PEPt,-RT .,7.c4t ii,ri DYM-PETERSON TESTING LAEK)RATORY, I F i q N BEARING RATIO TEST PROJECT DATA lest No. 1 ? 'rojeYt No. 2064 �roje-7.!t: PaveTex Engineering & Testing .ovation: Lubbock in-ernational Airport Entx'alice. Road & Air �vield Pavement - Lut.bc^!C, Texas temarks: Remolded Sample of F.ri cti nrr Sul:w7rade J material at. I3orinq #2 Location .aterial description: Brown Sandy Lean Clay with Caliche Nadoles lest description: Remolded Sample 95% of Standard Proctor .SCS Classification: CL iquid limit: 26 ?lasticity ir.-dex: 13 .aximum dry density: 111.? .ptinium moisture content: 12.2 ,oad ring constant: 10.2 iq Nc.. AA ate: 4-25-2007 MOLDED SPECIMEN DATA SAMPLE 1 Wt w+t= 916.6 Wt m+s= 15.22 lba Wt d+t= 854.7 Wt mold= 6.33 lhs Wt tare= 359.2 Ht. soil= 4.563 in Moisture= 12.5% Dens.= 105.8 pcf .GB 0VES5 - PFTRRSOty TESTING LAHO RATORY, INC. BEARING RATIO TEST RESULTS & READINGS DATA TesfL -No. � SAMPLE 1 RESULTS CHF. ;4 0.1 in = 5.4 ^gR 0.2 in = 7.7 -$ Correction i , n ; = 0 ----------------------------------------------------------------- PSN. DIAL L04D CHR (in) READING (pai) % G.000 0.0 0.025 5.0 :;7.0 6.8 0.050 ,.0 22.6 4.8 . 0.075 11.0 37.4 5.0 0.100 16.0 54.4 5.4 0.125 20.0 68.0 5.4 0.150 25.0 85.0 6.8 0.175 29.0 98.fi -5.6 0.200 34.0 .115.6 7.7 0.300 44.0 149.6 7.9 0.400 4a.0 163.2 ?.1 6.500 51.0 173.4 6.7 Test dry density= 205.8 pcf Penetration surcharge: 10 lbs „_ .GE 2 DYFSS-PFTFRSrjZ TESTING LABORATORY, INC. C.4 Pe. 1 . 3-w1i" I I r. s nfoy trait Cer15 rr.c mo L 2 it Cc r Sur-. IC F .q 94.6 C.- 2X 24 .56 MAT 1 .4.1. DESCP, PT I 0,' P F r ri vv!! C o Si�md Nv r:; 'i F- 1A c, d I a F. I 10. 7 19 8 ;z r jack Nc, 2 0 �:� 4 4 e tr!; ri r o < � P'a v v !, e Z-A o �c 904% k 'i c l: c r 1 :-.j t:, i r i t r Pnip r F. ?4 A I- p f- t 90 i r4 OYESS-Pf-TER'ON TESTING LASORATORY. INC. No LID BEARING RATIO TEST PROJECT DATA esr. 1,Co. 2.5 t0j :7z - Pave -;ex Engineer,ng a'a Tuss tin,7 ,c+c it icr, : Luk'.bo! k T zt ez r:,�C ;.cr�31 A.� ;'� c•rG �-it { a:Ict Roial & air F`%elci F3Vk^,1Fll~ L�_1: C{C, iE'xas Mar—,'rial at �Oi Imo^ 48 Location 4a_F_-ial description; '`st description; JSCS Classif_cation: :irl.-id �.irri;.: ''Ias-iCily" index: Maximum dry density: )ptimur, tmcisture eontant Toad rririg constant; Fia. No.. ]are. B_own Clayev Sand wit Calich-e h;odu-] ey Remcj.ded Sample :Lt-95 of Standard Proct.cr 79 s iC .? 1.0.2 OB 4-25-2-00 MOLDED SPECIMEN DATA SAMPLE 1 Wt uv+t= 875.6 Wt m+s= 15.25 lbs Wt d+t = 629.2 Wt ;r:u1d= 6 . 33 ' bs Wt tare= 364.5 Ht. soil= 4.563 in 'Moisture= 10.2 Dens.= 105,�+ pr.z I':YESS PETEr-SON TFSTUTG LA.30?ATORY, ' "d('. BEARING RATIO TEST RESULTS & READINGS DATA "`es~ N;- SAMPLE I RESULTS CBR 0.1 II: _ 5.4 CGR 0 , 2 :.r: - .9 ` or_o ct icri i in ? = C -----•----------• -- ---- ---------------------------------------- FEN. DIAL LOAD CB'R (in) READING (psi) $ 0.-025 2C.4 g, 0,050 9.13 30-6 5 0-0-15 12.0 40.8 S.•± 1-9.0 64.6 r.2 21.0 ;-.4 �:. 0.175 21. ? 51... 5.4 0.300 33.0 112.2 5.9 0 .400 39. C 132.E 5.8 0.500 45 . C 153.11 q _ c Test dry density 7.n8.9 pcf Penetration surcharge: 1-10 lbs ?AG-R 2 Di'FSS-PET?RSCti7 TESTTNG LABORATORY, 1m" I.C. ----------- ri fl Fene t ra t io-i A4c I a PC] o i, cl CLIP, L i n Per 15 w e rr a i s t Wiens. `' Inr`'.' me s t i 1-1 L..' r*,(.-, r Pr— 4 1 3 5 30 ML: N C tf Cc I J 2 ',Io: 20C-1. OF R en, n i- t' r t., c-,c t r r r- y C3 i f-I f�! 4i o- 17 Cj� & j L.,:i cz 3 t c n Ll 0 C n t � r— -j r 11 c.- P A i r F P c V AtA) 0, Rom-) I f ;j c,- ki -e Al" (I v IQ:. r DYESS—PETERS'ON TEST 1 NG LABORATORY .3 BEARING RATIO TEST PROJECT DATA TEsr_ No. 17 rg ject-Nc. 2064 -roject : FaveTe'x -,!1g4_neeringr TeSnina ocat_en: Luhhcck 1-iternaticnal. Ai-Ygart Read & Air Field TLxas rem:larkss _a Sample of T-Zx sting Si:r c, .ice Material at Eari.rg 49 Lcc_it _Ci_ .a:.E'liali 6-sc.r1.ptlon: Bm7o.wr_ Si?1'_dv Lean Clay WYit a :''allc_ e PIojulP8 P_st dea r_I?tiun: Re-11-:)l6 Ca1Tl'ile of Standard Prof t:-+r .SCS Class:.fication: CL iquid J. imi t : 27 Y=as-Licity index: is tax_rn:.:rr. dry density: 108.4 �r--ti.mum moisture content: 12.2 egad ring constant: 10.2 No. cc late: 4-25- 2-307 MOLDED SPRCIMEN DATA _--------_�.____-- SAMPLE I WT wit- 918" Wt rn+s- 15.2�', lrs 'Alt d+t- 651.9 Wt mnld= 6.33 lbs Wt tare- .360.0 Ht . sci1.- ,-.17 in Moisrure= 13 _ 5* Dens . = 103.4 pt:f, ?A'::E 1 DY.~SS-PF-ERSC'N 7EST1N--'_ LASOF-ATO Y, T..T BEARING RATIO TEST RESULTS & READINGS DATA Test No. 17 SAMPLX I RESULTS CBI? 9 0.1 1n - .1 Correction in Mg. DIAL LOAD CBR (in) READING (Pei) $ C.02S 6.0 2 ..17. _ 3.2 c.05c 3Q 9.0 .r; 6.i 0.075 20.0 68.0 9. - 0.100 125 :7.0 y:.a 7,3 0.175 35.0 119.0 7.9 200 39.0 i32.6 8.9 0.300 45.0 153.0 R.1 0.400 W0 156.4 i'c 0.500 47.0 159.8 6.1 TFst dry densi•`_y= 103.4 I cf Penetration surcharge: 10 Ibs -------------------------------------------------------------------------------- g_ FAGk' 2 DYM PI '; ER ON " E8'l' ING I. BCF_TM3R Y , INC, r Wet Ball Mill Report # L-211 � 7433 Vhh.St- Slc 1, T.nhbn,k 7:4 `W4, "% 728.1. Fax { 04) "I 162. r�vme�(d�►w7ilt.t'Oui Contractor. Parkhill. Smit41 & Cooper, Inc. Technician: Marts Valdez, and Eugene Edwards Location: Lubbock Preston Smith lnternationa( Airport Date Tested: 5WO07 Sieve Size (in.) Cumm. Weight Retained (grams) Cumm. °% Retained Location 1 314 0 0 Bore Hole #4 718 246.1 12-3% 318 670.0 285% #4 689.5 34.5% #40 798-9 39.9% Pan 2000.01 100.0% Origin I °% Pan= 60.1 % Wet Ball Mill Value= 80.8°% Increase= 20.7% Reviewed by: ���� c� Co y Wet Ball Mill " E n�rsr!» arn�fscrn �nr. �...,i '�«iM,A1 ti�.Sir 1. Li�KxL 1'JL�a:J,]lien.(MON'._�-'18�.Ewil�f6j:"1•'.k:t.l�C.vri��rrrr�r.c��. In u u Contracmr: Parkhill, Smith & Cooper; Inc. Technician: Mark Valdez, and Eugene Edwards Location: port Lubbock Preston Smith International Air Date Tested: 502007 Sieve Size (in_) Cumrn_ Weight Re med rdrriS Cumin. 54 Retained Location and Date 1 314 1 0 0 Bore Hole #5 716 M2 9,8% 318 467.4 23.4°% #4 590.7 29.5% #40 716.9 35.8% Pan 2000.0 100-0% Original % Pan= 64.2% Wet Ball Mill Value= 76.9% % Increase= 12.70A S • OF Reviewed By: ob ey LEGEND EWW BORE F .............. . . ................. AND PROJECT NAMC: ENT 'WE [IAPWv!EMETNc, ENTRANCEROMSHEET: GEOTECH. BORES PROJECT ALCRaS LUBBOCK PRE�7)ON Nffh INTERWK)NAL ARPORT ISSUE LATE: 02/27/2007 M PSC PROJECT J;0I-2103-V APPENDIX C IGNITION SAMPLES FOR USE OF RAP IN ASPHALT MIX DESIGN .s 03A)8 Washed Gradation Pave. From Ignition Samples fnglneesin!?4d testing, lrrc_ i�appct 0 �.-i 071 Caninxior ME Twit r id811. K Gomtt 40=bom MLOA En"Road Date 7eated: 211+�'Opt3 Cora # 1 South Bound, South End Care * 4 No* Bound, Soutm End AOU 44 AC 7.6 Am Rat 96 Act. ACC % Smve Refined Rataimad S*ve Retained Rolained 3M a U.0% 3/4 0 a.11<* 112 143.6 13 6% 12 l41 5 10.5% 3m 2212 21.0% 319 206,7 15.4% N 4 413,7 39.3% 44 4S6 32.496 # 8 558-4 53.0% # 8 632.1 48.9% 030 733.2 59 8% * 30 8".1 64.2% 450 -1w.7 74.4% 050 939.1 69.7% # 200 940.7 89 3% # 200 Ql4.7 90.2% Pan 1053 b Pan f 346.5 Cora # 2 South Bound Mkkft Care # 5 Nonh Awnd Midrib A/C 7.4 AlC & 1 Acc, Arc. 1h Act. ACC % Sieve ReWmed Rv%w d Serve Retak ed Releined 3!4 0 0.0% 314 A 0 0% 12 117 2 12.6% 1l2 114 7 11.3% 3m 160.3 18.2% 3M 179 17.6% 04 334.5 36 0% 94 362.7 34.6% # 8 472.9 50.8% Ora 507.4 49A% # 30 828.3 87-3% # 30 00A $15.8% 060 ri71.6 72.2% # 50 m 7 71 3% 1 200 533.9 89.6% 6 290 9193 90.2% Pun 9WA Pan 1010.5 Core # 3 S*^ Bound MMh End Care # 8 No4h 8mr?d North End AFC 4A AfC 7,0 Act Ace. % Aoc Aoc. % Sieve RetMr*d Rateined siays Refined Retained 31d 0 0.096 V4 0 0.0% 112 143.7 14.89E fl2 130.9 12-6% 318 213.4 21.9% 3m 204.1 1 Q 7% #4 359.3 X9% 04 372 35.g% # 8 493.5 5d.7% As 511 5 49.396 030 668.4 09.79(o 930 t396,2 6709b . 050 720. 7 74.0% # 50 745.9 71.9% # 240 880 90 4% 0200 923.8 89 1 % Pen 9738 Pan 10373 v .VI t. 4w Fteviewac! 9 Ratr � 7 / "© Y 4 Pave Eng;n ,)! and Te�r,ny, fnc. 4 . Contract r. P5C Tmhnician K Location; Entrance Road Date Teaaad. N1612WO Washed Gradation From Ignition Samples Repo # L-1072 Cotes ## 1 COM # 2 Cora # 3 Core # 4 Cora 15 Core # 6 A s 3J4 100 100 100 100 100 IOU 100.0 112 86.4 87.4 85.2 89.5 89.5 87.4 $7.6 3/8 79 81.6 78.1 84.8 84.6 80.3 V I A 04 80.7 64 W.1 67.5 67.6 64.1 64.5 # a 47 49.2 49.3 53.1 53.1 50.7 50.4 30.4 32.7 t .3 35.6 35.8 33 33.2 #R 50 25.6 26 30.3 30.3 2 .1 22.0 #" 10.7 10.4 9.6 9.$ 9,8 10.9 10. fan A/C 1 9.5 1 7.4 1d,8 7-5 17 6.1 1 TO 1 6.0 ' We all perowtages we in % Pasirtg. Rev'ewed 6y - c J Conley .. 1 r 11 ,,E w r K r r � DI 6 n.^wc rraa..,a ca,xac » B6 upM nw mmicrni ma WIfYl6 hwrl5 mma.riux ,ov m Vora CbTaL(,P' . Awvyly Cdq[,fp Lubbock Preston Smith International Airport LBB ENTRANCE ROAD REPAVING AND SIGNAGE CITY OF LUBBOCK aio NO. MARCH 2O08 s: 77 P"Jalu, SWM a CO&VM @IC. roses.+ . Purcmam . pfs 3 1 4 1.r..aa�.o...r r 1 4tLubbock Preston Smith internatenal Airport LBB ENTRANCE ROAD REPAVING AND SWUM PROJECT Was=v m"Mrwm W11OWMAL AWPW WasoeK TEWS J �M.0 wRfv II, �t/1IYP ly COVER SHEET G001 SUMMARY OF QUANTITIES ITEM OLSCHIPTION MT fa -3�—Jll "I", T1, P—ml It �i C: -- — -------- 1 4 Wee= VICINITY MAP tLubbock Preston Smith International Airport US ENTRANCE ROAD REPAVING AND SHEET INDEX SIGNAGE PROJWT TITLE LUBS= PFMFMN 8MffH ----- LLqNN)CK TEM am wo 2 -1 11 r-3 ,-w !4j W. v,-iW iii/-iai- -------- ------- - WK — ------ SUMMARY OF OUANrMES �uff,77-M' 7'1��i:7- VICINRY MAP AND r, ---- — ------ 7 SHEET INDEX G002 ........ . ........ CONTROL MONUMENTS IM :1 1, ...... . . ...... 7— v �'V. M- _aQT KW �' C X Lw IW. N � 7 �S e Lem . U (D 2, TIE �I� ISM l� I m ------ MIES MMv� c�.� -o— ol w 4c� w. N w .4 wt rx. Cr IK Wo m �ws K�" ­6T �wx" cLon"ll Low% " Waum CF M= 1-w rOLL -Ilan V usm w5l. wM wren v rwlm�v�7 - pw� wK D'.Q x IN: �w s� sw m w ��. w G.z '—w L17.URRES Aw me r V;P^w T-M K W 1� .W*—K. RS CONTFACTO au3EXA0WW� 0 4 �E.PDM Lubbock Preston Smith �w� International Airport STAGING & S1 EE � M, �� 4t TK =A� In rED`RK Inte STOCKPILE AREA Now i�M P_ NE/40-1/10/811" PROJECT LOCATION LBB ENTRANCE ROAD PARKING STRUCTURE-, REPAVING AND 7 SIGNAGE PROJECT ------------------- - -- lw� LLMB= PFIESTON SMMH RENTAL CAR 'ACILITIES 11091INIMICK&A6IPOW ITEMS TERM e. E YIIL ...... .. .. ..... ---- -- Ul va-_— IL ------ I ,!A 7-- PROJECTAIRII)ORT LAYOUT PLAN G003 I SITE DESCRIPTION RUF.;• sE. L:T,b, P111t, ±,m,fn wbu�+c'h .'Y-a..➢4 r, r Z o p I and c le hrrr+.rq vwc_ •wa _.. _ NAAR H R. AL'Iv. ES 0er„ r'+on y J^ ✓a .. t+r G'AL PR:..:ECT AREA ,01AL AREA TO BE D`STtPiBEO: WEIGHTED RUNOFr COEFFICIENT (BEFORE CONSh.,'TffiNj; cve ,a (A'TER CoN'n RUCTION)sa m' . _.,_.._.._..... EXI9DNC COND- fi. SOAL S �'k'A,ATIVE CCUTR ANO OF X!iTINC CDVER' ., cp,t. + ..;lye c Th.... ,. mr,, al IhC C d n Tn ,.2p f .. rp•,d', s no. do .._..,__ ..,.. NAME OF RECEIVTNO WATFRS; voter frpn 'r r,ows _3_9r4.9 rVDo 1D40s EROSION AND SI SOIL STABILIZATION PRACTICES: TEMPORARY SEEDING _._ PERYN:EM PLANTING, SODDING, OR SEEDING MLYCHING SOIL RCWiON BLANKET _ BUFFER zwS PRESERVA TON OF NATURAL RESOURCES OTHER Jpon..c C If I, ! reo'r+Q 'na_rPs,?517t ,tt be r4 'Ptl .. to F,, it, PONY areo vtl4 riled dcrinq STRUCTURAL PRACTICES: SILT FENCES 14, BALES BODO BERMS DIVERSION, INTERCEPTOR, OR GERNEiP [aKES ® DIVERSION INTERCEPTOR, OR PERINI SWALES a.._ DIVERSION DICE AND SWALE CCYBrp^ONS PIPE SLOPE NRANS PAVED FLUMES �.., ROCI, BEDDAC AT CONSTRICTION EUR —_ RYBER MATING AT CG5TFAUCFON EAT _s CHANNEL 1NET5 SEDIMENT TRAPS _ SEDMEhT BASHS ..— STORY tN FT SEDWENT TRAP STONE OUTLET STRUCP,;eS CURRS ANC CARTERS STORY SEWERS V'ELCOTT CONTROL CEVTCES OTHER: �qnr! ?s 9...:enr c rtr?I IcgS_ MRRATIVE - SEAUENCE OF T. -CTION cSTORM WATER Ml VAGEMI AnVRIES. ra a cer ,,,nv a. w.;I bt 'aroe5. r !-o,a s r, e t ,.a.±ro ., fences; u,,,; _u..0 tner dav'cr. -rFO cod EPA r 9 ...�..?®.... 2 emr•I:nn 1nq_-a rstruct new p en„ --;wed ` r tntne pro�aef " T'foll a tional e,a o car trDl de eoseos depen0ent ,� r C Wnan of CI W a VV .lAElL4 d t}C sit i5 aPpr—of _w by !ne r of .per ns!u. o ver, cgN 4or5 are ..._® __ -cemD r n;ovc 1t +empprory_, .f tc�'Ilro ne contrpetor� ra a �u De yr hT !Pr t g C r y, it ea5 as -Cpossory, o t bL:s,� f' linO vat di,ipns. ®_„ S70M WATER NAIAGEMEHT Iny c �.t De emen!ed Dy a c ;tor to neap rP.ec,e ;eClr; r" re.,r ry rhp sfw. Yeasl.re, S be SNxt�Py ?laced i0 nrh;eve mh., ero_7P' ,:ya.L_Pf d Dee so,1..T_i.FFt,E+slur w77 be Plowed IV ;4L;f :D'MENT CONTROLS OTHER EROSION AND SEDIMENT CONTROLS: 4AaiENNYE: nrI_emsicn..aM SCdiTC,^.L.Contrali. FiU be f[tC ^,famed in_goaG d➢r�.ordL[_J(_ t. ha earfies.. dete.pai,sibda SuLw...la:v,..7nm .. ._..7 C_lvaor. dcys..-.er,-.be.:une a,nq eaased . q nd ha:.�rui.,ulk'cientry. ➢.t ?PS�r➢_ni9y,_I Jn heCry equpment....,TDe._ ofea9_ cd.oce11, to -1k,,➢ d, grn2dbIll—, _.uC.1^-Shall have_p arty (olbwtC, Dy C.._ce*, u5ed f sill wu Sc the di lurbcq NbPECnON: An Spell ,hat he .Alef M Dy..he L ,Fltcc ry lad neh o ca W roar,,c recFrde3 An an..qu r ..i=ajj—IjPe Slotec Ste) P epec6ba 1=01 hgf1.oe,"ta, pcc_sach..rwacUon__. ,.tna..iaspocten t _ Cunfros spat be re'escC.➢a_the�sPecGp . sport, WASTE MATERALSI. A:l —te moterral. shad ba cc; Pc.�..Md... fared ^ure!y ..irta,d.sC1Al ._. _..d .h.,.C__.Iae_lWIrIpSIPf sDal CCCt .a4. S:afP. Ind .� y.stA gSfP..r{C:fJfCI:1CnI._,_.._ .:CquiM:iy?�W7.:rash end- ... IF—i—. dl,tm.1!➢n-Ibc. sit, Shoff be. Oe➢mo iagj._in.. to. Cu.+t➢StP(_.. Thy dymp;for Shalt be Bmp(ieg.. J,s recessary or w, !QQiaxd._py lo,V- bU,id on 5f HAZARDOUS WASTE (INCLUDING SPlLL REPORTNG). Af a. , iFi--. anX-prolude h the..__. a.:aFL Jail.. to Da hacardaus.._a 'dz S..l .._clew -�}..._�... _� gS✓y 5ur/ap owes Og Pp is FSFhaIL,pL.duJ.,. cheat tol ddi.ivc..( .it _ aVCrrrZpficn, 000,..Aatzl00._.Lfing_COn-ppgnd5,.g.lL QQ.Q.[wv,CS,... the .,Vert .of q+'plj,., h h be ha, rdags, fie Cont—to, sholl ah Icd the _?ppp _,�ote agar•:y raF,____ s yPe Spils me0 frly.ja,3 pe t .,s �9Dq-775-2044 or —,hwl it. be no+6ed r, the eve.f of a -4. SANITARY WASTE: .ki sern:!Ar<..wce,'.e .wiltbe cefle::ed..:corn,.!he cdrtable..Mni15 by..o, S—Tod _. _..,_.^.Fniaty_waSfP .Tartu}°ment L-U.Ptar. ac.z>ersswry. Fr aA.,vgIad.by.locul_"Ud.!j— OFFSITE VEHICLE TRAO(AQ HAUL ROADS NC STAGING AREA DAMPENED FOR DUST CONTROL LOADED HWL TRUrXS TO BE COVERED WrrH TARPAULIN EXCESS DIRT ON PAVED SURFACES REMOVED ONLY STABILIZED CONSTRUCTION ENTRANCE OTHER: ,..,�- .......___.. REMARKS.. D ,I ar,a.. , cc p+os. and haul roods h I D w ar..b f d In _o„.,ma er fhq t ,.b !i• f a r, a _t th-f m y t rery .'ors. DisPaSal - eos s otl Spl 'd t atetl ro a Y_ r ds r f ll' be . n t .,ct on -7aQ rn1 Sea g d c7e morn a e g "a5 Sh 71 De consfr®Cted�Dy fhAQ[ I oC;Or _ a C finer to till+;C fnC / (p'al(pfp �_ NI waf4h y ,.natl be eaed g3 0 0 'c r f t pordry tKope, -16H;, fa orAlpt y dob a or th pro M dmnQ poeral s th t qt, not a pat of lh fn. ,Fd k The_Sn_£!i..be 5p �b+e ip �p!.0 a fie9. fh CSSPrY. otuhpC_"_ of I n coot 7s esscy to Pet .L:EQ.ond EPA raqui ements. CONFIRACTOR. SUBCONTRACTOR: IwNrl, ir/rl CMy�, Me um u r® ws�uwr oho Qg 94B67 u� 9831p w 4tLubbock Preston Smith International Airport LBS ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUE19= PRE810N BMIIN STORM WATER POLLUTION PREVENTION PLAN (SWPPP) G004 no s 2� L, I I I' ill EI I 1 • s y 4 .. ._ r. 1 -,w.w..r. - 7- YtRfW WD1EF 4,MD A ILW'-F�� •.•.... 1 ) .;, sxnw uu I I I • - - ... ..nYr.iWW.fiYYinY'w'Y'gi'IICYri'i)YiY G'.'Yu`Y"i'-LaiYY"ii.�i9tYiwiYfWlfl.Yi � 2 . aVN�.•WYi`ii- • `` )i ; 1 ; LEGEND GENERAL NOTES _ _._._. I I ........ E.ms ✓ x;+ __._.� ra raEcror ;[wtecY - .wctoc r, )D Cl [aw;�c. cratwa a.. a w[) n• aramaLars a ea +a9 q 'u6/GWVE. [W:S n01 DWkCGx 1FFCWEED) Wn ]. xQ COFIM, uR SNL: M51A: sk,l R)4C W .^.mLL'iD GT'S1HLi]:DLW 1 : � i . DVIRSgL iAr .FG+G DC .n'�.E ..^aBU.[0 G:YS�VUL�'A' (MFe,[E 45 D21af0 Tom-' -a- DMROx BLit -„.•.--- vNwC�;CP iAttOUR iG0 SO D t0D '. 4tLubbock Preston Smith international Airport LBB ENTRANCE ROAD REPAVING AND SKGIAGE PROJECT LUBBM Pneatow WIN OrrerouT10IM41. Aonart wesoac taws a. s - )fHm f/id/dDe EROSION CONTROL PLAN G005 CC,�'_21VIIIION BERM DETAIL jt Al FILTER _LABRIC SILT FENCE BARRIER SECTION A— A CC21­ SAND/GRAVEL �BAG DETAIL PROJECT SITE —MI h -7 -7 PROJECT LOCATION MAP D 3) Rt IN.r t_-T 1. @_!�IIIIENT LOG DETAIL 7 :1- q oloWg, V ,,I W, op GENERAL NOTES —Tr­.f 11 llww k­­aUfll ­,V� 2 1,1 —T 5 Ft74 FAW, Vdn NI 4M MD Rt TH SW RrMt W F T - il IWq Fr K L. E —S9V I .T 1W I AUE D.;N1.. a 3 'EfT cwKE 1�1 r� �­_D 9 _ — 11 oI -­,,,,k r 11 Ally 17_WLcl 0 11 N11 _1E DrNnI V"s Nl ViC1;rk. 10 W,1 WP 1M.6 �',,L ­7 % 7,1,','etr E, .4 c-w"Ci. A f.wL,Y ­Eo AE w— 1U 1. _:.R ♦m_ Df ­Rr Iw S I-L HyCKM SIT' -.1 N­ I—— = 1OG•CfG . -1— S,,' rL- NEEM "0 K 'I Ca — lSO % �TKM al YYnlnr. v11 II.t I Cr1, .11, IO =Al D— 14 LTC ............. U. a I., 11 U-1 Lubbock Preston Smith International Airport LBB ENTRANCE ROAD REPAYING AND SIGNAGE PROJECT LUMOCK PRESTON 8MnH WrERNATKNMAWOM LUE004M TEX48 EROSION CONTROL NOTES AND DETAILS J . a ,f... Ywi.ertTr,famaa ' °>r ran'a rv�ua.+ NOTE: ""�f' tilt/ .va.n i.+a am tr r»� uur NIID 10 B10 BK l�LQ.a nNC!L� W . + »rix+. w.x �,.tne.a f... i..�ru nrn r...Tts wr vur '.MIpdNTNNG6MCwYNS YIG GGI1S DLILTGN ShY1 i n.w »+.WrrY aruw.,rr Yrn ,rrtvr r �,.a BCw w �. �. ti»r. Ywpr+a�u4 .M rxi..r wwtw. it »..]HYrYr.rs.ra iM wfear raw �'4•,.r.N.Y,Y.. ...� ,.iYN....Y,.. PHAS N P N_UAIS_.._.--_..__,.�.-..-._�.__�__...._.. �41Y OnN11Cws RWY 1� StlL'1tE SKaxG K GUYi itlM TE /W101MG W45. ..,..._ D1 xsE1 I. CdIME Ni M6iN w1iN4 2: nLL'NHN dK. YONY ]a mlYi] AG 1[tL^.MY. LMSSi-7G 1. Y4 K:E::S t wG fvw Y.uG'i� nr 4I 'YN:S. 2. W»I4N /C:ISS iG Wi rpM ,AIGR AR R ]. WT.iNM /[4E IG NID :fAl RCNr4 CW RJEYM NLrp of N1 M5. "LlYT i. YNNIB4 -M M rE BIVOYIO 1r 4I 'wRS. 2 twr.4x ass M M KBw/ccxav DW 14 4l pw ]. wM4N KU53 rp ONE idc r-tr d3 Nq J raa9ao DMab4 dlu (ON! as dr6 t-a) N atl Or TB a. JYG SC9flC S BYldlr L1Y{ iG .J OYDmFIr dn. s. :lasae n wG r v fm su parwG to ,o :NLY001 do camua Sro:: CdPa. wTY S09,, p r .V; w x YAWGw DL.YSS Tp M tEw WC OY D, 54c Or D/py,BIG tM N' 41 IQS. t. »artNN .uz:rss re Twc sircNr sm arts a, 4I twYS. x lw lBR OCAw rYE IN ENn tt UIiYDW dK. 9 Gt05ud Y tYt4kB' :0 tE... RW1{4-',.IVE LW1 MOE [10E0 IG v1{tlMC dK. 0 DEVsgyY SWi BASE YKD4A .N:.' SfNLWQ Of iRFYJ11 N0.0 &�wRN YOGN S.TNdT 4!9 a'.00 41 NpNui. wmwa Nm n» ,G r znrt Nolo war BE caEe,= wmNN ,r¢ s�tnnea rmE. cr2 a tYe moYN 5«u: aE aYtDOYtn uxla na fnipem YtD]r1G Nnuv ra 54¢ tiYE xY n. Du. 1, TK R'luti CWKi W!BaLAL:W MRt lttxa6' 1IW N CONINJI. m-%— Y[enl< 1NG F[CWDCYCY'fS Of vc WLST 2x^.�. Or n, sm ON N uN D a CCNIfOI 7tn:E] Nf1UIQ r0 swL Kc[55 AEGINNt'YENR,: /5 1 DIn 0 rl U BtD m i80,E J. COYn,E*E Yl SI Mn ,LK INfl41AMBl M:itN to do Yww11W) dK 4L� iYE CN K'Y NiaY,i BEFW[ S1,Qd1G Al I PHASING S_ DU� PIIASL 1 P aJEL U-t tl}311pwE 51gQr tEtY DN8 L) —C Gw m-t (Eff 8=4 I, ] - 5) ]B-J Of 9=4 ] N 4) GB -]Mom t0 IENwYYL -0 m-Y (wM is or IGNG lunit ® dM 4T ows , w a) m-5 (FAS' )k Or Itr4 la VCAhPfD w- ww Ka) ]B-6 (811011r 1 w tIu1RNq 4 PNp N.1EA0 ] 40 {) m& (jrvrYlr NoiG EEr.-woo 2) DNNSE ] ]A (Swei Wsm YNiYB4. ETC) r0l11 YWYCT do iN ] an 15 do 5 do ,B do n do C5 v.15 io wK SO. 12:mN 10Y '♦a0w la do PH. S O SC_ HEDIACL NOTES t. YW4)J WINE rw EIOIW KRV SN4: OX.VB YOtw! mE KInSm 1Bc rd nc artJwl nws[ 3 9 do — S tmgm d tcoG Go tNteBL MYe ■ ew•� G4 9 exr yx] �'y. ; /,j,Ne• 4tLubbock Preston Smith international Airport LOB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBOCK PREMN S18rM CONSTRUCTION SCNEDULEI PHASING NOTES G007 r'yDEAD DO NOT ROAD END; c- k CLOSED A E C PI U fa CENERAL NOTES i wu ex _ i u I 4tLubbock Preston Smith interriational Airport LBB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT G008 7 GENERAL NOTES 47 jj C0SECTION 3 JUR . . . . . . . . . . . . . . . . . LONG TF101 & •IRPORT COVERED FAMNG: TEMML @L.X 1 0 7 JOOVEMD =Nr 4-MNMrAL c" JUR FFMIGNT 10' ■ ■ LEGEND c Jr 4tLubbock Preston Smith International Airport LOS ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBOCK PIIEStON SMITH ANI-Off LUBBOCK 70" w E, CONSTRUCTION PHASING PLAN PHASE I G009 LEGEND v..:. E _.... CR rY.l 6+FOt+V C�E TION—IYPICAI SIDEWALK 6RIDGE _ bC �, •.r _. vvv a� _ _ Y \ •,t '.� ae?: R•Ne. is - i _. tCTION— YFICAL PEDE_TRWN, CROSSING x C1 >k «,,, GENERAL NC S KEYED NOTES t G t � � "an ra s x r. x.'. w . ac sP.us v,uwr 10 —W. 1 f J sect s•x,ae a - tu.b a'; ..n nr,: rr[ arx rl �-a w+E '.,utt � •xv rn:x � ..., '4�-. trw q( :�� 4xCEJKK jjj Ai SECTION ��. m... w we a•, ,„ncw P � tOAGOct B PO P•PIIYG � �lOWtl10 f .��M .""CR.3AW,u(CtOSiD ... DO NOT 7] ROW 6 asu BaIGwNG 0su ,00 eor o>ms Eoa PBsrsrPnw aeoa'wux j i rntsss,wnuc aeoa'wux �, BLOCK CENTER A B_ H N L 4tLubbock Preston Smith international Airport LBB ENTRANCE ROAD REPAVING AND SIGNAOE PROJECT LUBBOCK PREBTON SMOBr CONSTRUCTION PHASING PLAN PHASE 1 G009A EW (f1 1 I T I y •}"0.16XT �, WA1M I'31x[0 RML R BT�:[vW+" � I ie• i f LANE 1 trf9T 1XE ' LANE C106EDf" \ LANE V,. 16 A76N1 IN ♦ , AXEAD�W00.K •.,. .+' J f P _ ROADh'� WORN. fr lOAD RDW ' �. ANEAb� 7 iE (\ 4 a Z �1e1i ONLY'OLY:O ONLY 1 P ADAD hLY, ., i— rtf 3 KEYED NOTES 7 RKRT\� � UNE '� I w.ne x anf SRA M / ''\ �NI6XT1 UNE `.'CLOSED 1 •. ....._ :P4x111u`iM1 AtNq C.M$'Nv.:.xW lMx[� - - rQrli,llll.'.lii.Yf-- ' 'YICEU ci 8P• Sitilt .t � 1...._ Cd5'Q'St,dl 1«E. t4N51, iW vMiC j Bt sEcnoN `` ppAp t ` IRDADs�,. / WORK pRpK '11ANEAD11 °y 1 m,s GENERAL NOTES KRe 'i :xi U1C^ i}:Ox 4% t< IeTC: iq M'ME9 '+fwGE aO l»Gv^w<+ T WxA'rT+{DV�'� K ?✓[CKM W wx'.E t 3 ':il1.W oC�xlx: tf,Y. 5 u('.'[S:+R+ n, :•6;M xC ^.t'kF.4" unx t{X Ca — sow!" .. :xnc r, ire .r.•ett wa. ,-( OVK0. ! RRx W "A ; ro s ftx t11c"A/A/ wxru. t /. W Tu uwlw as ,t• etx ,� x.mr, �.atxa. � .cuixin to M mu:[ trxiax u< nwww.c � rtty - xem; s-+mot we nas..x .,m .rnemn,: arr orv�,n'`.ro BEAD wrtx rK.11er cas,n,x�c.' t, ear6t+eLmx Dxars , w: iw.mnr �.o..w MY JI[IC MR Lt[S iX.Cu 6 lvlr(O rrr.n .arss-.-... • . � N.`.i '.,.ice. a.. .� l . ♦ ~ ... .. ♦ i ......._... ....._—... .... N � < 4 _ t.m ti. ` f LEGEND _ '77 td5+atC'W im5 i16C �M11. Fa •OAv Ia l{aa v'oa ubJ rewor 4tLubbock Preston Smith international Airport L 13B ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBOCK GiESTON SAinl RnERP"T1ONAL AIRS -OW LUNeOCIL 719" •1 1 UvW W, " to/No 'A Yt `" itPfKer 3{R'4Y II, ^.MK OIq. :1YIR .YC+[tt M. P_T%C-Gi CONSTRUCTION PHASING PLAN PHASE 2A G010 KA-7 crnEllaPWX D1 � SECTION SECTION . 7 GENERAL NOTES � araYi, :Z;. tX1.1 5411 .16 14•'('Rxxr —X 'WRI ;an -41C4MX: �C J. CPASSM" cao . B 7111� 4 EM LEGEND E +rtM AtLubbock Prestor. Smith International Airport LBS ENTRANCE ROAD REPAVING AND SIGINAGE PROJECT LUMM= PRESTON SUM WERNAMNAL AIRPORT CONSTRUCTION PHASING PLAN PHASE 2A G01 1 .......... ....... .. END -1 LEFT LANE i ROAD WORK MUST TURN LEFT ,Ft llFl ROAD LANE L ,.KE WORK CLOSED , CLOSED 'AHEAD v ROAD I WORK XAMEAD ih'i[s KEYED NOTES LANE CLOSED 116NT LAME SED on L AT w AT err @_�SIITION ENo LID D ONE ROAD WORK ``AHEAD/ GENERAL NOTES Tl K !� I V w1l IT— Ncl- :A iIr SC �11' X `lfv�c E='hYL HE NAM AM, IN A�,lrl it t[TIRI TO j!H Kum In w--M—'ff'AL CAR FIFTM I LEGEND SCALE I' !,Ar 4 4tLubbock Preston Smith inTernational Airport LBO ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUEN)CM PFWZFON SMrrH 6. AL —IT -1-17 CONSTRUCTION PHASING PUN PHASE 2B G01 2 KEYED NOTES nlxitu L—t777 4- Oct r ELI 4 K 10�4 I I LE VIM 1. I 6 � Inc" w - KLILES W —W %"0f Stw>w L" S.r W,A a�, -:ZkjLIEN PARKIN. GENERAL NOTES W56+E6T:EPTRjLllCB,,✓ L-j -M� �.,O 'IV w I lc� WEI Wit 7�- 14 TOR . ....... ..... �l �TION (Al LEGEND r;rT —A (E ON A3 SEA I 4tLubbock Preston Smith 4nterriational Airport L138 ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBOCK PFEISM BOOM KrEFWATIOW ANWOM LUBBOCK TEM CONSTRUCTION PHASING PLAN PHASE 2B G01 3 ROAD LCLOSED TAXI/ UMO ROAD� '"Mol REAl CLOSEDI D E T 0 U R GENERAL NOTES —Z,W Wn 91¢w11 K—W 2 .1 HOLDING AREA &�A IITANO AND BAILOUT LANE CONSTRUCTION 4 t ro-z-SECTQN VIE, i T �M, SHORT TH PARKING It (A jPHASE 21 CONSTRUCTION ADJACENT TO SHORT TERM ENTRY GENERAL NOTES EAST .".T. V X TWM 4tLubbock Preston Smith international Airport LBB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBRIM PFIMTOM SMITH I CONSTRUCTION PHASING PLAN PHASE2B G01 4 AIR FREIGHT AIR FREIGHT PEDESTRIAN CROSSWALK CLOSED CROSSWALK CLOSE NEXT RIGHT CROSSWALK AHEAD j-, AHEAD CROSS HERE CROSS HERE ---------- I n. DO NOT ROAD 00 NOT ROAD /"THRU BLOCK WORK WORK TRAFFIC i: MERGE CENTER BLOCK AHEAD AHEAD RIGHT 2 LANES R A N P ­4 FT LONG TERM & COVERED PARKING AIRPORT TERMINAL No PARKING LOADING & UNLOADING ONLY 0 END �l , DETOUR L NO PARKING LOADING 1 17- UNLOADING ONLY Ae DETOUR IDETOUR DETOUR LOADING A PkPASSENGER7" UNLOA DINGDEAD , iJ 4tLubbock Preston Smith International Airport LBS ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBOCK PFWM 6MrrN V.— nz TEMPORARY SIGNME SCHEDULE (SHEET 1 OF 2) G011 5 T PEDESTRIAN PEDESTRIAN PEDESTRIAN' ", LUMIT CROSSWALK CROSSWALK 4 1 w CROSS ALK STOP LEFT LANE 4' MUST 1" JRIGHT LANE ! MUST t �d I i/"/DO NOT ENTER ONLY TURN LEFT' TURN RIGHT�� 10NLY ONLY ONLY 0 ROAD RENTAL CAR END SHORT TERM �i PARKING -7 i 4- RENTAL CAR RETURN :CLOSED RETURN ROAD WORK' USE NEXT lijdE LEFT LANE T NCE I SHORT TERM ,SHORT TERM.!*� DETOUR ll� TAXI LIMO PARKING PARKING TAXI LIMO HOLDING AREA; TEMPORARY Z NO OUTLET am ,ALubbock Preston Smith International Airport LOS ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT Lusecac PFUNM SMUN KrENiATIOt"AWOM LUMMM TBM TEMPORARY SIGNAGE SCHEDULE (SHEET 2 OF 2) G01 6 it __.__ WsaOtiieew trot SEE SHEET CiD5/C109 `n • i 9a18> e, I pf Lubbock Preston Smith 4tInternationalAirport i \ : LLiB ENTRANCE ROAD REPAVING AND SIGN GE PROJECT V _ _._-. LLIeBOCK PRlBTON BMIRI INTMINATIONMAI1P01R _ T Lt1�TEM DCM SEE SHEET C702/C106-- SEE SHEET CID2/C106 ✓,. SEE SHEET C101/107-� -SEE SHEET C704/C106 J 1/Vme aC �olCf m a SHEETINDEC- DEA WLRION AND �_ TT PAYNG PLANS a SCALE. I" - 70^C1O'. f. X h UMrrIN LUTRU 9I. JR u LLtVARb fy 7— IRRIGATION NOTES KEYED NOTES _w LEGEND S—L BE MAO.M r. — 1r c aYCO _.'_ E.—rNS I " nS CT4a _. ' _' — " P.W w SEIL RE� FOR 9(P~� ­ C. I , �K .' —T 1�— — —Z el 0.0 �. �, M�_. — Sivks elm, w C=rlclm C %= N �� — W. 91a wM Elxe Uaac 10 P .L$ 1D WN ms— 4 Wr wA CIS LIRE. mrA. ELECYRIc. ..11 01 aL~. r—ES .4- V w of"� clAs cw1rc I.- SWTQr ' - K. LW t.XRG� 1�rITIM. MW v ErrQ_. w K" we. Tw m 410 MOM W_ 15 w_ MQCMAWK %10N�Y ­ETCP U. ro D;I. I c� _-03 ��­11.. v $ ­ 1-1ER MSII.G CURB C,�Ka"vMw . Msw p,�—�1' WTIC. cc Crlwr GENERAL NOTES wc W %W W -,. —L Me-e— N w 0 na lo* _ M SCALE � I' W. ik 94967 tr 4tLubbock Preston Smith International Airport LOS ENTRANCE ROAD REPAVING AND SIGNMIE PROJECT Luea= Pirsmm awTH DEMOLITION PLAN (SHEET I OF 4) Cl 02 .____...._ _. — �.E�"'`'_°•-'—r ems..•..-� `1 v Al .SECTION a iaA'I 4l_, 7 AC:u S !RTA,35 5r. +Sw CS &s. «C A:VKY rDv z nlC !Aucran. . .WM.w 4SP+.rc s NKtlRe3 w « S". a34.V s araE we $usu rtAlrs[ 4ixrsTw.�[r. IRRIGATION NOTES !. tk taMw:rw swa a[ AesP�ss[ rw w, ,,,uet w M[RA'ui"bN' bl 5lMYA CNISLt B! !b ExCN.'NtgR$ 4W/al1 FC11. 7 Ca.TRc.^09 . aSPCKWiE A09 A[PIp Nr, a. GuuG[.S io [xrt No n�mN R.x,w. PUNw. tcaw[M ua $ICCM CWSIa 2r oii" u s 6PCIUY;VS V .1 CM1 $MC: AEPJtE W 4 Ii.W : II W!CX nViUii i w .: 4+PN'M� R ENP CCA 1 i.N:w4.4 :X di NNrT a 1 &iu.A. —C$ Paw m AD— V6.fs as . WPx sw: K <e T6 ti+ S+9Ar 9rtJCmIVai swuw$ tl TXL [x6RK o.a .uc soul uc swutet TG wroxwK m W[ct trrsfR . +. cc [.x�w awa: 4CC✓.[':uRE :r�u-:;M :a�[n 6 x6-gC '(1 >P?TDC wEW t0 !knC.(P,Jaf n 4i 9AGG «qt.:. -� CCNS2oCT!}! OPE14aCN$ iMKstcusut$IQ 9tyJ 4^NA_ aWN 4AWA: ,aR xICA W[sa AN c[ -Hc sxsia. ,S KEYED NOTES LEGEND �x1XV OS� !. s& war w^ w^[A ru R[wa w Ru.'>'i` na. v t>ustwc .sn«cr MESS :!K9R5[ >rtK I. vii f.5 C a i0l Aa . NJ 5[OASPI.r = f P1MI¢M SlClm1 3 K:uG — wR T A, M WW"J Frc M.TR ,n1..S5 CaNI-1 WA :5 o.: ".* a Wo ---_...._-,..... -.-. ....mom.. C[.WCKTC. a EME 01 4rrl"AL, NEA act "'t. s, aa«x W nR.t m raP a PA;axEs _ _ _ FENCE. RN�c +9U WhvP[ Tp BC P[I«4a 9Y GITEN. .. �:vfa 4 T CvCP .1�.0 . _'t w •Ki 9Aly GTu.:: IVbiu •c 9EwuX f:v'+) _ JNCCuriWk.NC ECL['iRtE. : t«pCRWW.HO iCCCiMkC. w!-w iacu• P«*x9wr m ra9u $;R..;Xr tote R ILIAC, [ziS•iNc cu90 n!,a 417TCR GENERAL NOTES =__=______-__ X-=SX C:w6 4Na CUTTER I SCt W11 CC: P;FI COP KJa _ -- - N — Sf: 'J 55 "1 5va:i I - 56' tLubbock Preston Smith nternational Airport LBB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBDOCK PRESTON BNm9 i I 4 L! i I;e,'sori as«s uxR •rr—...,.._- 3ise 51K :G0100. KOiCI+n g;L-n DEMOLITION PLAN (SHEET 2 OF 4) Cl 03 L NAMN LINE a NEXT SHEET "4 U x 71 3 ;> IRRIGATION NOTE X M~W S. BE � S&t IOR rtn E­iE VI .`ii IGR . .—t W 11, M twwmb "M IFlat 2 IL OxuLtS C) el ALTERNATE SCHEDULE UIVES Ww_ 3 t­tEl K 7 4l Tp M W ITRlgYarCt 5+• 4 " Dl— MwM � w ASCT TO ~k E;` "Mv tl C�w "k_t � W�W'n &I�C=TION �Dm I� — .. 13 " CII&WE . J�. � MMMO ,` '�� vv. W-M IIE­. XIAG­. W "K Mn. KEYED NOTES LEGEND EVX W x:.S..LT E GENRAL NOTES I ut S Cm - __ N- 30 0 90 IM !M $CIE . I' - :'G' 4tLubbock Preston Smith Intemilwnal Airport LBO ENTRANCE ROAD REPAVING AND SMAW PROJECT LUBBOCK PRESTON SWUTM BRiBMTKNAL AiRPORF LU§OOCPII TD" It 5- v� Ro T W."o L DEMOLITION PLAN (SHEET 3 OF 4) C104 IN Ji c. '0 t. LES ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LVBSOCK PR9370N SMITH iNTEk7%'ATl0kA- AA-ORT 'Ussom -,&As DEMOLrWN PLAN (SHEET 4 OF 4) clos . . .... .... GENERAL NC ES I I ',ITN �W �-CO ;VV w Mllli— 1 E;— ALTERNATE SCHEDULE IRRGATjQN NOTES I r-4 we. LEGEND w $a W. LBB ENTRANCE ROAD REPAVING AND SiGNAGE PRWECT .UUOCK 7RLSTON 6MMd INTERNATIONAL AMPOW RuGI ENTRANCE ROAD PAVING LAYOUT PLAN (SHEET 2 OF 4) Cl 07 —MAMM LINE E SE WDT SHW MATCH LM 0 MM 94V f It it it it it "A , lo IV 7� -71 it it it it if it it t -7, 1 1,177' r p "M J, 4 7— jl f jws or k-taeir I tM IRRIGATION NOTES GENERAL MUTES 'LEGEND -� �mnaN. . S,. at Cr�-- --A urt r Dry w To T. _oM, v aot" - oc- MM To '*A /Co�i ulz' -MA W�WO — '� I,;� .., 11 .1 .Y s To w W,,% 7*41, 1� iw Oo�. �T- Ho-—. :W�c� s Iry — 'caws p — tr .-to s I -Wlo�'— ao—to t.o ' J W oA�t ��—U S-- ", Tlf M.: 1� 91. OF, 1,4M' TO D ,Nk W �Vtwx A" Moo�s. mcaN M ��Mwt 11 W OTIM' - pro". 'K4 F-A I" LES ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBMK PRESTON SW'M INTERNATW)NAL AIRPORT ENTRANCE ROAD PAVING LAYOUT PLAN (SHEET 3 OF 4) C108 . ... ... ... .77 to. _—Z A . .07En JNE E MocojS 1110 YAI^.H LINE ARMS SHU-1 AGATiON NOTES GENERAL NOTES LEG:NG CM .Au L —o's �nl 0, �V. 14., Ar- 'A Z, WCNM —a T, 11 11 40"A P�1�1011 Slli­, LBB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBOCK PFIXSTC;N SMffH MWINA11ONA1 AIRPORT LJOSOCK. 7EWS ........ . . :7� e. CONCRETE j011V INC DETAIL LEC-E-ND GENERA NOTES T 4T 0 .,A A4 IA.I. -11 A M V ONTNG DFAIL v NA, tn� LBB ENTRANCE ROAD REPAVING AND SiGNAGE PROJECT —lisocK PRESTON Wrri NTEA.WIONAL AIRPORT . ........ ..... CONCRETE PAVEMENT rONCRUF D-Al JOINTING PLAN C109A L WRiN WYK, GENERAL NOTES BI 3, V\ —.1 V 7. IN- P.mhkc­ . . ...... . .. .. ..... ; 0�im ; wo -tLubbock Preston Smith international Airport LBB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBOM PFMFTON SMffH StGNAGE PLAN Clio ---------- — -- — ei V a" -TE b t YOIN x1mii, Im K—lAAG Preston Smith 4tLubbock International Airport LBB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT w n !s -1 L LUGO= PFlEffM 5MffK NTEFIMTOWLANVINT WEBOM TEXW Al GENERAL NOTES 4 1� u �M "r DJ T I. �3 1. w4. Y TtYTK. Q�6��,IT -TuiJti 3v Fn`,El,Y! 'A- W.� iMTML w.,e twe vie MARKING PLAN (SHEET 1 OF 4) �---H LA�E USE ARROW RN LAI'll USE ARROW TURN 1, THROUGH LANE —USE ARROW 'RAFF,7C LANE Lltl 1-111CIT 'm At f�y _ __ @.: PA2 I" u 4 j rd I MUM GORE MARKING DETAIL GENERAL NOTES NyF "o tvw 7-5 if,� — ., w — ., W�. E"C'7W -c—T 41 :—,K, ,x.'. q'-, t" b 0 1W 4tLubbock Preston Smith International A,rport L138 ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBOCK PR WTON OWN WrBV"TKNdAL AW4KhW LUBBOCK. TOM 11 MAWJNQ PLAN (SHEET 2 OF 4) Cl 12 Maim w� GENERAL NOTES 0", :$i XALE t' . to' P� 4tLubbock Preston Smith International Aarport LBB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT UA300CX WESTON SWTH 0frEFRATIONU AWWORT LUBBOM TEM IL j- MARVJNG PLAN (SHEET 3 OF 4) Cl 13 GENERAL NOTES -,J / 1 SLAB DETAIL INSERT DETA IL TAIL KE'fED NOTES 4— CONSTRUCTION NOTES: cy - Z EXPANSION JOINT Al CONCRETE Pi "x � 0 , 5V* 4tLubbock Preston Smith iriterrikonal Airport LBB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUGBOCK PFEBTON 5MrrH WTEW"T*Nk AIRMW Lmwm Tom own 1111101"` own - ------ W-M own wim own "01111111— own ri HC HC j �u T', f ALTERNATE 5 SMPE KEYED NOTES GENERAL NOTES -E: MCDI' ZATiON OF DAECTiCIAAL SIGN TYPE '6A' SIGN AA) --777-- Z ThlW Tidft Ii NW� (605 P Cl/ I -21PECTION�11- SIGN 7'PE 7 (Wl' A01 -tL.ubbcck Pm -Mon Smith International Airport L13B ENTRANCE ROAD REPAVING AND SIGNA13E PROJECT ALTERNATE 5 C504 -.2 L' (D SIGN TYPES KEYED DIES: Text Text Text I 1 t Text As Schad i As Selk.d As Schad As Sclled @_EI!,ll'lONAl- SIGN TYPE ABCDEFG H IJ KLM NOPORSTUVWXYZ a bcdefg h i j kl m nopq rstuvwxyzO l 23456789 PROJECT TYPE FACES ­n6 .7 (D Pia w ARROW SYMBOLS AND ORIENTATIONS s-.o DIRECTIONAL SIGN TYPE I SIGNAGE, DETAILS of �.l DETAILS '�4GI 11 DIRECTIONAL SIGN TYPE '7' SICNAGE REHABILITATION SCHEDULE Mt —t "M .—I 11.15WW-- . W4 lm aaXr -MW —1 % Ir ve K,— CMtD[ .Z 7­ 41en­l K I.MW .1-0 GENERAL NOTES E.. w. SCHED FOR PAINT, ACRYUC SIGNS, ACCENTS, & REFLECTIVE MATERIALS 9-E GWMC .1; W. 5—, T. -CN '..wY.t-, "I t-l- , DIRECTIONAL, INFORMATIONAL, _�L '1'� A4 CURBSIDE REGULAIORY SIGN T DE '14 AND RATE SIGN ACCESSIBLE PARKING SCN TYPE PBSIDE CANOPY SIGN TYPE A02 4 11 HHUNUNUCISH 30: V "UHNIZINUN: P001 4tLubbock Preston Smith International Airport LB13 ENTRANCE ROAD REPAYING AND SIGNAGE PROJECT LU88= WESTON 9MM IfflUMMOWL A9PW LUBBOCK, TEM A SIGN DETAILS C503 A - -------- - A WIM ACCESSIBLE HANDICAP RAMP I —, z TYPE H— ��NGITI�DIIIALIOIT�IAITIOI 10�INT @_a Ll I — EXPANSION JOINT - - -------- - L TYPE D— TYPE G— �!ILII C�ONS71UITION �JIIINT CBj)� Rl 41LEI CONTRACTION 101NI CB4 S.- 3F v �&"7 A TYPE J— TYPE F— &Al L_LONKPI,'jllON JOINT AZ tNSVIIIH CONSTRUCTION JOINT DC P,0,71ON 1011r, A4 SAWED 1',UN 'PI) ACN JOINT 4tLubbock Preston Smith International Airport L13B ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT UM30CK PRWON smrrm MISCELLANEOUS DETAILS C502 PE F,—,,'j v,.T,4q, 4-',F,4AV'Ek4E T HCTiON D 4 ")F NlyV "LECC,FAIVFki%! & N,"e T,,G,D 0Avrk/,,,N'. NFW AN,,, D)—,}R, A8U7;NC -LK X7H URE �(. G 92 &,3 I EXtSTING ANP �017pl, ABUT71,t4G NE4 rAVEVNl 4t trlltm;tpol� L88 ENTRANCE ROAD REPAVING AND &GNAGE PROJECT LILWw7 V PqS-.ON SAOTH INTZ)*ATICNAL AJAPOM LUBBOCK. MUS MISCELLANEOUS DETAILS C501 L a x ¢ o y ul gms a;R RRRRi 3 '£S3Rl�16 XIB ii' I F, 7 +gllR��R+�A� RR -t $o St ( 4 R H it t � L S w R % °' m 2 •4 .� K w W I f i- F any -1 AS i��5iXR5?YR�4� lv,9s���aa►s c �� h� ii t!i { �I ., v 4tLubbock Prestcr Smith intemational Airport LBB ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LLMOOCK PRESTON ShUM SIGNAGE PLAN SCHEDULE C203 ZARKI'Wr PARKING A: R K I . ... . .......... 0 MA'\41 AM).' iN, 0 S, o M- I, I qNLY, 4 I AIIA A K .%I FJI�T .11 -ij� f 411 US I' -fill Am�A:k ♦offsr as Wl Iim: SSN-BC n.- :;'u7:-t In w:g UGNVid _,Sam Me 4 4tLubbock Preston Smith tntemational Airport LBB ENTRANCE ROAD REPAVING AND I. ENTRANCE R= SMAGE PH= WO (SHEET 2 OF 2) C202 Lubbock Preston Smft Iniernauorial Airport LBO ENTRANCE ROAD REPAVING AND SKINAGE PROJECT LUSE= PForm OWN WORMM" AMPORT UMSQCF TEX46 ENTRANCE ROAD SKMAGE PHOTO LOG (SHEET I OF 2) C201 -t L Preston S,rr� h fltlrlavora; li,por-. LBS ENTRANCE ROAD REPAVING AND SIGNAGE PROJECT LUBBOCK NEMON SMrrH l?cTjZNATIoZL AMM LUBBOCK,TDL46