Loading...
HomeMy WebLinkAboutResolution - 2016-R0447 - Award ITB - West Texas Paving - Ground Transportation Improvements - 12_15_2016 (3)Resolution No. 2016-RO447 Item No. 6.17 December 15, 2016 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT City of Lubbock Bid No. ITB 17-13116-SS is awarded to West Texas Paving, Inc., of Lubbock, Texas, for Ground Transportation Improvements, and further THAT the Mayor of the City of Lubbock is authorized and directed to execute, for and on behalf of the City of Lubbock a contract for said activities with West Texas Paving, Inc., consistent with the terms of the bid submittal attached hereto and incorporated herein, and related documents. Passed by the City Council on December l ATTEST: eb `cca Garza, City Secre ary APPROVED AS TO CONTENT: Kelly Campbell, Director of Aviation TO DANIEL M. POP , MAYOR First Assistant City Attorney RES.Bid Award -West Texas Paving, Inc. 12.2.16 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-143978 Date Filed: 12/07/2016 Date Acknowledged: 12/13/2016 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. West Texas Paving, Inc, Lubbock, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 17-13116-SS Heavy Civil Construction 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-143978 West Texas Paving, Inc. Lubbock, TX United States Date Filed: 12/07/2016 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify description of the services, goods, or other property to be provided under the contract. the contract, and provide a 17-13116-SS Heavy Civil Construction 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. ojy'P4e,� PATRICK SNUUK '. i xas Notery Public, State of 'r Comm. Expires 06.06-2020 �i,,Notary ID 130689842 ff Sign tre of authorized agen f contracting bus4ness entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said PAA2S NA L ,� Ap.L A&A Phi this the � ��� day of I' (r C 20to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us ve[swn Vl.V.GI BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: 12/15/2016 CITY OF LUBBOCK SPECIFICATIONS FOR Ground Transportation Improvements RFP 17-13116-SS CONTRACT 13116 PROJECT NUMBER: 92430.8304.20000 Plans & Specifications may be obtained from BidSync.com j�oqy7 Lubbity ock TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE Pate Intentionally Left Blank ADDENDUM Patle Intentionally Left Blank ocbb k ADDENDUM 1 Engineer's Addendum No. 1 ITB 17-13116-SS Ground Transportation Improvements DATE ISSUED: November 22, 2016 CLOSE DATE: December 1, 2016 at 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Bid Submittal Form. Engineer's Addendum No. 1 1. Please see Engineer's Addendum No. 1, attached. All requests for additional information or clarification must be submitted in writing and directed to: Sara Summers, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to SSummerspmylubbock.us Questions are preferred to be posted on BidSync: www,bidsync.com THANK YOU, CITY OF LUBBOCK Sara Summers Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language_ requirements, etc.. or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. PARKHILL SMITH & COOPER 7M TO All Planholders ADDENDUM 4222 85th Street i.-.. Lubbock, Texas 79423 806 473.2200 FROM: Parkhill, Smith & Cooper PROJECT NAME LBB Ground Transportation ImprovementszT�.� __ - City of Lubbock ITS No. 17-13116-SS PROJECT NO.: 01.2722.16 DATE: November 22, 2016 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Project Manual and Drawings. This Addendum forms a part of, and shall be attached to the Project Manual, and modifies the original Project Manual dated October 2016 as noted below: This Addendum consists of 2 pages, 22 pages of Pre -Bid meeting minutes and the attached drawings: E-101 and E-503. I. CHANGES TO PRIOR ADDENDA: A. NO PRIOR ADDENDA IL CHANGES TO ADVERTISEMENT A. NO CHANGES TO ADVERTISEMENT 111. CHANGES TO DIVISION 0 — BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT: A. NO CHANGES TO THE BIDDING REQUIREMENTS AND CONDITION OF THE CONTRACT IV. CHANGES TO BID FORM: A. NO CHANGES TO THE BID FORM V. CHANGES TO SPECIAL PROVISIONS: A. NO CHANGES TO SPECIAL PROVISIONS VI. CHANGES TO TECHNICAL SPECIFICATIONS A. Specification Section 16768 —'Fiber Optic Communication" shall be included in its entirety. ❑DatallProlects120161272Z.16103 PRCMNi102 ADDNMddendurn 001%ddendum 001.docm p Abilene Amarillo Austin El Paso Las Cruces Lubbock Midland team-psc.cam l_J Addendum No. 1 Page 2 November 22, 2016 VII. CHANGES TO DRAWINGS: A. See revised Sheet E-101 showing conduit and fiber going into the building and Sheet E-503 showing pullbox details with model numbers. Vill. QUESTIONS AND ANSWERS 1. See Pre -Bid Meeting Minutes. END OF ADDENDUM NO. 1 a. t MARK D. HABERER j o �r.A�n � ~94867` 11122116 Respectfully submitted, PARKHILL, H & CO PER, INC. r By: Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: SECTION 16768 - FIBER OPTIC COMMUNICATIONS PART1-GENERAL MENELI-AIM& Airl A. B. Section Includes: 1. Fiber optic cable. 2. Inner duct. 3. Fiber optic distribution center. 4. Fiber optic splicing, Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 16111 — Conduit: 3. Section 16195 —Electrical Identification. 1.2 SUMMARY _-cN & coop"_ 11/23/16 A. Installation of new fiber optic cable where specified on drawings and as specified herein. B. Testing all fiber optic cables. A report for each test performed shall be provided with data indicating the condition of all fiber optic cables. 1.3 SUBMITTALS FOR REVIEW A. Submittals: Provide eight copies of submittals. B. Product Data: Provide for each cable type, inner duct, and fiber distribution center. 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 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years' documented experience. B. Installer: Company specializing in installing the products specified in this section with a minimum two years' documented experience. C. Products: Listed and classified by Underwriters Laboratories, Inc. testing firm, and suitable for the purpose specified and indicated. PART 2 - PRODUCTS 2.1 GENERAL A. Equipment shall be rated for continuous operation under conditions of 40 to +122 degrees F and 10 - 95 percent relative humidity, noncondensing. B. All equipment shall be certified by the manufacturer to have a minimum life of 30 years. 01272216 FIBER OPTIC COMMUNICATIONS 16768 - 1 11116 ADDENDUM NO. 1 2.2 FIBER OPTIC CABLE A. Manufacturers: 1. Prysmian. 2. Belden 3. Substitutions: If approved by Engineer. B. Description: Type OM-1. C. Exterior Insulation: UV -resistant, ]lame -retardant, and moisture -resistant. D. Multimode Fibers: 62.5mm core diameter/125mm cladding diameter, Class la Graded Index, maximum 3 dB/km attenuation. E. Each fiber shall be protected by a protective tube. F. Cables shall have a jacketed strength member. G. Cables shall be of dielectric construction, requiring no grounding or bonding. H. Cables shall withstand an installation tensile load of 135 to 608 pounds. I. Cables shall withstand an impact of I.7 pounds per inch minimum and have a crush resistance of 317 pounds per square inch minimum. 2.3 FIBER CONNECTORS A. Mini GBIC connectors. B. Termination Standards: Terminal ends of all fibers cable strands shall be field -connected. Connectors shall be mounted on bulkheads and installed in enclosures called Fiber Integration Centers (FIC). It is IST's practice to terminate both ends of all fibers within a fiber cable with ST, epoxy, and polish style connectors. Termination of older cables may be several types including mechanical or fusion spliced pigtails. The choice of termination method must be cleared with IST prior to termination. PART 3 - EXECUTION 3.I EXAMINATION A. Verify Existing Conditions before Starting Work. ! B. Verify installation of conduits and vaults. C. Verify cable and fiber protective covering are free from holes, splits, blisters, and other imperfections. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing inner duct. 3.3 INSTALLATION A. Install fiber optic cable in accordance with NECA 301 - Standard Installation and Testing of Fiber Optics. B. Use suitable wire pulling lubricant for all fiber optic cables. C. Refer to manufacturer instructions for maximum cable pulling tension and minimum bend radius. Unless the manufacturer recommendation is more stringent, maximum tension shall be 2,689 newtons (600 pounds), and minimum bend radius 20 times the cable diameter. D. The strength member of the cable shall bear the majority of pulling force. Refer to manufacturer instructions for attaching to pulling line. 01272216 FIBER OPTIC COMMUNICATIONS 16768 - 2 11/16 ADDENDUM NO. I 4 L_1 t.? E. Cable pulling shall be done by hand, except when tension -controlled or breakaway swivels are employed. F. Provide a minimum 25 feet of neatly coiled cable at each pull box, manhole, or other pulling point. The minimum bend radius shall not be violated. G. If spare cable must be unreeled, configure in large figure eights on a safe, flat surface such as a clear area on the ground. H. Pull cables with mule tape at a maximum speed of 9 feet per second. 1. Contractor shall consult with Owner and Engineer on the proper numbering system to use in labeling and identifying fibers. J. No splices will be permitted except at termination points as specified on plans, or if the length of cable installed is longer than the longest standard length available from the manufacturer. K. All fiber splices shall be fusion type. L. Splices shall be made in areas where temperature, humidity, and cleanliness can be controlled. M. No splice shall have a one-way loss of more than .15 dB when tested from end to end at 1,310 nm and 1,550 nm. N. A flooding compound shall be applied into the interior of the fiber tubes, into the interstitial spaces between the tubes, to the core covering, and between the core covering and jacket, unless the cable is designed for use without flooding compound. 0. Contractor shall provide schedule of changeover 60 days in advance for approval. P. Contractor is responsible for cleaning area and disposing of all stray fibers each day upon completion of work. Q. At each end of the cable, sufficient slack (15 — 30 feet) shall be left to facilitate reasonable future relocation of the FIC. Slack shall be mounted on walls or upper ladder racks according to IST's direction. 3.4 FIELD QUALITY CONTROL AND TESTING A. Before Installation: Test each individual fiber in a cable with an OTDR for length and transmission anomalies while on the reel. B. After Installation and termination: 1. All single- and multi -mode fiber strands shall be tested end -to -end for bidirectional attenuation, 850 nm/1300 nm for multi -mode and 1310 nm/1550 nm for single -mode fibers. Tests should be conducted in compliance with EIA/TIA-526-14 or OFSTP 14, Method B, according to manufacturer instructions for the test set utilized. 2. Tests must ensure the measured link loss for each strand does not exceed the "worst case" allowable loss defined as the sum of the connector loss (based on the number of mated connector pairs at the EIA/TIA-568 B maximum allowable loss of 0.75 dB per mated pair) and the optical loss. 3. After the cable is in place, test in the following manner. a. After termination, test each fiber with an ODTR for length, transmission anomalies, and end -to -end attenuation. Record and supply results to CNS in the form of hard -copy printouts or photographs of screen traces. b. After termination and bulkhead mounting, test each terminated fiber for end -to -end loss with a power meter/light source. As noted, results are to be recorded and supplied to CNS. C. The maximum allowable attenuation for any splice or termination is 0.3 dB. C. Contractor shall review all end faces of field -terminated connectors with a fiber inspection scope following the final polish. Connector end faces with hackles, scratches, cracks, 01272216 FIBER OPTIC COMMUNICATIONS 16768 - 3 11/16 ADDENDUM NO. 1 chips, and/or surface pitting, shall be rejected and repolished or replaced if repolishing will not remove the end face surface defects. The recommended minimum viewing tI magnifications for connector ends are I OOX for multimode fiber and 20OX for single mode fiber. END OF SECTION r 01272216 FIBER OPTIC COMMUNICATIONS 16768 - 4 11/16 ADDENDUM NO. 1 GENERAL NOTES CONSTRUCTWN C0NS10ERATIONS ♦ reNN m®IgMSV 00.nRUGTCa N;.fN[MR..OURf16{Hn0fO9.TIWyA+.iL ff (O[IttRIM R[eRpA.a{+i Rat ut! a addr[q lAtt�.� b diaBmegRYyw1A�M9d10�c4 aLL m.fMr nvsn�enwRssarylnr[w1p Ww.vi dlso�iRr pauffRioaartmM.MatrswmeaesTof4a mtOp.lttr. r9DrAivYVJ;iaimmwram aw+etuP.ct eaAawaf snrwnaanasr W1Rf ID61 f4 WIWSS Ie([.0 M 9�•Ib� U.�94.1rmSaYV3O WA.6em e®. a (a.INL[r1#WIO.Yd9o®I.m eLL Ja'IDR Hlmtaw A3b90 rrMR�¢sop.2R'NrM naA.•MG4 9.af'ra0 v®81t6 4M 1w11 MY6Z.M¢KYJA O..@0.R�TO MAF9i4N #OIOAtfo/f9aftrdcT. m[gpgy.It4 f4trRD A.tl pYfw.gOlfi OOA G RttrR.dr9®9fltNo'JwftAW.Svi WNroa90attyva(pmwyetlg[.®mtif f...¢r,S 66rir r{we9t9ieeflK9 et9RR.>.i+MWKA.+O4eirWARwrIW1�W+�Wr9MQMwM 6arme[t ®f�iG.flMaeDW MaRMlLCdA PvlAArb aTLAL1ImY.M+449mf1[9MML49Ym Of 0.in(10R+T.*pn Vaasa em Rn WraYAAdao;.000Mt 1f RiC9M YW91boalrp &CYARn @; w.dY4 C01aaOS.16./SIlaAOwfer6W LNA.6W wOwYy M.lt9tlfa+re.IQ ¢mNrt®eWa W+gPUOa Ot]catfDOl NHS rop@I.R1r M Rl0.0UpMrt1M mAL ro PYp.dnM M BVfW.iWMeCrDa MaN.R1M9[sewrdi l0Rr�69Rq 9MR"U uO YatelLL mnlma-Ra. at seYw.+mv m+u r maw. srr+am Aaa++aev ue a+r.aa s9ttamtto.n.¢.ma� Rmtauarass iret� am 9[at(r W wnaus uxsa rOiBRMrNq vert3AtAR61 pF41@i mOIID6+m.IMhedptDV3M9:Y4a L w�Ott�GWea NlrllWtilpaOmRapia;.•rS.T[W9tarteep O..AH�nfR�#6M 1t@f[SDfObfalmpiWrdm dJ9rbAn.4 MM Ovm. 999191a{ gRITkCOmf4 4 Nrr'IA p9tFW[Np(pmbhGflagOamNWf®ew�•RSi YR WkW}M R®oOttrp61M.a3MRrr6p4f+tr.rR a ,mR»aRtry•MM+O{1.RCII fsffiRb anto(v CTCf!@t[1M;t Wlg1 T1Q4YrTY6! dI@(p meK otC9mM[t6RAi/+1 [Tm4 RYA.Ar. {t.RRN Q'Wf9aK.Tm^JA@Rmb/G1A9 aCWtOreQV9YW1PRrYO�e4T WrNMRMr4YgR1Mfl1+l9 wr[f lrWRtD m vase amv.a rgra 9enn[n u;vadxl+loaf wvean.re tt�ra�o,[R1Ppaly®Ar,{rt a[(,rSfaiAtgymfi®.i9ID[dtf 9A� n�9nm.m erist9twnus9tm Aea n Renw.ra• am. mtaav�a Doses rya n .9riPoxpolrQTM.aLY OYuawarwa..vatm.aauoemem.ovRfl{[mfeneLllK'A WIC. CL9fRCYMR+RNtarmwa Aveaaa;t wnwrxn..fnuvmo.nsaaoA 4 ELgM.CrMN4� 4CRI@ta�gL[ffiA[{I. aft caBfIQdAWIIvr6 ANCI.A taNH.mWLtWS, 11e91 (STm( rmi 9aey rA �f�tit� *a Wm4'tn�TiAWW�Nl4�nl0�W;Mw UNIY tRRawRrA.mA W10N i4riW Mf1 MM.fle4WRa[ t[AtWAWRW h01.NfY•®9pA 6.9[1liOV.R.CId;fFnl a;btaplC$...IDg1U.n4fW M.e1l RRfRMtOYge$QSVA. n �R.ersN R.va aswawebRwa Reea.nermRn.eaem..�a roamrautrewer tmaa aarmm iHI� WIRIm.Oflp,pfmnb.A.;.as ov �I9Sr9N�rt♦[ •W9-•--� tmlfldRCGSf "afN �•"• gEf4RR .�4,a.... W}iAi9AAlfOphanMKARp •1tp1�••-. RY9.f9f lrB _ •-- smart�m®n C ,... {NYtt Ot•�ih mua.f rmRsmW �` � �falWgdurt.f.ecPNa �,• /mRtfNOn.o I ' - ...... f.rt6aurt a+Mi•fiYwaarOf+f amvat.afaaa Am+'�Wt a1 6MbN41tPAfpy '- cr•®WBY MTei.AW+Oa®su[iW 40(wrWfO-6Y3M Wf8}� .. y. P+r NSmRsaiMt waaPb�A - r46YGt yi4amp; �t- Pi9(.avaagretf®4r R114R[Wff-0 ... �.. MYw(OMaMlmdai{aARTRf.Sf�P W WI "� r^�99pvrfAatA � . -. ., m61Wm91dN.RL WT .T Pb^W. l�..l[oo40®RRI�w 4P®®M Il[NRIHI CRfRpla[M i(I�wW mar®+MMLnc waP A l ItpctlA+1ffi B.CiG Tadf�lT:6D[t ' r[[1f[p�+MR wJa(ronmlc4u Wr..n w+.in.w.nrwau[. vRaw w•� ., ...` - ,,, ,•._.- � .'.• •.•^-..'. rvnnaprw owal.NrIDtfmme�nTai afawa. emeM♦bRw9®f�vitrt oCDei . .. ` 1 9a:AfagGm(NW.iW6+M.. vemre..a.ewwm.vwwotaaam.vruna ,.. " `:91 „, ,,a anrmJ row W Pmawta[tmmr mt[w m cawmo.ele.aa. A�frtmnnuA.fw lW6�u9a®rOM.EbnoOer$xif m9ntpgga.fnwatlm'afnayca.W N'pTtuT4NT 4lvfIN-s - .__ .:� �-_�_..:.. . ... ..:.. ,.- r?[pf[{9tM4Rtvfln Wltattr [aARomMRLOQRV[C. fe.r .. .. 4rRM4gt9rtTIR9@rrimr4tw ' .NTmH[{f�9fLtltgeBN tR9rlWawa MlS.e KlL1Rf&[6T{.wEr. N4T ��e KO1�LwA ltWlaf ali •'.,, tar,mmwrtrara• eueRma! m 4 mRum�mwxRwR r,ammaas `c . . �1\ � - .. NM%C<1![Wr9#AlfdW iffii%&t; •- ._ •Ir 9rautT Kwanurs.ar4r �'. pa.[9e.fd$Milrt rp M[t Wf1rWJ \. .Y[st1SMN.Mdrmatmf.iai n[ ^�, f.r•merYRmRdA9tJegAtY�aIOW �^•'XG�+.�-.W i CiX4T If IM W i a n Tn:9[(mK.wnfoasrnmo+as �' .•nwsswloerYmn•9 Wr. ur w»n.war prw �n.r RmtrR'nru. 3 rmmniamlr-ra maamwaon rowan wtTas+�riar ( n • 1' WW81 m40N/t GaW M teems+ W CY (bY�l Pt 8#i W i9n f.rdaR tmPaO TOY e9WN.bGtMffi atfpM 1,1n6 WT.sn t N'm+aArraHmewbl4: 'y a31 �...�.. .�.�w..�..-vim..-r i ": ' AJRrfIR.atA NLN1W1MWTgII mw .L n+eat[affw �' �.� .vnnARw9+an,.m�wr fy iiamJ tmwwueasaxx� sm as cas�sa>�o o.at .r tmsJaasipJ m.A3fflflw.r. a.r4oatga. Ws,R r.rmotm h4rLY4A TJURMrtYS tMLV rsr amrwr SII�{t at rs9;RL6Taw awm.�rrn wrap La9DMMTN . 41r'tO�fIw�MF.eti�mrm NOOP�Jffi� fb.9MvrWr9t . f' W1tRffinMu WnmsuugrocmOR®Nr.TKm WT19 Irwwtxaafr RrtM 1nffiHaWn9.A WYvftatAwten ti as qd , 0 A -t Lubbock Erosion Smith Intemalioml Airport Los GROUND ELECTRICAL IMPROVEMENT ... Rtt.a•+.+.9u wwr..e ifrw ELECTRICAL SITE PLAN E-101 E09.3 simiso -M •Yr•. gwMVw �� Q 1N3VaAOUdM TWWAOM ONnomo m uomro om"-Mul 41." U=Wd %OQV1 na•arvam.swHww.tarbai.nusws•x•ow.♦>.nw�wm . Mh'Ol'ia/q 1.L[QI.a Qp♦Y]Inw w�owce YLLL•..•w.n1.M.ow♦mrin,a. t0ayom w.wa+rm you. �+.raRnr •sue n upamurr. vw��...w.o.w,n+vwm,wts.rrw.aum�n. i te.�••Awaimu.rwora>•an.e•aawom•,.rar.•a »•wumarrruwr c YO4•tAomtYt•osw10LY•ML Ww..aEYdtIVn T110F w.W Y19Ycn 1q D••Yw ■IIw YOka,•wm•O•. !r>qw ftt?t`AWV)�e xlwiy�wTYLM � tuw.oiniMragY+aa•ow•oio�rtn��'/io+O�.we to s�{+��u•w s�{�r�1,o♦wol�+H t +.w.Yw.nwf+�.n.o.w�os►.�Mlanmwnwaoaff.rm�nwt unmou•c,au�o. w, , �.Rt ^• q V �Yj41ii1 xa tHuwwKr, w, tnac.quru.p www .�Y.wutsaacl•R.•r ttM egwwoew x V�.t•�•�L!>r,Ot•YMRt�[�,O/OOd�14YM.•f •J41YIwM/.1Mw W.YY t 9A♦GI]I•/,•111r1MIZt. wY�nlRTww •O.O.O., Y wa+vra+wog+tr.r�aoY*�,s..urmaowa•n..nruwar.♦ss•w�.a �i yam» w:•n�tr a VIlMM 7�.,IRwG�Ow 1•M•�mJt•IMRI•IV 14t9C•AI V +e.wwwamna gwM•a YalwwnAfYo4)Tf,QM1RD•w„Z11p•w�ll,l• YO1.9�K»mutl•P.M.iLLiO�00.0/O�OYO.IRd1wDM!Iw4{Y'O�]�lafWnO M1Ml�Y•�m•i0ww11�•aR�•1 stu 1M Y01]A+M is •on�w twlM t ww71•tAFVIM,PgWwbwsraw.arw n*•e zrauxVxwiu AUHlw..owv 'I '+WwYG�n aulNWUOnF�sY Gt►#WMII+♦•fOCIEnIA twlw a.OafPu�)gY0Y1u•+W 1 _ Y• Y MO[f33S mtonpr ; otuww Yu iiii • Tf•J ra. o�or..t .•Jx "" C PARKH1LLStAffH&CCKPER s 42412 85t', Street, i.. nbo, s, TX 794 f 3 PROJECT 2722.16 LBB Ground Transportation Improvements 2722.16 ORGANIZER April Pier LOCATION LBB Terminal Boardroom INV17EE 5 Entire Project Team a;o 11/17/2016 10:00 AM - 11:00 AM SUE)E0 Pre -Bid Meeting HHE TINGG COVINter IS Minutes are a summary of what was discussed at meeting. Some items may not be in the order they were discussed. Please send all questions and comments to PSC prior to question deadline. MEETING MINUTES ACT UAL STAP T Inc ; E 11/17/2016 10:00 AM MINUTES I. Sign in - by City of Lubbock Purchasing (see attached) 11. Intro by City of Lubbock Purchasing - Sara Summers (presentation attached) A. Sara is the primary point of contact. B. Communicate by her email, 5$ummer rnal ci lbbock tA.us or BidSync. C. Important Dates: 1. Question and Answer Deadline: November 28, 2016 at 5:00 PM 2. Proposal Deadline: December 1, 2016 at 2:00 PM 3. Proposed City Council Meeting: December 15, 2016 D. Please pay attention to insurance requirements as they have changed. III. Introduction of Project Team A. PSC Design Firm B. City of Lubbock Streets Department to handle RPR and QA testing. Ill. Discussion of Project Scope by PSC A. LBB Ground Transportation Improvements B. Specifications 1. Unit Price Bid with exception of some bid items that are lump sum. 2. FAA Boilerplate is similar to the front end city specifications. Page 1 of 4 r.__ f Contractor Meeting HFFr«aG DATE: 11117/2016 3, 50-06 Construction Layout and Staking a. We have given the contractor control. Contractor to perform all construction staking. Make sure to factor cost into your bid items. b. The City and Public Works Department will handle overseeing the project. PSC will not have an RPR on site, 4. 60-05 Engineer's Field Office a. Not required. 5.90-10 Construction Warranty (b) a. This warranty shall continue for a period of one year from the date of construction substantial completion. 6. Section 100 Contractor Quality Control Program a. Not required for this project. 7. Section 110 Method of Estimating Percentage of Material within Specification Limits (PWL) a. PWL is not applicable to this project. 8. SP-16 Public Convenience and Safety and SP-17 Final Cleaning Up a. Work area is accessible to the general public. Safety is a concern. Contractor to keep a clean site. 9. Section 01025 Measurement and Payment a. Mobilization - PSC highlighted how mobilization will be paid. b. PSC emphasized Contractor review all measurement and payment items prior to bidding. 10.Section 01330 Submittal Procedures a. Submittals will be submitted to the Deputy Director of Aviation Steve Nicholson. 11. Section 01356 Storm Water Pollution Prevention Plan a. Dependent on the footprint of disturbance. Coordinate with the city. 12. Section 01400 Quality Requirements a. Owner's QA Testing by the City 13. Earth Work a. The city will remove trees and irrigation lines in advance of the project. Contractor to strip the grass as part of the clearing and grubbing bid item. b. Standard proctor for density requirements. c. City Spec materials on pavement section. C. Overview of Plans 1. Project location showing survey control. 2. For SWPPP, sandbag in the gutters and rock entrance and exit to help with tracking. 3. Tree protection for existing trees to remain. 4. C-101 Demolition. Curb and gutter demolition on north and south side for drive lane. There is a small section for sidewalk curb demolition. 5. C-102 Plan. Highlighted two ADA ramps and interconnecting sidewalk. Page 2 of 4 Contractor Meeting F, MEEJIN�G DATE 1111712016 6. Grading plan shows dimensional and coordinate control. Grading plan can be provided electronically to the successful bidder if necessary. 7. For concrete pavement, smooth dowel bars across the joints. Each panel will be individually reinforced. No deformed bars through joints. 8. Typical pavement section can be found on C-501. Concrete will be on subgrade to allow subgrade to be at one constant elevation level. 9. Alternate 1 Emulsion is Included in the specification. 1D.Aiternates 2-3. Alternate 2 will include pay -in equipment, conduit for future lights and cameras, power to those pieces of equipment and associated concrete pads. Contractor to coordinate with Republic Parking. Some boring will happen on Alternate 2 to route power to equipment under existing pavement. Alternate 3 Is for cameras. V. Questions and Answers A. QUESTION: Where can the plans and specs be found? RESPONSE: They can be found on BidSync. Coordinate with Cit of Lubbock Purchasing Department. B. QUESTION: Is badging necessary for Alternate 3 for Fiber Optic Cable? RESPONSE: The airport can provide an escort for this work. Badging will not be necessary for work inside the AOA. ! C. QUESTION: Will this be in a secure area? RESPONSE: This construction site is on the } non -secure side. Construction equipment and materials can be stored on site. D, QUESTION: Do we need a job trailer to store materials. RESPONSE: It will be the I' -° Contractor's decision whether or not to use a job/storage trailer on site. Ample space will be evade available for parking a trailer adjacent to the site. E. QUESTION: Does the new fiber conduit go to the building? RESPONSE: Yes, the fiber optic cable will need to go to the taxi stand. Please see re -issued sheet E-101< , F. QUESTION: Do the new pieces of equipment need fiber? RESPONSE: No, the new pieces i of equipment will be wireless and set up by Republic Parking. G. QUESTION: Will conduit need to take place before paving? RESPONSE: Yes, unless the contractor wants to bore under the new pavement section. H. QUESTION: Will there be a delay in the emulsified asphalt sealer? RESPONSE: No, it can be done immediately once appropriate pavement temperatures have been met J according to the specifications. I. QUESTION: Who will the RFI's go to? RESPONSE: They will go to the City of Lubbock Purchasing Department. i 3. QUESTION: When will the new addendum be on BidSync? RESPONSE: Tuesday, November 22, 2016. K. QUESTION: When does the 60 days start? RESPONSE: The 60 days will start after the NTP. j L. QUESTION: Can you make sure there is a quick turnaround on submittals? RESPONSE: The city will try to answer submittals in a timely manner. Page 3 of 4 Meeting,contractor MEETING DATE: 11/17/2016 Page 4 of 4 40- CitV of Lubbo'ek Pre -Bid Conference Ground Transportation Improvements ITB 17-1311 6-SS November 17, 2016 at 10:00 a.m. Introductions & Contacts ► Sara Summers, Senior Buyer ► Department members ► CONTACT INFORMATION ► Purchasing &Contract Management ►Phone:806-775-3150 ► Fax: 806-775-2164 ► Email: SSurnmers@my[ubbock.us ► Post questions at www.bidsync.com Pre -Bid Conference ► Please sign in. All persons attending the meeting will be asked to identify themselves and the respective company they represent. ► Buyer will go over the proposal packet and requirements and answer questions pertaining to proposal process. ► Department members will familiarize proposers with the requirements of the project and answer questions on project specs and scope. Notice To Proposers ► Q&A deadline: November 28, 2016 at 5:00 p.m. r Proposal Deadline: December 1, 2016 at 2:00 p.m. Proposed City Council Meeting: December 1 5th Time & Order for Completion ► The construction time is explained in Item 13 of the General Instructions to Offerors: The construction covered by the contract documents shall be substantially completed within 60 CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. - 1 - Time & Order for Completion ► The construction covered by the contract shall be as follows: Notice To Proposers r BIDS ARE DUE: December 1, 2016 at 2:00 p.m. CST. > Sealed and addressed to: Marta Alvarez, Director of Purchasing & Contract Management 162 5 13th Street Room 204 Lubbock, TX 79401 ► Label sealed envelope/container with ITB number and title. Please include one original of signed proposal ► Faxed or late proposals will not be accepted. Preno%,1 r • at t o to r t► ► The proposer shall submit a response on forms furnished by the city. Alterations to the Bid Submittal Form will not be accepted ► All blank spaces in the form shall be correctly filled in and shall be written in ink or typewritten. In the event of -a discrepancy between the unit price and the extended price, the unit price takes precedence ► Bids shall be good and may not be withdrawn :for a period of 60calendar days. ► Please remember to sign the forms and enclosed in a sealed envelope with vendors named and ITB number listed on outside of envelope. Preparation for Bid Cont.... Each offeror shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements prior to submitting a response to ensure that the proposal meets the intent of this ITB. r Offeror must submit one original copy of the sealed bid. Bids must be submitted on the Bid Submittal Form and the proposer must sign and date in the space provided. Proposer must enter proposed prices in the spaces provided. �— ----^ r---- 7 "—^ 7-7 Checklist ► Before submitting your proposal, please ensure you have completed and include the documents in the order they are listed on the Checklist. Please include the checklist in your submittal. City of Lubbadk, T.l' fro 17-13116-SS Ground Traospariatioa Improvements Contractor Checklist Mote submmmg year bid, please ea me )vv bare compleW and included die tollwaft docruna is is the ado tl ate listed, The contractor is only to submit (1) one original aabound dopy of every item listed. t Caefdly read and understand the pleas and specifications and properly complete the BID SUBMI TT. FORTE. Bid submilW form MUST be rwmplekd m blue at black ink or by typewriter. Sipwares m be or&al, is blue or black ink, and by NW. The Witter hinds hitrtelf as acceptance of his bid execute a contract and any required hands, aeeordhK to the accompgyinq forms, for per larmi and eaupktiar Ike said work within Ike time stated and for the prices sated below. In raise o discrepancy between the trait Price and the Extended Total for a Bid ecm, the Unit Price will W,W,"IKI de corporate seal rind SeCMt%q's signature, ldenritfyaddenda ieaiWA (ifaay). Include firr FEDERAL TAX lD ttmmber or Owna's SOCIAL SECURITY number, 2 Include BID BOND or CASHIER'S OR CERTIFIED CHECK: as your bid surety Failtue to provid bid surety Ip[LL rearm in automatic rejection of )oar bid. .1 Complete and sips the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT Coriftwer'ssignatmetnrutbeongmal. a. Clealy milk the bid m miber title, due date and tirae and your company name and oddness on the ova of the envelope or comtamer 5 _ Ensure your bid is RECEIVED by the City of Lubbock Pwcbasing and Commcl hla"cinem Oil prior to the deadhnr. Late bids will not be accepted. b• _ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All"YES" responses must be explam in dmd and sabvtined with Bid. 7 Co mpkie aid tags the SUSPENSION AND DEBARMENT CERTIFICATION. laslade jkt FEDEML T.L1 ID s aaber or Owner's SOCIAL SEt UR1TT aambet. 8. _ Camplac coed submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9, Complete and submit the LIST OF SUB -CONTRACTORS DMINNENTS REQUIRED WITHIN SEVEN BUSINESS DAV.5 AFTER CLOSING., 10, _ _ Compkte and submit the FINAL LIST OF SUB -CONTRACTORS. If. _ Please ocknowledca and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Govermmienm Code 2252,9I2 using the Texas Ethic, Commission wehsite. FAILURE TO PROVIDE A VOFTHEABOVE&IAYRESULTINYOURBIDBEINGDEEMEDNO RESPONSIVE AND, THEREFORE. NOT FURTHER EVALUATED. PLEASE INCLUDE TU COMPLETED PAGERS THE FIRST PACE OF YOUR BID SUBMITTAL. (Type or brat Carapany Name) Addenda & modifications If any changes, additions, or clarifications of the REP are made by ADDENDA information will be made available at www.BidSync.com or contact the buyer. Addenda issued by Purchasing Department will become part of the proposal packet having the same binding effect as provisions of the original ITB. No verbal explanations or interpretations will be binding. Questions, inquiries and clarifications must be submitted in writing to the buyer no later than November 28, 2016 at 5:00 .m. Insurance Requirements '.Please share the insurance PROOF OF COVERAGE SHALL BEFURNISIIEDTO711ECITYOFLUBBOCK INTHE FORM OFA requirements with your insurance CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME 711E CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A agent or broker. PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CM OF LUBBOCK- IT SHALL BE THE CONTRACTOR'S RESPONSIBILI T1' TO PROV IDE TO TIIIE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION ►The City of Lubbock shall be COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF TIIE ENDORSEMENTS ARE REQUIRED named as additional insured on Auto/General Liability on a primary and non-contributory basis, to include products of completed operations endorsement, with a Waiver of Subrogation in favor of the City of Lubbock on all coverages. ►It shall be the contractor's responsibility to provide to the owner all proof of coverage insurance documents, including worker's compensation coverage, for each subcontractor. A. Commercial General Liability Insurancc (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensivv General Liability lmmnce with limits of S I.000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Products of Complete Operation Endorsements B. Oencr's and Contractor's Protectiiv Liability Insurance. - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance ( Waiver of Subtogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance %wth limits of not less than: Bodily Injury/Property Damage, S 1 Combined Single Limit, per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk: Insurancennstallation Floater Insurance - NOT REQUIRED. E. rCo ies of Endorsements F. reguired. Professional Liability Insurance - S I,000,000 General Aggregate Workers 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 SI.000,0@0 Questions on Specifications We will try to answer your questions as well as we can at this time. } Any response or question that requires a change from the ITB documents can only be documented by Addendum. Verbal responses made at this conference have no meaning unless they are documented by the Addendum that will be issued after this meeting. r r�• City of Lubbock T[I.f Pre-Bid/Proposal Conference Sign In Sheet Project No. ITO 17-13116-SS Meeting Date & Time: 11/17/16 @10:00 AM Title: Ground Transportation Improvements Place/Room: Lubbock Preston Smith international Airport, 3" Floor CFRM, Lubbock, TX 79403 PLEASE PRINT , paw 'iK.' {'3 iAi 4, { 30_z'+t'{ ' JRi 4� a."..' ?.�s:u'..- y?�-4y,ah$ q q .�` { fi ,f`Ti i T : i ,, w..",, F ar��.aMs...,�sG3y;,.,�Frf{``�-..:?s_.�a?a�t-i.L.. .amea•>�..SE.. s+=:t}+''k;itz1E.�.ss,. xhY�. ` ,.r.sait..,l Huyer Sacs Summers Mailing Address Po Box 2000 Lubbock, TX 79457 Email ssummem@mylubbock.us Phone Number 806-W775-3I50 Fox Number 806-775-2164 H y Company Name tC� 11b C.r' ,e r C +�- G— - Representative dam' k e- /1 Q Mailing Address ,� ( �' _ d Email ff Ph u bercIser ; 067 v c � P n _ Company Name 4AI t Representative �* iAI-I - Mailing Address Email .�..��..- -- - Phone Number Fax Number x .g m r _, m - ,.. r 3iVfta � il Vimi ti i',f _..+a acs,�, SYwxY try TM.Ai�x.-rork(t. 345_ 9.e Company Name J_ b 8 Representative t5 at Mailing Address Email / S ► r� via- Ll � 5 Phone Number Fax Number �r S iPurch=kBIQFORMYYm-Bid do PmPmpowt Sign to Sh=uU015• Sipe In Sheat Sam.Doe I 1 city of h® Pre-Bid/Proposal Conference Sign In Sheet cases Project No. ITO 17-13116-SS Meeting Date & Time: 11/17116 @10:00 AM Title: Ground Transportation Improvements P1ace/Roomi Lubbock Preston Smith lolernational Airport, 2'o) Floor CFRM, Lubbock, TX 7903 PLEASE PRINT b �'.,i�.'z}d }�� �;`.-."-��s+�s:a.. <.,.. `�a %`s«..+*x��n ����,L. �sx'sk. A..«� k+, .kn. .R'� ���. +.fi ay¢k :.�w k.u, � „��ti<`�';a �3�. -ii�» 1kL_ >!•.d..t,.�.,�:,.u, 1 �'...a Buyer Seta Summers Mailing Address Po Box 2000 Lubbock, TX 79457 Entail ssummers@mylubbock.us d Phone Number 806-775-3150 Fax Number 806-775-2164 {rS Y"F`�rM'� - i r.�' �>r3s zs � t�{ f,{ `%{ ^ "^�¢=., _ ,ju �Ft II 5 Y,. } A ��.Y# ~ ez�k.'�r Company Name Q Rcprescntatlye pp ftllnniC � � � Mailing Address U 0 S MGk D /1 I 44d—' l TX -M Oef Email )) Q° /. ZdthA AYils GO Phone Number Fax Number 104--7qg-6odo - .,.�3 4e t =:° ,aY{ a. u•,r="f..r' < - F y. may_ s' t _- . �'Ytx ¢ x"c �( ,�e7£` k,,• Y -. y.1g.' #'"—u'e s ii�-x� "'•53 rn x � � � � +�A ".a�� " `� . � � off`-. t s x�a [w -5 � 55,11-IM �,{ t x A <$ n. $ 5F "x ..,..s..4�v�,.'%c SIR,.Ssn. Company Name Representative Mailing Address Email - G*04 Phone Number Fax Number eta 'e :.i 9";S _ rs3 fit" s y T`hF:�' '`s,w r - ,�x _i a .� .'s a i z F # _ .¢ i Y lz Company Name Frot,o PaV)Y%!molt_ Representative y�p Mailing Address (o ia4- Ae (ttrc of a whl fix Email S�9q �i a S Ptt • W �`f" Pho»c Number 9;7 6 �3 os Fax Number SVhffchase1 DF0RMSWm-9id & Prc•Pmp" Sign 1a Shwsl2til5-- Sign in Shm Sae Doc n n p a 1� City of Lubbock nxA: pre-Bid/Proposal Conference Sign In Sheet Project No. IT817-13116-SS Meeting Date 8c Time: 11/17/16 @10:00 AM nm' Title: Ground Transportation improvements Plac"l m: Lubbock Preston Smith International f Airport, Z.d Floor CFRM, Lubbock, TX 79403 PLEASE PRINT .p C k{q 19 i � '.. �V"k �i'7 °:k � ✓Q,k � � X''' �VAY' '�4 €*� �§�`fi6'�Y O�� Buyer Sara Siii mess Mailing Address Po Box 2000 Lubbock, TX 79457 Email ssummers@mylubbock.us Phone Number 806-775-3150 Fax Number 806-775-2164 Company Name Jq 3�t� ! , t/t Representative t3, ! }� Mailing Address Email , !� v Phone Number Fax Number f3�- - a- j, .._ % Out . _C5_'= �� . t T'`,rv�V' kaQj Company Name Representative ) +v J( Mailing Address Email Phone Number Fax Number ±``^"'_ �%h'` &,� '''-�.. 1` 3+_.: F,�, '� h a g `✓`*.,Y-5f1" }f " d(`i "' y tg = "'`;S%3 '� " � 3 Company Name Representative Mailing Address Email Phone Number Fax Number Ls %P=hw191DFORMSV to -Did & PtrPropml Sign In Strau1201S- Sign to SMcd Sw&Dw S 1Pasf=XBlDFORMYJltc•Bid & PrrPtoposal Sign In Sh"N2015- Sign In Shmt SUMDoc City of Lubbock T111S pre-Bid/Proposal Conference Sign In Sheet Project No. ITO 17-13116-SS Meeting Date & Time: 11/17/16 @10:00 AM Title: Ground Transportation Improvements Place/Room; Lubbock Preston Smith International Airport, 204 Floor CFRM, Lubbock, TX 79403 PLEASE PRINT X y9d� rh p-9 -.."F {�Z " t X^ '�`�*' f(JLI'f7b�.. L: z G Yv v .�y"y 9''#g :'��ci , 4,h;E �� t zeJ i _.• f £ 1 :tyti i f Fl t.i i fl_. !✓ ° t �C:{ f t{{+ 3r} E d 9 £ "4 a' F .1 ! f 5 t v:, Ina-p'- ,na -. k F . =.-- �.-w,.::a�a's Zv1.... < #-.- k;.uo-cf.=��£.. f.ti,. crFs..c.i3».fxcr+i+8,..:;�si:i...5,-.�s-.-i;�H4 :'...r.:•.:.. u_-:Sad r i..-.<w.t vc7��,: Buyer Sara Summers Mailing Address Po Box 2000 Lubbock, TX 79457 Email ssummers@mylubbock.us Phone Number 806-775-3150 Fax Number 806-775-2I64 u ''s_ {`[ �.'lY"gv .y->.i°7 ✓y 4 �y+%YSp. ,.] 4 �. .}#y'h Sf 14iyt` NO � .3£ : & ^F'd 4jq:`'' yssip� �.p ..$ A.5�'s> .'�.< % 4✓+rLir. ,a4A9.*..1 i�� .x.>iY ,at,Jw4} v .t tL%-:i u:si�S R {''Y@eb... ..2 t v f _..�. 1 S} V i 1s-._ # 4 g 5'S a} "�" Company Name Rar p-I'mt=- Representativc � Mailing Address 142.2.1 SEK L. 4111,2 3 _ nTan S3CRW3:eTFRAk4rJ9T1FAA—PSC. Phone Number Fax Number C}fc - -4t 'i v"` - s � i?✓, s n �+ 'f wvy • d 5(y(. 3 '{ J--: ' a. ��il 2 4j & tg i YS'K '. [ ✓a C. t Q Y' ti.. d' .y'.s ems" .i'�, F F '21• '1 t5' I Cai _ �f•� iT-5 Sad j2 _ Tom• . -.n. 'i takie5' w -W ,.; G. ��-�i'RAN ,?.iw*s�d..��f,: :..%!..>u.� a#. clo, k.A.i..,ri'fi v�F.Sr1i,2ti„�.1 Wu.hbsse!b.:,,�iro Company Name P Representative MA RK HASEPIEK Mailing Address _ 422 2 g S-4'N +. "'t1 _ Email � EP-!FAA- PSC. Gom . Phone Number Fax Number �# { "�"y.' F..�a'13" i x yt �,. "i� `€`�"�`i v '�`S ,�'Yh #��43}v..��°'`�y+F Aid F [�[ b j 7k� ,?+ f F F# 2 g .4 ✓ i^ �JS 4 S� 5 E 3 i5 Y- is C.`84 yi: 'Si F4 - '^ Company Name Representative Mailing Address Email Phone Number Fax Number S 1PurehocODFORMWn-Bid &. Pre-Ptapmal Sign in Sheets I S- Sign in Sheet Sara.Doe �`a Page Intentionally Left Blank City of Lubbock, TX ITB 17-13116-SS Ground Transportation Improvements Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original unbound copy of every item listed. I. 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. 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. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken"Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. 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. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. ✓ Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY n umber. 8. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. l Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. / Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REOUIRED BEFORE CONTRACT IS FINALIZED: 11. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. 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. 1 t c-C. i� t, c (Type or Print CompAny Name) INDEX ri Pate Intentionally Left Blank c INDEX r 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION } 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 r 10. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 11. GENERAL CONDITIONS OF THE AGREEMENT 12. DAVIS BACON WAGE DETERMINATIONS 13. SPECIAL CONDITIONS (IF APPLICABLE) 14. SPECIFICATIONS 2 Page Intentionally Left Blank Attention of each bidder is particularly called to the schedule of general prevailing rate of per , diem wages included in the contract documents on file in the office of the Purchasing and Contract Management 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 Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Marta ACvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT I 4 NOTICE TO BIDDERS ITB 17-13116-SS Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 p.m. on December 1, 2016, 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: Ground Transportation Improvements After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 p.m. on December 1, 2016, and the City of Lubbock City Council will consider the bids on December 15, 2016 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. The estimated budget for the construction phase of this project is $200,000. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on November 17, 2016, at 10:00 a.m., Lubbock Preston Smith International Airport, 5401 North Martin Luther King Blvd, 2°d Floor CFRM, Lubbock, Texas 79403. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and 1 downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. E? GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to famish Ground Transportation Improvements per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m., on December 1, 2016 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 17-13116-SS, Ground Transportation Improvements" and the bid opening date and time. Bidders must also include their company name and address on the outside of ` the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 -- Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management 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 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 10:00 a.m., on November 17, 2016, at., Lubbock Preston Smith International Airport, 5401 North Martin Luther King Blvd, 2°d Floor CFRM, Lubbock, Texas 79403. 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 www.bidsync.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 Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package -- having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had �..� before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication ' facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office 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 five (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. d 1'. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES t_ 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. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, V conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQtMEMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) 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 THREE (3) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Sara Summers, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13t' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: tkflores@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 60 , 4 Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 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 TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to } demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this G Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the i 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. g" 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to five 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. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 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. - 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. s 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 ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 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 ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. 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. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 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 Texas Government Code, Chapter 2258, Prevailing Wage Rates 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 the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 10 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars ($60) 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 p Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or . decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 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: 29.3.1 Bidder's name: 29.3.2 Bid for "ITB 17-13116-SS, Ground Transportation Improvements" 3 11 30 31 29.3.3 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening i of the bids, but no bid may be withdrawn or altered thereafter. 29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been F opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS d 1 Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the 1 [J following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered , incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. J I 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. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 16 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 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. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. t 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in 13 the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: hLtp://www.wdol.gov/dba.aspx 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. i 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall l .J pay to the City of Lubbock sixty dollars ($60) for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. rig H 14 BID SUBMITTAL FORM Patze Intentionally Left Blank City of Lubbock Sid rrB 17-13116-SS BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: C — D PROJECT NUMBER: ITB I7-131I6-SS, Ground Transportation Improvements Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid to provide construction services for the Ground Transportation 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; acid 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. tem_ p ort Ua ara sn. No. . , , BASE BED I Contractor Mobilization LS 1 III O'" 2 Clearing and Grubbing AC 0.5000D of 3 Traffic Control / Safety Device MO 2 ., D 2 D D a 4 SWPPP and Related BMPs MO 2 � r��a� d pro 5 Curb and Gutter Removal LF 66 13,2p ' 6 Accessible Ramp Curb Removal LF 6 7 Excavation CY 470 8 Grading In Unpaved Areas SY 1,150 oM vo 9 Subgrade SY 1,440 f 10 Aggregate Base SY 1,440 5 I 1 2-inch Hot -Mix Asphalt Paving SY 1,020 12 Prime Coat GAL 570 3 7OLD L* I 1114/2016 3:12 PM P. 18 ...-?�='ei.'m:�t�c.�.x.v�txrz?rea���'ra:.vwuee.�er_•a�.'em.�++6esm��e�.A++.w...wvm.aa..wa..vm�..u...<.sa.��sv�.r.w.uxe.,,,..:w.w�..,�..�:..,w...y.....................—..,.............,..,.....,.. City of Lubbock Bid ITS 17-13116-SS 13 Concrete Curb and Gutter LF 1,020 14 8-inch Concrete Paving SY 90 ! 66 15 4-inch Concrete Sidewalk SY 20 �� !• 16 Accessible Curb Ramp EA 2 Total (Items 1-16) [J 1�iQ:��_ - Descr�ptionUnit�"Unit€ WM � ated Q antiy _dce.� E11 ende�i� n1QtlTlt i.J Additive Alternate 1. . � fp�p` o AM Emulsified Asphalt Sealer SY 1,020 to f Ul I in = MO Ihscriptlon nit tttity gut#P ce a i� Additive Alternate 2 r A2-1 Ticket Equipment LS t V T1 V VD�'- Q O7'�i\ (/ "'ate � n �Item7-7 - mated tended 4 1 . No�t Desertptiott JidE.. Qua tity attnt� w, , h Additive Alternate 3 _ A3-1 Camera System 1.S 9 [j Additive=Alternate 4 A41I-Ro"y-highting-------------------------�5- ----1 --- ✓ �--- 5�8 - U �1 Bidder's Initials f ', Total: $221,960.00 (, City of Lubbock Bid ITB 17-13116-SS 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 60 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 $25 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 70 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him ,i Bidder's Initials 11/4/2016 3:12 PM p. 21 .3 City of Lubbock Bid ITB 17-13116-SS Enclosed with this bid ' Check or Certified Check for Dollars t ($ } or id Bond in t sum of Dollars ($ ), which it is agreed shall be collected a y 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 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 documents made available to him for his inspection in accordance with the Noti e to Bidders. Pursuant to Texas Local Government Code 252.043(g), 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) riv r Secretary U a Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Finn: iFRIAM and include all contract am (Printed or Vyped Name) J 6 /e j PA d iN(+ Cnyp x T 7 Ad ess 6 ek_ C'c C 7— County State ��!! Zi Code Telephone: 1/b `s3'— 4f Z Fax: &` - C 3- 053-0 FEDERAL TAX ID or SOCIAL SECURITY No. EMAIL: Wp5'l' J ��J�'���rylAl f�P.�%���-•��l �.. v FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $50, 000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. II 4 Li 11/4/2016 3:12 PM p. 22 i 1 - MERCHANTS BONDING COMPANY - P.O. BOX 26720 ® AUSTIIN, TX 78756-0720 KNOW ALL PERSONS BY THESE PRESENTS: That ' a11'`ffiz�ffanmm West Texas Paving. Inc. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to City of Lubbock (hereinafter called the Obligee) in the full and just sum of ($ S% of GAB ) J% of GAB Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this l st day of December 2016 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Construct Turn Lane at Airport according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: Attest: �.. CAN 0333 AU (9M) j_. West Texas Paviniz. Inc. a MERCHANVNDING COMPANY' (Miituai) By Michael n. Rudberg, -Ntt zi-Fact . ERCHA.t i s BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of lowa,(herein collectively called the "Companies"}, and that the Companies do hereby make, constitute and appoint, individually, David P. Barrie, Susan Crain, Tayler K. Owen, Michael N. Rudberg of Dallas and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and aft bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of F VE MILLION ($5,000 000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duty authorized officers of the Companies, and all the acts of said Attorney -In -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed.' In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 27th day of August , 2012 STATE OF IOWA COUNTY OF POLK ss. \��j �airgL+••, Uzi o aRZ 01. j= 2003 'n= � .=•,;fit ��`. rrl+rfllr.11lr o013 co ' _o- Qt y _ 1933 c; MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. BY/-1-17. President On this 27th day of August , 2012 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, 1 have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. �. MA� RANDA CREEAIWALT � e4 : Commission Number 770312 r' My Commission Expires row" October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. l William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING. INC., do hergizyeertify,thatthe above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, whieh is atilt in full force and effect and has not been amended or revoked. ln-Wiitness-M-reof, t have hereunto set my hand and affixed the seal of the Companies on this. 'Sday of ' �,i1OidgL''•r �. • ��tiG CO A • , Secretary _ v 2CU3 .� .tiJ. - stiy,�:-.... •;r�� 1�.. �•- •.. City of Lubbock Bid iTB 17-13116-SS City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Bidder Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. grim or i ype) CONTRACTOR'S FIRM ADDRESS: C17 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. ITB 17-13116-SS Ground Transportation Improvements 5 11/4/2016 3:12 PM p. 23 City of Lubbock Bid ITB 17-13116-SS City of Lubbock, TX Safety Record Questionnaire ... 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 incidents 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 facior. 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. Ariny Corps of l;ngineers (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. Convictions of a criminal offense within the past ten (10) years, which resulted from 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: ["I OUESTION ONE ' . H Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of'establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. t_ Bidder's Initials 1 11/4/2016 3:12 PM p. 24 g� City of Lubbock Bid ITB 17-13116-SS i -, QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted from 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 shall be investigated, with my full permission, and that any misrepresent ions or omissions may cause my bid to be rejected. r �.�1n7 Title 0a {_._ 11/4/2016 3:12 PM p. 25 City of Lubbock Bid ITB 17-13116-SS t City of Lubbock, TX 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: Fu AEGLe— FEDERAL TAX ID or SOCIAL E URI 6 ✓ 2 �- Signature of Company Official: Printed name of company official signing abo e: Date Signed: 3 11/4/2016 3:12 PM p. 26 i Bid ITB 17-13116-SS 11 p. 27 City of Lubbock Bid !TB 17-13116-SS ITB 17-13116-SS Ground Transportation Improvements LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 2. ❑ o 3. ❑ ❑ 4. ❑ ❑ _ 5. ❑ ° 6. ❑ °_3 f- 7. El ° S. ❑ ° 9. ❑ ❑ _ 10. ❑ ° 11. ❑ ° 12. ❑ o 13. ❑ 14. ❑ o 15. ❑ ° 16. ❑ ° C p6r- } Ad C* Cou t State Zip Code Telephone: - 004 _3 �Z Fax: 2QA 3—.7.45 -0 i THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO 2 11/4/2016 3:12 PM 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. ITB 17-13116-SS Ground Transportation Improvements FINAL LIST OF SUB CONTRACTORS Company Name Location Services Provided �]nn_ Company Q>e_ ��- Address "'-1 L<< City, County` State Zip Code Telephone: 1?L& - _7,,6-jb Fax: Minority Owned Yes No o ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. 1 City of Lubbock Bid ITB 17-13116-SS j PAYMENT BOND III 11/4/2016 3:12 PM p. 30 Bond No. TXC53211 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF.THR TEXAS GOVERNMENT CODE (CONTRACTS MORE TEL4N $100,000) KNOW ALL MIEN 13Y THESE PRESENTS, that West Texas Pavingy, Inc, (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding 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 o£ Two Igyndred Tw ng ty_-one Thousand dine Hun fed Sfxty Dollars ($22 960.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents, WMEAS, the Principal has entered, into a certain written contract with the Obligeo, dated, the 1 day of ecem a 2016, to JTB 17%a11&SS Ground Tonsportatlon Iin»rayements 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, TBEMFORE, THE CONDITION OF TMS 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, MWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein, rN WITNESS A11MREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 3 0 day of December , 2 Merchants Bonding Company Surety West Texas Paving, Inc. (Company Name) . 4 The undersigned surety company represents that it is duly qualified to do business in T=xas, and hereby designates M . Rudbe rg an agent resident in Lubbock County to whom any requisite notices may b; delivered and on whom service of process may be had in matters arising out ofsueh suretyship. Merchants Bonding Co. Surer (Title) Atty—in—Fac` * Note; if signed by an Ofrjoe of the Surety Company thore 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 Attomey in Fact, we must have copy of power of attorney for our files, i 2 No Text STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253,021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN S50,000) Bond No. TXC53211 KNOW ALL MEN BY THESE PRESENTS, that West Texas P&XI e, Inc. (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (hereinafter called the Surety(s), as Surdy(s), are hold and fir my bound unto the City of Lubbock (hereinafter called the Obligee), in .the amount of Two Hundred TwenlLone Thouland Nine Hundred Sixty Dollars ($22L960, lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly, by these presents. WHEREAS, the Principal has, entered into a certain written contract,with the Obligee, dated the IM day of December,_ 2016 to ITB 1743116-SS -Ground Tr nnanortation Improvements. and said Principal under the law Is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, n EFORE, THE CONDITION OF TEES OBLIGATION IS SUM 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 lull force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WTMSS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 30 dayof December .20 . Merchants Bonding Company Surety , *By: (Title) Atty-in-Fact West Texas Paving, Inc. (Company Name) The undersigned surety company represents that it is duly qualified to do business in Texas} and hereby designates M. Rudberq 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. Merchants Bonding Co. Suety * (Title) Atty—in—F ar6t Approved as to form: Ci IJA% By * Note; If signed by an Offm of the Surety Company thorn must be on tilc a certified extract from the by-laws showing that this person has authorlty'to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. i 2 No Text MERCHANTS No. TXC53211 BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Michael N Rudberg; Tayler K Owen of Dallas and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of. FIVE NIILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 26thday of January , 2015. ,•o�Nc �a. ;moo?�RPOq�.°9• .1- -o- c • 1933 ; c; STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By �� President On this26thday of January 2015, before me appeared Larry Taylor, tome personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. �pRiA(S WENDY WOODY .0 . •i. Commission Number 784654 My Commission Expires June 20, 2017 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set m hand and affixed the seal of the Companies on this 30 dayof December,. 2016. • poG C04t.o� �Oa�RPOR... y 1933 c; POA 0014 (7/14) Secretary No Text t; STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) 7 OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Paying, Inc. (hereinafter called the Principal(s), as Principal(s), and (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 Two Hundred Twenty-one Thousand Nine Hundred Sixty Dollars ($221,960.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 15th day of December, 2016 to ITB 17-13116-SS Ground Transportation Improvements. and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work > provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions ` of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2016. Surety (Company Name) *By: (Title) By: (Printed Name) (Signature) (Title) T i l The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby i. designates 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. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 { Page Intentionally Left Blank PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Paving, Inc. (hereinafter called the Principal(s), as Principal(s), and (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 Two Hundred Twenty-one Thousand Nine Hundred Sixty Dollars ($221,960.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 15th day of December, 2016, to ITB 17-13116-SS Ground Transportation Improvements and said principal under the law is required before commencing the work provided for in said contract to execute a bond ° in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of , 2016. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby f designates 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. Surety * By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ 0 Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDER'S RISK 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK LM Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General ) Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE 7 ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based i... on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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 ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. 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. COPIES OF THE ENDORSEMENTS ARE REQUIRED. I _, REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; :3 (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage - showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the - coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT Page Intentionally Left Blank .Y Contract 13116 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 15th day of December, 2016, 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 West Texas Paving, Inc. of the City of Lubbock, 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: s ITB 17-13116-SS Ground Transportation Improvements y 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 Agreement. West Texas Paving, Inc.'s bid dated December 1, 2016 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, a Texas in the year and day first above written. CONTRACTOR: West Texas PavinLF. Inc. CITY OF LUBBO , TEXAS (OWNER): By: Daniel M. Pope, ayor ATTEST: Garza, City COMPLETE ADDRESS: APPROVED AS Company West Texas Paving, Inc. Address P.O. Box 64187 0- Kelly Campbell, City, State, Zip Lubbock, TX 79464 ATTEST: Corpor e Secretary of Aviation Page Intentionally Left Blank t s CONFLICT OF INTEREST QUESTIONNAIR CHAPTER 176 S- - FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 841h Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7' business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts p q Y g Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that an vendor who contracts or seeks to contract with the i for the r q y k e City sale o purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 I _. Questionnaire is available at http //www.ci.lubbock.tx.us/departinental- websites/departments/purchasing/vendor-information Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf info forml295.htm GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT ' 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit West Texas Paving, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE a 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 of Safety & Operations, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE 'The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall 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 are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor �- may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be . ` encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or �- Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. f f �e. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall 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 '' 1 requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such ! 4 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. _t Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either g' before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK ` - The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered -- by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is € commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, ' timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted f by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative 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 five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the t 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. k 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 Offices, 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 given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE ! -- The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of ' Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) 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. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. 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. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. F. C. In E. F. I Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability l Personal Injury & Advertising Injury Products of Complete Operation Endorsements Owner's and Contractor's Protective Liability Insurance. - NOT REQUIRED. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) sComprehensive L' s The Contractor hall have Automobile Liability Insurance with hrrut of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. Professional Liability Insurance - $1,000,000 General Aggregate 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 $1,000,000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of a 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 j 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 j LJ of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services r--5 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. 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 shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior 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 governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for i__ 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 shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (._J1 (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 LJ by such certificate. t (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. IJ (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: 10 (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing -- coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the ' current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 11 (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the "? current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the proj ect; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, - within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERLUMEN AND - FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the f Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract 12 i_ J and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence, of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIOUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $780 PER 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 after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securingmaterial or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except_ where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in 14 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. QILANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, 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 fiunishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by L- Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall 15 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. 16 1 _, 46. PAYMENT WITBBELD 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 z 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 17 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 j 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 ' m a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 18 1. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS L 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 J 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 -v 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 19 the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. ; In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous. Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal -, protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to 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 amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under 20 r �_ x � oath and under penalty op§ary.Section 2S.9sapplies only toacontract that requires aaction ovote b the governing body othe gvrnme!!ae£llyo state agency before the contract may be signed or has avalue o [} aleast $1 millo.Instructions for completing Fonn1295kcaala » at: §ttp : www.d: b o Et .U«e a me !!a— e site£d «me !/s urc min v n o 4nforinaio { � [� � � \. /\ /. � \� L: � \. [` [. \� � � [` [: 2! � Page Intentionallv Left Blank DAVIS BACON WAGE DETERMINATIONS EXHIBIT A General Decision Number: TX160007 01/08/2016 TX7 Superseded General Decision Number: TX20150007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/goveontracts. Modification Number Publication Date 0 01/08/2016 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ............... $ 12.36 Structures .................. $ 13.52 1 • al ' Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ................ Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less............. LoaderBackhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt ............. $ 10.95 Roller, Other ...............$ 10.36 Scraper ..................... $ 10.61 Spreader Box ................$ 12.60 Servicer................... $ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 $ 13.46 ...... $ 12.28 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor ` standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based w ,on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 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 EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. . ; EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. i l._. s Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Project Manual Lubbock Preston Smith International Airport Ground Transportation Improvements Lubbock, Texas City of Lubbock ITB No. 17-13116-SS October 2016 PSC Project # 01272216 r] PARKH ILLSMITH&COOPER Project Manual Lubbock Preston Smith International Airport Ground Transportation Improvements Lubbock, Texas City of Lubbock ITB No. 17-13116-SS OF'r� a % MARK D. HABERER '.�-�I..NN.MNM...NM.1.M.� 'ti94867_�� 10/27/16 PARKHILLSMITH&COOPER October 2016 PSC Project # 01272216 TABLE OF CONTENTS DIVISION 00 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION GPGeneral Provisions................................................................................................................... 59 SPSpecial Provisions.................................................................................................................... 12 DIVISION 01- GENERAL REQUIREMENTS 01025 Measurement and Payment........................................................................................................ 5 01330 Submittal Procedures.................................................................................................................4 01356 Stormwater Pollution Prevention Plan ....................................................................................... 3 01400 Quality Requirements................................................................................................................ 4 01500 Temporary Facilities and Controls............................................................................................. 4 01555 Barricades, Signs, and Traffic Handling.................................................................................... 1 01576 Waste Material Disposal............................................................................................................ 2 DIVISION 02 - SITE WORK 02221 Removing Existing Pavements.................................................................................................. 2 02300 Earthwork.................................................................................................................................. 7 02741 Hot -Mix Asphalt Paving............................................................................................................ 9 02751 Portland Cement Concrete Pavement...................................................................................... 19 02764 Pavement Joint Sealants............................................................................................................. 4 DIVISIONS 03 —15 (Not used) DIVISION 16 - ELECTRICAL 16000 Electrical General Provisions..................................................................................................... 4 16111 Conduit...................................................................................................................................... 3 16120 Wires and Cables....................................................................................................................... 3 16170 Grounding and Bonding............................................................................................................ 2 16190 Supporting Devices.................................................................................................................... 2 16195 Electrical Identification..............................................................................................................2 16990 Electrical System Testing and Start-Up..................................................................................... 4 01272216 10/16 TABLE OF CONTENTS PAGE-1 DESIGN PROFESSIONAL RESPONSIBLITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 16 — ELECTRICAL 16000 Electrical General Provisions 16111 Conduit 16120 Wires and Cables 16170 Grounding and Bonding 16190 Supporting Devices 16195 Electrical Identification 16990 Electrical System Testing and Start -Up �j Vk & CoOpF pF 7-, 1 Q f ......................«....«.:I C> a % SHAUN R. TIDWELL 106911 t`SSM•NaNN•aNi%`r � F 10/27/16 01272216 DESIGN PROFESSIONAL RESPONSIBILITY SRT - 1 10/16 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Part 1— General Provisions Section 10 Definition of Terms Note: Engineer will not be involved during construction. All references to "Engineer" shall be interpreted as "Owner. Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 Access road. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 Advertisement. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 Airport Improvement Program (AIP). A grant-in-aid program, administered by the Federal Aviation Administration (FAA). 10-05 Air operations area (AOA). For the purpose of these specifications, the term air operations area (AOA) 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 International (ASTM). Formerly known as the American Society for Testing and Materials (ASTM). 10-08 Award. The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-09 Bidder. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 Building area. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-11 Calendar day. Every day shown on the calendar. 10-12 Change order. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract. t Section 10 Definition of Tenns GP-1 i_ 07.21.2014 (Revised 06.21.2016) AC 150/5370-1 OG 10-13 Contract. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to bidders. 1 10-14 Contract item (pay item). A specific unit of work for which a price is provided in the contract. 10-15 Contract time. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 Contractor. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 Contractor's laboratory. The Contractor's quality control organization in accordance with the Contractor Quality Control Program. 10-18 Construction Safety and Phasing Plan (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 10-19 Drainage system. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-20 Engineer. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering of the contract work and acting directly or through an authorized representative. 10-21 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. 10-22 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. 10-23 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 or her duly authorized representative. 10-24 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. 10-25 Force account. Force account work is planning, engineering, or construction work done by the Sponsor's employees. 10-26 Inspector. An authorized representative of the Engineer assigned to make all necessary observations and/or observation of tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-27 Intention of terms. Whenever, in these specifications or on the plans, the words "directed," required,„« permitted," " ordered," " designated ,„« prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Section 10 Definition of Terms GP-2, , I l_I 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG 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. 10-28 Laboratory. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as "Engineer's Laboratory" or "quality assurance laboratory." 10-29 Lighting. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-30 Major and minor contract items. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-31 Materials. Any substance specified for use in the construction of the contract work. 10-32 Notice to Proceed (NTP). 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. 10-33 Owner. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. 10-34 Passenger Facility Charge (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." 10-35 Pavement. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-36 Payment bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-37 Performance bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-38 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. 10-39 Project. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-40 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. 10-41 Proposal guaranty. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner. 10-42 Runway. The area on the airport prepared for the landing and takeoff of aircraft. Section 10 Definition of Terms GP-3 3 ' 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG 10-43 Specifications. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-44 Sponsor. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an AIP grant for the airport. 10-45 Structures. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, hnholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-46 Subgrade. The soil that forms the pavement foundation. 10-47 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. 10-48 Supplemental agreement. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-49 Surety. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-50 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, aircraft parking areas, and terminal areas. 10-51 Work. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-52 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 six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. END OF SECTION 10 Section 10 Definition of Terms GP-4 " 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Section 20 Proposal Requirements and Conditions 20-01 Advertisement (Notice to Bidders). Refer to Owner's advertisement. 20-02 Qualification of bidders. Each bidder shall furnish the Owner satisfactory evidence of his or 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 or 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 bidder'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 or 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 the 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 or she 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 specified above. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-03 Contents of proposal forms. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective bidder. c. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner. 20-05 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or Section 20 Proposal Requirements and Conditions GP-5 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection 40-02 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. Bidders shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. i 20-07 Preparation of proposal. The bidder shall submit his or her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which they propose to do for 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 the proposal correctly and in ink. If the proposal is made by an individual, his or 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 ...e; as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation. 20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid. It is the Sponsor's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing ` to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR § 18.36(b)(8). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-09 Irregular proposals. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-10 Bid guarantee. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. Section 20 Proposal Requirements and Conditions GP-6 1 07.21.2014 (Revised 06.21.2016) AC 150/5370-1 OG 20-11 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-12 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 email 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. 20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 Disqualification of bidders. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 Section 20 Proposal Requirements and Conditions GP-7 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Section 30 Award and Execution of Contract 30-01 Consideration of proposals. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection 20-14 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 90 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 30-07 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 specified in the subsection 30-01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection 30-05 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 the signed contract to the Owner, along with the fully executed surety Section 30 Award and Execution of Contract GP-8 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG l bond or bands specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the i 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 30-06 titled EXECUTION OF CONTRACT 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 Section 30 Award and Execution of Contract GP-9 Intentionally Left Blank IN Section 30Award and Execution ofContract - I ` 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Section 40 Scope of Work 40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 Alteration of work and quantities. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 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 non -performed, 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 90-04 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, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but It' Section 40 Scope of Work GNI I i_.; 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 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 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b. With respect to his or her own operations and the operations of all 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. c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and t... shall provide such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the repair of any damage caused by the Contractor's equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.lzoyo, unless otherwise specified. 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. C 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 40-07 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 used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used 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, Section 40 Scope of Work GP-12 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at his or 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 the Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., the Contractor 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 or 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 use of such material 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 or her exercise of option a., b., or C. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 Final cleanup. 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. The Contractor 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 _e Section 40 Scope of Work GP-13 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG 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 or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event, the Engineer will document the 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 sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion, needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's execution 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 sound engineering judgment in his or 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 Section 50 Control of Work GP-14 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. LIST OF SPECIAL PROVISIONS 50-04 Cooperation of Contractor. The Contractor will be supplied with five copies each of the plans and specifications. The Contractor 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 shall cooperate with the Engineer and his or 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 or 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 or her authorized representative. 50-05 Cooperation between contractors. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the 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 or 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 because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or 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. The Contractor shall join his or 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 their own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or their 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 execution and control of the work contracted for under these specifications. Section 50 Control of Work GP-15 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Survey(s) and notes shall be provided in the following format(s): ASCII, comma delineated, or similar. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost 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: a. Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100-foot (30-m) stations c. Drainage Swales slope stakes and flow line blue tops at 50-foot (15-m) stations Subgrade blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station d. Roadways — minimum three (3) per station Base Course blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100-foot (30-m) stations. b. Between Lifts at 25-foot (7.5-m) 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 (15-m) stations: (1) All paved areas — Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50-foot (15-m) stations and at all break points with maximum of 50-foot (15-m) offsets. e. Fence lines at 100-foot (30-m) stations minimum. Section 50 Control of Work GP-16 I q 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG 1 L Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull boxes and manholes. g. Drain lines, cut stakes and alignment on 25-foot (7.5-m) stations, inlet and manholes. h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting). i. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet (120 m) per pass (that is, paving lane). The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. 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 batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 Authority and duties of inspectors. Inspectors 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 are authorized to notify the Contractor or his or 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 a decision. 50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without 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. Section 50 Control of Work GP-17 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG 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 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70-14 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 established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the Engineer, 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 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 or her hauling equipment and shall correct such damage at his or her own expense. 50-12 Maintenance during construction. The Contractor shall maintain the work during construction and until the work is accepted. 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 50-12 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. i Section 50 Control of Work GP-18 07,21.2014 (Revised 06.21.2016) AC 150/5370-1OG 50-14 Partial acceptance. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor 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, the Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. j Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of ( the contract. 50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor 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 a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 Section 50 Control of Work GP-19 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Intentionally Left Blank Section 50 Control of Work GP-20 _4 S 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Section 60 Control of Materials 60-01 Source of supply and quality requirements. The materials used in 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 advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. 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: N/A. 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, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (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 quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the t.."` Contractor's representative at his or her request. Unless otherwise designated, samples for quality assurance 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 their request after review and approval of the c, Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control 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 i Section 60 Control of Materials GP-21 07,21.2014 (Revised 06.21.2016) AC 150/5370-1OG , 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. 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, the Contractor 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 or 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 acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: t- a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer 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. An Engineer's field office is not required. Section 60 Control of Materials GP-22 ._� t 07.21.2014 (Revised 06.21.2016) AC 150/5370-IOG 60-06 Storage of materials. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located 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 or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 Section 60 Control of Materials GP-23 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Intentionally Left Blank Section 60 Control of Materials GP-24 i_, 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG 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. The Contractor 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 or 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 the Contractor or the Contractor's 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 execution 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, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold 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 execution or after the completion of the work. I 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: N/A. 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 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 Airport Improvement Program (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 f, Section 70 Legal Regulations and Responsibility to Public GP-25 1 _, 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG this contract pursuant to the requirements of Title 49 of the 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 FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 Sanitary, health, and safety provisions. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or 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 or her health or safety. 70-07 Public convenience and safety. The Contractor shall control his or her operations and those of his or 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 or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 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 80-04 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 (AOAs) shall be a maximum of 18 inches (0.5 m) high. Unless otherwise specified, barricades shall be spaced not more than 4 feet (1.2 m) apart. Barricades, warning signs, and markings shall be paid for under subsection 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 on Uniform Traffic Control Devices. 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 advisory circular (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 the Contractor's 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 removal is directed by the Engineer. Section 70 Legal Regulations and Responsibility to Public GP-26 I " 07.21.2014 (Revised 06.21.2016 AC 150/5370-1OG t` Open -flame type lights shall not be permitted. 70-09 Use of explosives. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his or 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 execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has 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 non -execution thereof by the Contractor, the Contractor shall restore, at his or 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 the Contractor 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 or her contract 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 or her surety may be held until such suits, actions, or claims for injuries or damages 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 or she 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 for 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. Section 70 Legal Regulations and Responsibility to Public GPr27 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG 70-13 Opening sections of the work to traffic. Should it be necessary for the Contractor to complete i 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 or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described below: Final completion within 60 calendar days following Notice To Proceed. Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 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 or her expense. The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2 (see Special Provisions). 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 50-14 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 or 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, seeding, and sodding furnished under the 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 70-04 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 their operations to prevent the unscheduled interruption of such utility services and facilities. Section 70 Legal Regulations and Responsibility to Public GP-28 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the Owners are indicated as follows: City of Lubbock Mr. Steve Nicholson, Deputy Director of Aviation 806.775.2036 or 806.775.2044 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 the 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 or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70- 04 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 provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their 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 days' notice 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 hand excavation methods within 3 feet (1 m) 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, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether 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 or her surety. 70-15.1 FAA facilities and cable runs. N/A 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 by this contract, there shall be no liability upon the Engineer, his or her Section 70 Legal Regulations and Responsibility to Public GP-29 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not ' preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or 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. 1f 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. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor 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 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 change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 Section 70 Legal Regulations and Responsibility to Public GP-30 ., 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Section 80 Execution and Progress 80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 50 percent of the total contract cost. Should the Contractor elect to assign his or 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. 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. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their 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 their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. 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 or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct his or her operations within an AOA 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 AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent 1 basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all Section 80 Execution and Progress GP-31 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations t _. intermittently as follows: N/A Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (see Special Provisions). 80-04.1 Operational safety on airport during construction. All Contractors' operations shall be f conducted in accordance with the provisions set forth within the current version of AC 150/5370-2. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks 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 CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made unless approved in writing by the Owner. i-- 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 or operational safety requirements 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. IA Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution 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 meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. 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, the Contractor 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 l 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 r� substitute method or equipment and shall complete the remaining work with the specified methods and i� LA Section 80 Execution and Progress GP-32 ,E �3 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG i- equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work i, wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution 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 or 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. The Contractor 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 d_ < 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 or 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 or 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 six (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. Section 80 Execution and Progress GP-33 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection 50-15 titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or 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 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or 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 what 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 supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. 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 80-07 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 or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages Section 80 Execution and Progress GP-34 07.21.2014 Revised 06.21.2016 AC 150/5370-1OG 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 their contract. Final Completion $780 per calendar day 60 calendar days 80-09 Default and termination of contract. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or L Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor 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 above, the Engineer 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 execution 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 execution 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. Section 80 Execution and Progress GP-35 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG 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 or her responsibilities for the completed work nor shall it relieve his or 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 or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or 500 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 500 feet of an active runway at any time. For this Project, all work shall occur outside the AOA. END OF SECTION 80 Section 80 Execution and Progress GP-36 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Section 90 Measurement and Payment 90-01 Measurement of quantities. All work completed under the contract will be measured by the Engineer, or his or 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 meters) 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 inch. The term "ton" will mean the short ton consisting of 2,000 lb (907 km) 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 for the materials hauled, 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 (kg). When measured by volume, such volumes will be measured at 60°F (16°C) or will be corrected to the volume at 60°F (16°C) using ASTM D 1250 for asphalts or ASTM D633 for tars. Section 90 Measurement and Payment GP-37 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Net certified scale weights or weights based on certified volumes in the case of rail shipments will be tl used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km). Timber will be measured by the thousand feet board measure (MFBM) 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 sutra" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. k, 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 i 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 90-05 titled PAYMENT FOR EXTRA 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 gauge, 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 b the Contractor, or be certified permanently installed' > Y � P Y commercial scales. Scales shall be accurate within 1/2 percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be A permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. l Scale installations shall have available ten standard 50-pound (2.3 km) weights for testing the weighing i 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 s 1 materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. i _ 4 Section 90 Measurement and Payment GP-38 I 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG I ­ All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 Compensation for altered quantities. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection 40-02 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 or 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 40-03 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 non -perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 Payment for extra work. Extra work, performed in accordance with the subsection 40-04 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. 90-06 Partial payments. Partial payments will be made to the Contractor 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 and in place, in accordance with the contract, plans, and Section 90 Measurement and Payment GP-39 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section. The balance of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95 percent of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain 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 90-09 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 payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: Section 90 Measurement and Payment GP-40 07.21.2014 Revised 06.21.2016 AC 150/5370-1OG } 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 any time 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 or 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, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to 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 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 50-15 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 the Contractor's 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 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under Section 90 Measurement and Payment GP-41 t#[ 1 07.21.2014 (Revised 06.21.2016) AC 150/5370-IOG 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 50- 16 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 1 be paid pursuant to a supplemental final estimate. 90-10 Construction warranty. _J a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of: (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within seven days after the discovery of any failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 Project closeout. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor's final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations. Section 90 Measurement and Payment GP-42 [ I 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. f. Provide a certified .statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g. When applicable per state requirements, return copies of sales tax completion forms. h. Manufacturer's certifications for all items incorporated in the work. i. All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Manual. k. Security for Construction Warranty. 1. Equipment commissioning documentation submitted, if required. END OF SECTION 90 Section 90 Measurement and Payment GP-43 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Intentionally Left Blank Section 90 Measurement and Payment GP-44 I P' 07.21.2014 Revised 06.21.2016 AC 150/5370-1OG Section 100 Contractor Quality Control Program *A Contractor Quality Control Program is not required for this Project. * 100-01 General. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. Paving projects over $500,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner's representative at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop. 100-02 Description of program. a. General description. The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed and approved by the Engineer prior to the start of any production, i, Section 100 Contractor Quality Control Program GP-45 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG construction, or off -site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at least N/A calendar days before the N/A. The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP). The Quality Control Program shall be organized to address, as a minimum, the following items: V_ I a. Quality control organization b. Project progress schedule c. Submittals schedule d. Inspection requirements e. Quality control testing plan f. Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-03 Quality control organization. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall, as a minimum, consist of the following personnel: a. Program Administrator. The Program Administrator shall be a full-time [ on -site ] employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five (5) years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the following requirements: (1) Professional Engineer with one (1) year of airport paving experience. (2) Engineer -in -training with two (2) years of airport paving experience. (3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. r� Section 100 Contractor Quality Control Program GP-46J II l_ 1 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of highway and/or airport paving experience. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2) hours after being notified of a problem. b. Quality control technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (2) years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06. (2) Performance of all quality control tests as required by the technical specifications and subsection 100-07. (3) Performance of density tests for the Engineer when required by the technical specifications. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 Project progress schedule. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number b. Item description c. Description of submittal Section 100 Contractor Quality Control Program GP-47 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG d. Specification paragraph requiring submittal e. Scheduled date of submittal r 3 100-06 Inspection requirements. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by subsection 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used. 100-07 Quality control testing plan. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by subsection 100-08. 100-08 Documentation. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or f� Section 100 Contractor Quality Control Program GP-48� i 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description (2) Compliance with approved submittals (3) Proper storage of materials and equipment (4) Proper operation of all equipment (5) Adherence to plans and technical specifications (6) Review of quality control tests (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 Corrective action requirements. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail Section 100 Contractor Quality Control Program GP-49 07.21.2014 (Revised 06.21.2016) AC 150/5370-10G what action will be taken to bring the process into control. The requirements for corrective action shall g include both general requirements for operation of the Quality Control Program as a whole, and for -, individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 Surveillance by the Engineer. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on -site or off -site Contractor's or subcontractor's work. x 100-11 Noncompliance. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. - (2) Order the Contractor to stop operations until appropriate corrective actions are taken. & . END OF SECTION 100 Section 100 Contractor Quality Control Program GP-50 F_ i_ 1 07.21.2014 (Revised 06.21.2016 AC 150/5370-1OG Intentionally Left Blank Section 100 Contractor Quality Control Program GP-51 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Section 105 Mobilization 105-1 Description. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-1.1 Posted notices. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster ()AM 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-2 Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25 percent. b. When 50 percent or more of the original contract is earned, an additional 65 percent. c. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10 percent. END OF SECTION 105 Section 105 Mobilization GP-52 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Section 105 Mobilization Intentionally Left Blank GP-53 t 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Section 110 Method of Estimating Percentage of Material within Specification Limits (PWL) *PWL is not applicable to this Project. * 110-01 General. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (So) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110-02 Method for computing PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: X=(xl+xZ+x3+...xn) /n Where: X = Sample average of all sublot values within a lot xi, xz= Individual sublot values n = Number of sublots Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) GP-54 1.1 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG e. Find the sample standard deviation (S.) by use of the following formula: So = [(d12 + d22 + V + ...do )/(n-1)] 112 Where: S. = Sample standard deviation of the number of sublot values in the set di, d2 = Deviations of the individual sublot values xi, xz, ... from the average value X that is: d, _ (xi - X), d2 = (xz - X) ... d„ = (x. - X) n = Number of sublots f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula: QL=(X-L)/S. Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL=(X-L)/So and Qu=(U-X)/So Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value Of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) -100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 = 96.60 A-2 = 97.55 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) GP-55 i 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG i A-3 = 99.30 A-4 = 98.35 n=4 i 2. Calculate average density for the lot. X=(xl+x2+x3+...x,)/n X=(96.60+97.55+99.30+98.35)/4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. S. = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30-97.95)2 + (98.35-97.95)2)) / (4 - 1)] lr2 S„=[(1.82+0.16+1.82+0.16)/311/2 j k S„= 1.15 t 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL=(X-L)/S„ QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. l A-1 = 5.00 A-2 = 3.74 A-3 = 2.30 A-4 = 3.25 2. Calculate the average air voids for the lot. X= (XI +x2+x3... n)/n X = (5.00 + 3.74 + 2.30 + 3.25) / 4 X = 3.57 percent 3. Calculate the standard deviation S. for the lot. S. = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57-3.25)2) / (4 - 1)]112 ' S. = [(2.04 + 0.03 + 1.62 + 0.10) / 31 1/2.....� S.= 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL=(X-L)/S„ J QL = (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. 1 PL = 97 j Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) GP-56_ 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu=(U-X)/Sn Qu = (5.00 - 3.57) / 1.12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4. Pu = 93 8. Calculate Air Voids PWL PAIL = (PL + Pu) - 100 PWL = (97 + 93) - 100 = 90 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A-3 = 99.30 A-4 = 98.35 A-2 = 97.55 A-1 = 96.60 2. Use n=4 and upper 5 percent significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If (measurement - average)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If (average - measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A-1, check if (97.95 - 96.60) / 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 x 1.15) = 99.63 percent OR less than (97.95 - 1.463 x 1.15) = 96.27 percent. . Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) GP-57 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Table 1. Table for Estimating Percent of Lot within Limits (PWL) Percent Within Limits (PLand Pu) Positive Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 .0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 1 0.0363 1 0.0300 1 0.0281 0.0272 0.0267 1 0.0264 0.0262 0.0260 50 0.0000 0.0000 1 0.0000 0.0000 0.0000 1 0.0000 0.0000 0.0000 t 1 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) GP-58_.} 07.21.2014 (Revised 06.21.2016) AC 150/5370-1OG Percent Within Limits (PL and Pu) Negative Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.12001 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 41042 45 -0.1806 -0.15001 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.27381 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 1 44638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 45105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 45394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 1 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 1 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 49671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 1 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 1 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 1 -1.1541 -1.4700 1 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 1 -2.0362 END OF SECTION 110 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) GP-59 Es SPECIAL PROVISIONS SP-1 SCOPE OF WORK The work to be accomplished under these specifications, including the plans, consists of construction work for the City of Lubbock, Texas — Lubbock Preston Smith International Airport, including but not limited to, construction of paving improvements for the ground transportation system. The Project also involves as alternate bid items coal for emulsion, revenue control equipment, security cameras, site lighting, and related items.. All labor, materials and equipment necessary to complete the work called for in these specifications and shown on the plans shall be furnished by Contractor. Payment for the various items of work will be made as specified under the various payment paragraphs of the technical sections. SP-2 BASIS OF CONTRACT AWARD Award of this contract will be made on the basis of the lowest responsive/responsible bidder. Refer to the City of Lubbock boiler plate documents for additional information. SP-3 TIME AND ORDER OF COMPLETION The construction covered by these specifications shall be completed (final completion) within 60 calendar days after the date of written Notice to Proceed. Contractor may commence work upon receipt of the executed contract and shall commence work not later than the IOs' day after the date of the Notice to Proceed. 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. Contractor shall furnish Engineer with his proposed progress schedule and Quality Control Plan for approval by Engineer before work is commenced on the project. Other contractors may be performing work for Owner in the same general area as that covered under this contract. 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 Owner. Contractor's coordination with other contractors shall require the approval of Engineer. 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. 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. 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 amount listed below per calendar day for each individual phase or subphase (Refer to Plans for specific scope of each Phase). 1 Overall Project (Final Completion) $780per calendar day 01272216 SP - 1 10/16 Stormwater pollution prevention plan measures shall be in -place and complete prior to the commencement of any construction work. Staging area preparation and construction will need to be performed prior to work or as approved by Engineer. In all phases of work, Contractor shall keep all equipment, personnel, etc. clear of the protected surfaces on the airfield as shown in "imaginary surfaces" detail in the plans and in the appendix of these specifications. Any deviation from the above sequences of construction must be submitted by Contractor in writing and will require the prior approval of Engineer and Owner. Contractor shall schedule his work well in advance of actual operations and shall keep Engineer advised of this schedule so that close coordination can be maintained with Director of Aviation. Portions of the runways and taxiways may be closed as required for proper execution of the work, but at least 14 days' notice will be required before closing any portion of a runway or taxiway. SP-4 CALENDAR DAY Time for completion of the project and for liquidated damages shall be in accordance with the provisions of these specifications. A calendar day is defined as every day shown on the calendar. Valid weather days will be considered by Engineer. SP-5 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of Engineer. Contractor shall be required to submit a schedule of operations to Engineer for approval. Contractor shall not commence new work to the prejudice of work already started. Contractor shall take all precautions necessary to insure the safety of operating aircraft and their passengers as well as that of his own equipment and personnel. Special considerations shall be given to flight schedules and other aircraft operations. Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport area. Contractor shall provide all such equipment with a flag on a staff so attached to the equipment that the flag will be readily visible. The flag shall be not less than three feet square consisting of a checkered pattern of. international orange and white squares of not less than one foot on each side. During nighttime work, Contractor shall provide such equipment with approved flashing lights so attached to the equipment that the lights will be readily visible. Contractor shall make his own estimate of all difficulties to be encountered. Equipment not actually in operation shall be kept clear of landing areas; personnel shall not enter areas of the airport where aircraft are operating without specific permission. Nighttime construction activities must be coordinated with Owner. All operations shall be coordinated, through Engineer, with the Director of Aviation, to the end that no interference with aircraft traffic on active runways, taxiways or aprons will result from the operations of Contractor. Construction activities will not be allowed within the safety area of any active runway or taxiway. Contractor shall, at a minimum, use the procedures required in AC 150/5370-2 (latest version) for construction within the AOA. Safety areas for runways and taxiways can be obtained from Owner or Engineer if necessary. Contractor shall maintain flagmen, as may be required, to direct his construction traffic if it becomes necessary for such traffic to cross or travel along any active taxiway or runway. Traffic shall be directed away from these facilities whenever possible and no traffic shall ever cross an active runway or taxiway without having proper clearance from the control tower. 01272216 SP - 2 10/16 6 i Trenches, "drop offs" and manhole excavations within the limits of the safety area of any airfield paving shall be backfilled as outlined in these specifications by the end of the work day or work period. Excavations outside the safety areas of any active airfield paving shall be barricaded as outlined in these specifications to the satisfaction of Engineer by the end of each work day or work period. All excavations shall be backfilled as soon as practicable. No open excavations shall be allowed within the safety area of any active airfield pavement unless otherwise approved by Owner. FAA considers any deviation of more than 3-inches above or below the existing grade to be a hazard to aircraft operations. FAA may issue warnings or fine the Airport for these violations. Such fines as may be handed out by the FAA as a result of Contractor's activities shall be considered Contractor's responsibility, and shall be promptly paid by Contractor, at his sole expense. Contractor shall schedule his work well in advance of actual operations and shall keep Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Runways and taxiways will be closed as required for proper execution of the work as provided in above paragraphs. Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint himself with the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by Contractor's workmen shall result in the discharge of such men in accordance with the General Conditions. Continued violations of safety rules and regulations by Contractor, after having been notified of such violations by Engineer, shall constitute grounds for suspending Contractor's operations until steps are taken that will insure a safe operation. Contractor shall provide an area for parking all equipment not being used for construction purposes, and for parking of employee vehicles. This area shall be located away from the operational area of the airport in an area approved by Director of Aviation. No unauthorized employees or unauthorized vehicles will be allowed within the operational area of the airport. Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or runway without specific written authorization from Director of Aviation. Any damage incurred by Contractor's equipment shall be repaired by and at the expense of Contractor, and as required by Director of Aviation. Contractor shall not permit water to stand in any excavation adjacent to existing pavements. To insure compliance with this requirement Contractor shall maintain at the site not less than two dewatering pumps in good working condition at all times that any excavation adjacent to existing pavements is open. No work other than dewatering operations will be permitted on the project at any time water is standing in open excavations. Contractor shall maintain the pavement surfaces which are allowed to be used as hauling routes, in a clean condition, as determined by Director of Aviation. Successful Bidder shall be subject to a pre -award review by the Office of Compliance and Security, Equal Opportunity Division, Federal Aviation Administration, to determine previous compliance status of Contractor. Contractor shall be subject to a pre -constriction conference to discuss phasing and project safety control after award of contract. If Contractor would like to amend the proposed phasing plan it will be discussed, reviewed and approved or modified at this meeting. SP-6 AIRPORT OPERATIONS SECURITY SP-6.1 General Airport security is a vital part of Contractor's responsibilities during the course of this project. The following security guidelines and the rules and regulations of the Lubbock Preston Smith International Airport (LBB) and Transportation Security Administration (TSA) shall be followed by Contractor and Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. 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 Contractor or Contractor's employees, subcontractors, suppliers or representatives. 01272216 SP - 3 10/16 17 SP-6.2 Airport Operations Area (AOA) Airport operations area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. When necessary to cross pavement surface on the airfield, Contractor shall inspect all paved surfaces for Foreign Object Debris (FOD), on a daily basis and prior to reopening pavement surface to air traffic. DO NOT leave access under secure fence at any time. SP-6.3 Airport Operations -Issued Securitv Badges Not applicable for this Project. SP-6.4 Contractor -Issued Identification Badges Not applicable for this Project. SP-6.5 Contractor's Entrance Gate Not applicable for this Project. SP-6.6 Vehicle Escorts Not applicable for this Project. SP-6.7 Challenging Unauthorized Personnel or Vehicles Not applicable for this Project. 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. 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 4 clearance must be submitted at least 30 days prior to the beginning of construction activities. To avoid construction I delays, 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. Top of crane or other hoisting device shall be marked with a 3- 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 at any other time at the direction of the Director of Aviation. Contractor shall notifv Eneineer and Director of Aviation at least 48 hours prior to actual erection of the crane or other hoistingdevice. evice. 01272216 SP - 4 10/16 SP-7 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S) Contractor shall make his own provisions for plant site, storage and office areas. If 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. 1. Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. 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 Contractor may be subject to rental rates and fees as identified by the Director of Aviation. 3. Any areas occupied by Contractor and his forces will be required to be completely restored by Contractor, at his expense, including but not limited to regrading disturbed areas; complete removal of debris or any other material brought onto the site by Contractor; complete replacement of topsoil, turf, asphalt pavement, concrete slabs or drives, etc. that is worn, deteriorated or damaged during the period 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, Contractor shall clear and grub the area, and remove and stockpile a minimum of 6-inches of existing topsoil. After completion of the project and after clearing the site of materials, equipment and debris, Contractor shall replace, spread and grade the salvaged topsoil, followed by seeding and fertilizing. 5. All restoration activities shall be accomplished in accordance with the Owner's standards. 6. No direct payment will be made to Contractor for preparing or restoring plant site haul routes, storage or office areas. SP-8 PROTECTION OF PROPERTY 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. Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. 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, Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, Contractor shall coordinate his activities with FAA Facilities at Lubbock Preston Smith International Airport. Contractor should anticipate conflicts with existing utilities. Where conflicts are encountered, Contractor shall reroute electrical conduits, ducts, water pressure lines and/or force mains around gravity lines which will take precedence over pressure lines for maintaining vertical alignment as shown on plans. Conflicts between pressure lines shall be resolved as ordered by Engineer. No additional payment will be made for rerouting utilities due to conflicts. Certain runway and taxiway lights and signs and electrical cables are not scheduled to be removed or abandoned under this contract. Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways and taxiways which will be open for night operations. 01272216 SP - 5 10/16 i i Contractor shall protect existing lighting fixtures from damage during construction by his operations. An inventory of existing fixtures shall be taken before construction begins and Contractor shall be responsible for the cost of ._ replacement of any fixtures damaged by his operations. SP-9 ELECTRIC POWER AND NATURAL GAS 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. 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 Contractor will be responsible for laying out the work from existing paving and structures. Engineer will check grade control and major layouts at his discretion, but this check will not relieve Contractor of his responsibility of correctly locating line and grade in accordance with the plans and specifications. 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 Contractor shall be allowed no extra compensation therefor. 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 Engineer may set for either his own or Contractor's guidance shall be scrupulously preserved by Contractor. In case of negligence on the part of 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 Contractor, at the discretion of Engineer. SP-11 WATER FOR CONSTRUCTION Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. 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 Contractor during construction shall be made directly with the City of Lubbock water utility department. SP-12 MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, Contractor shall bear the cost of all material tests required before approval of a material source or mix design. The City will bear the cost of all passing commercial laboratory tests required during construction and Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of Contractor. Agsreizates -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. 01272216 SP - 6 10/16 Cementitious Materials -Certifications on material used. Aagregate Base -Per specifications. 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 famish a product of uniform quality or if the product from any source proves unacceptable at any time, Contractor shall famish approved material from another source. SP-13 BARRICADES, SIGNS, AND HAZARD MARKINGS Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals, and lights for the protection of the work and the safety of the public for both land and air traffic. Before closing existing runways or taxiways, warning signs for air traffic shall be placed at such locations and shall be visible day and night. A runway closed because of construction or other activities or hazards shall have appropriate FAA standard markings. Any movement of Contractor's vehicles or equipment on or across landing areas shall carry FAA standard markings or flags. Movement of other vehicles responsible to Contractor shall be under escort, as specified in Paragraph SP-6, AIRPORT OPERATIONS SECURITY. Taxiways closed to traffic shall be protected by effective barricades. Spacing of barricades shall be as directed by Engineer. Barricades for aprons closed to traffic shall consist of heavy duty barricades with reflective striping and a flashing light on each end as shown in detail on the plans. Barricades shall be spaced with no more than 10' clearance between the ends. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways, taxiways and roadways. Obstructions shall be illuminated at night. The proper illumination of obstructions is critical to the safe operation of aircraft on the Airport. All warning lights shall be equipped with photocell controls to automatically turn on the lights at night and turn them off at daytime. The lights shall be checked daily by Contractor to assure that batteries or power cells are in working order. In addition, the lights shall be checked by Contractor at night on a daily basis. Any lights found to be out of order, flashing weakly or in otherwise less than acceptable operating condition shall be immediately replaced or repaired. Engineer may suspend work on the project if Contractor's warning lights are not maintained in an acceptable manner. A $25.00 charge will be assessed Contractor for each light, per day, found to be inoperative by Owner's personnel or representatives. SP-14 PREVENTION OF AIR AND WATER POLLUTION Contractor shall use suitable precaution to minimize air and water pollution during the progress of work. Contractor shall comply with directives given by Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156 - Temporary Air and Water Pollution Soil Erosion, and Siltation Control. Item P-156 - Temporary Air and Water Pollution Soil Erosion, and Siltation Control, is included in the technical specifications for this project. SP-15 PROGRESS SCHEDULE < $ Within 10 days after award of the contract, Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to Owner 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 01272216 SP - 7 10/16 ` ' 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 Owner. Revision or changes in the approved progress schedule may be made only with approval of Owner. 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 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, Contractor shall also maintain operational safety on the Airport in accordance with FAA's Advisory Circular 150/5370-2 (latest version) - Operational Safety on Airports during Construction, included in the Appendix of these Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from Engineer and Director of Aviation. Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt and other debris in areas where hauling is permitted on or across any active apron, runway or taxiway, or in areas temporarily closed - which are subject to opening on short notice. All rocks, gravel, dirt or other debris shall be removed immediately by Contractor. SP-17 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, 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, 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 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 Owner, and Owner shall have approved same. The insurance coverage indicated in the General Conditions shall also include Engineer, Parkhill, Smith & Cooper, Inc. as an additional insured. A certificate of Insurance is included in the specifications and Contract Documents for this project. Contractor will be required to have five 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 Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. 01272216 SP - 8 c. 10/16 i 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 as directed by Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of Owner, unless otherwise indicated. All materials and debris specified to be disposed of by Contractor shall become the property of Contractor and shall be properly disposed of off the airport property by 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 Engineer and authorized by him in writing. SP-21 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if it cannot be satisfactorily repaired, removed and replaced at 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 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 Contractor's risk and will be considered unauthorized and, at the option of Engineer, may not be measured and paid for and may be ordered removed and replaced at Contractor's expense. Upon the failure of 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 Engineer, Owner may recover for such defective work or materials on 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 Contractor, which cost will be deducted from any money due him. SP-22 DISPUTED CLAIMS FOR EXTRA WORK In case Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by Engineer as an extra, Contractor shall notify 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 Engineer every facility for keeping actual cost of the work. Failure on the part of Contractor to give such notification or to afford 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 Contractor and the keeping of costs by Engineer shall not in any way be construed to prove validity of the claim. When the work has been completed, Contractor shall within 10 days file his claim for extra compensation with Engineer, who will present it to Owner for consideration. SP-23 FEDERAL PARTICIPATION Not applicable to this Project. 01272216 SP - 9 j 10/16 1-{ . }} i, SP-24 INDEMNIFICATION Contractor shall indemnify and hold harmless and defend Owner, Engineer and all of 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 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 Contractor will be required to pay any judgment with costs which may be obtained against Owner, Engineer or any of its officer, agents or employees, including attorney's fees. Contractor shall indemnify and hold harmless and defend Owner, Engineer and all of 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 Owner, Engineer, 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 Contractor or 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 Contractor will be required to pay any judgment with costs which may be obtained against Owner, Engineer or any of its officers, agents or employees, including attorney's fees. Contractor agrees that he will indemnify and save 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 Owner so desires, Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. SP-25 OPENING OF SECTION OF AIRPORT TO TRAFFIC Whenever, in the opinion of LBB Operations, pavement is in an acceptable condition, it may be opened to traffic upon the written order of Owner. The opening of any section of the work will be held as an acceptance of said section but shall not be considered as a waiver of any of the provisions of these specifications or contract. Pending final completion and acceptance of the work, all necessary repairs and renewals on any section opened, due to defective material or work, to natural causes other than ordinary wear and tear, or to the operations of Contractor, shall be performed by and at the expense of Contractor. SP-26 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of 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. 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-27 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by Owner to Contractor shall not relieve Contractor of responsibility for faulty materials or workmanship. 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 Contractor with the requirements of this paragraph. 01272216 SP -10 10/16 SP-28 SEPARATE CONTRACTS Owner reserves the right to let other contracts in connection with or in the vicinity of the project. 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. Contractor's coordination with other contractors shall require the approval of Engineer. See Paragraph SP-3 for additional requirements concerning separate contracts. SP-29 SHOP DRAWINGS AND SUBMITTAL PROCEDURES Contractor shall submit to Owner 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 Owner shall pass upon them with reasonable promptness, making required corrections. Contractor shall make any corrections required by Owner, file with him the corrected copies and famish such other copies as may be needed. If Contractor and/or Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for Engineer plus the copies desired by Contractor and/or Manufacturer. Owner's approval of such drawings or schedules shall not relieve Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called Owner'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. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. 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. Schedule submittals to expedite the Project, and deliver to Owner at his business address. Coordinate submission of related items. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. Format 1. Submit all submittals digitally using PDF file extension. Each submittal shall be a single PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including ZIP files, will be rejected. 3. Hard copies not accepted. 4. To ensure each page is legible, PDF pages of drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. The submittal procedures described in this Article applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples to be submitted, not digital files), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, and any other type of submittal submitted to Engineer. SP-30 ENGINEER Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Abilene, Amarillo, Austin, El Paso, Frisco, Lubbock and Midland, Texas and Las Cruces, New Mexico, Engineer of Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. 01272216 SP - 11 10/16 ^' SP-31 TRENCH SAFETY Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations. If depths of trenches are encountered which are over 5 feet, Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall provide alternate shoring details as prepared by a Licensed Professional Engineer in the State of Texas. SP-32 ENGINEER'S FIELD OFFICE Not applicable for this Project. SP-33 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. Contractor, Owner, and all Subcontractors active on the site shall be represented. Contractor shall coordinate and preside at the meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to the work. SP-34 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) NOTIFICATION Owner and Engineer shall be notified in writing at least 72 hours in advance if any water line or fire hydrant will be out of service. 72 hour advance notification shall also be provided prior to performing any work that may close or affect an emergency rescue and firefighting route. SP-35 GEOTECHNICAL INFORMATION Not applicable for this Project. SP-36 OVERHEAD EQUIPMENT SAFETY Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) — OSHA A26.550 (a) (15) when operating cranes and overhead equipment in the vicinity of overhead power lines. 01272216 SP - 12 -- 10/16 SECTION 01025 - MEASUREMENT AND PAYMENT PART 1- GENERAL 1.1 SCOPE i' A. The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, 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 on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, j including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. B. References to "OWNER" within this section shall include OWNER's representatives. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 MOBILIZATION A. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. B. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization.,, 1. Payment will be made at 25 percent of the total mobilization amount with the first progress payment. 2. When 50 percent of the adjusted Contract amount for construction Items is earned, 90 percent of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 3. Payment for the remaining 10 percent of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. 3.2 CLEARING AND GRUBBING A. Payment will be made at the unit bid price for the area, in acres, of turf infield stripped of vegetation and cleared for excavation. Incidental tree roots, stumps and related vegetation considered incidental to this item. This item shall cover all labor and equipment necessary to clear the area to be paved, and shall include any haul off and disposal of waste material. Material to be used for post -construction grading maybe stockpiled and paid for under "Grading in Unpaved Areas." If clearing and grubbing is performed without measurement by Owner, no payment will be made for that removal. 01272216 MEASUREMENT AND PAYMENT 01025 - 1 10/16 3.3 TRAFFIC CONTROL / SAFETY DEVICE A. Payment will be made for traffic control and safety device at the unit price per month. This pay item shall include all barricades, signage, labor, equipment, and incidental materials necessary to protect work zone. All traffic control shall meet the requirement of the latest edition of the manual on Uniform Traffic Control Devices. Construction fencing shall also be covered under this item. If the Owner observes that traffic control/safety devices are left deficient at any time, no payment will be made for traffic control/safety devices. 3.4 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) AND RELATED BEST MANAGEMENT PRACTICES (BMPs) A. Payment will be made for SWPPP and related BMPs at the unit price per month. This pay item shall include preparation of SWPPP, filing of Notice of Intent (NOI), routine inspections and reporting, installation and maintenance of BMPs, and other related items per TPDES General Permit. Price also includes labor and equipment. If the City of Lubbock Stormwater Department observes significant deficiencies and inattention to SWPPP requirements, no payment will be made for SWPPP and related BMPs. 3.5 CURB AND GUTTER REMOVAL A. Payment will be made at the unit bid price for the length, in linear feet, of existing concrete curb and gutter, actually removed. The unit price bid shall include full compensation for sawing, breaking, loading, hauling and salvaging or legally disposing of the material, all labor and equipment necessary to complete the work, and the repair of any damaged items to remain in place. Contractor shall ensure Owner has the opportunity to measure the length of curb and gutter prior to removal. If concrete is removed without measurement by Owner, no payment will be made for that removal. 3.6 ACCESSIBLE RAMP CURB REMOVAL A. Payment will be made at the unit bid price for the length, in linear feet, of existing accessible ramp curb, actually removed. The unit price bid shall include full compensation for sawing, breaking, loading, hauling and salvaging or legally disposing of the material, all labor and equipment necessary to complete the work, and the repair of any damaged items to remain in place. Contractor shall ensure Owner has the opportunity to measure the linear footage of concrete curb prior to removal. If concrete curb is removed without measurement by Owner, no payment will be made for that removal. 3.7 EXCAVATION A. Payment will be made at the unit bid price, in cubic yards, of excavation, as quantified on the plans. Limit of payment for excavation is finished subgrade elevation for all roadway surfaces. The unit price bid shall include full compensation for all hauling, shaping, materials, testing, and all labor and equipment necessary to complete the work. Payment will be made based on plan quantity unless the Contractor disputes the quantity with survey from an RPLS in the State of Texas. 3.8 GRADING IN UNPAVED AREAS A. Payment will be made at the unit bid price, in square yards, of grading in unpaved areas, as indicated on the plans. Limit of payment for grading in unpaved areas is proposed contours 01272216 MEASUREMENT AND PAYMENT 01025 - 2 10/16 shown in the plans. The unit price bid shall include full compensation for all borrowed/stockpiled material, hauling, shaping, fine -grading, preparation, testing, and all labor and equipment necessary to complete the grading in unpaved area work outside the limits of paving. 3.9 SUBGRADE A. Payment will be made at the unit bid price, in square yards, of subgrade preparation within the paving limits shown in the plans, as directed by Engineer. The unit price bid shall include full compensation for subgrade grading, compaction, testing, and all labor and equipment necessary to complete the work. 3.10 AGGREGATE BASE A. Payment will be made at the unit bid price, in square yards, of City of Lubbock specified aggregate base actually installed as shown in the plans. The unit price bid shall include full compensation for all materials, testing, labor and equipment necessary to complete the work. 3.11 2-INCH HOT -MIX ASPHALT PAVING A. Payment will be made at the unit bid price, in square yards, of the hot -mix asphalt paving actually completed, as shown in the plans. The unit bid price for hot -mix asphalt paving shall include all materials, joint testing, hauling, sealing, tack coat, labor, and equipment necessary to complete the work. 3.12 PRIME COAT A. Payment will be made at the unit bid price per gallon of prime applied to the aggregate base course. Target application rate is .3 gallon per square yard. Price shall include all materials, labor, transportation, application, testing, and incidental work necessary to complete the prime coat. 3.13 CONCRETE CURB AND GUTTER A. Payment will be made at the unit bid price, in linear feet, of the curb and gutter actually installed. At driveways, or where curb and gutter is placed monolithically with the pavement, the limits of curb and gutter will be from the theoretical lip to the theoretical back of curb. The unit price bid shall include full compensation for all materials, testing, finishing, curing, sawing, sealing, labor and equipment necessary to complete the work. 3.14 8-INCH CONCRETE PAVEMENT A. Payment will be made at the unit bid price, in square yards, of the jointed, reinforced concrete paving actually installed, as shown on the plans. The unit price bid shall include full compensation for all materials, testing, reinforcing, finishing, curing, sawing, sealing, transportation, labor, and equipment necessary to complete the work. Measurement excludes integral curb and gutter section. 01272216 MEASUREMENT AND PAYMENT 01025 - 3 10/16 P t-, 3.15 4-INCH CONCRETE SIDEWALK A. Payment will be made at the unit bid price, in square yards, of the 4-inch-thick concrete sidewalk actually installed. The unit price bid shall include full compensation for all materials, testing, fiber -reinforcing, finishing, curing, jointing, sealing, transportation, labor, and equipment necessary to complete the work. Measurement excludes footprint of ADA ramp. 3.16 ACCESSIBLE CURB RAMP A. Payment will be made at the unit bid price for each accessible curb ramp of the type specified. The general limits of payment are indicated on the plans, but no additional compensation will be made by Owner for slight modifications necessary to meet field conditions. The unit price bid shall include full compensation for all materials, testing, reinforcing, finishing, curing, jointing, sealing, concrete pavers, labor, and equipment necessary to complete the work. 3.17 ADDITIVE ALTERNATE NO. 1 — EMULSIFIED ASPHALT SEALER A. Payment will be made at the unit bid price, per square yard of material installed. Unit price bid shall cover range of potential application rates as specified. The unit price bid shall include full compensation for all materials, testing, application, transportation, storage, equipment, labor, and any other related items necessary to complete the work. 3.18 ADDITIVE ALTERNATE NO.2 — TICKET EQUIPMENT A. Payment for this item will be made on a lump sum basis. Installation of items associated with Additive Alternate No. 2 as indicated on the drawings shall include the following: All conduit and in -ground pull boxes associated with ticket equipment, camera system, and roadway lighting system will be installed under this option as well as foundations required for existing ticket equipment that will be provided by owner and installed by others, wire to provide power to ticket equipment and message board only, penetrations through building wall, sidewalk repairs, required modifications and installation of circuit breakers at electrical panel for the installation of ticket equipment, cameras, roadway lighting and the installation of a Quad Receptacle inside the Taxi stand at the location indicated on plans to support the IT equipment that will be provided in the future. Contractor will also be responsible for trenching, boring, and backfill associated with conduit installation. Payment for furnishing and installing items listed under this bid item shall include all materials, labor, equipment and tools for installation, and coordination during construction and commissioning or ticket equipment with Owner and/or other contractors. B. It is anticipated that the interconnections between the various items listed will require coordination and in some cases interface devices such as, but not limited to splices, patch cables, termination blocks, wire harnesses, cover plates, boxes, labeling, etc., will be required whether or not these items are shown on the drawings. It is the General Contractor's responsibility to provide the necessary coordination and interface devices required for a complete and working system at no additional cost to Owner. 3.19 ADDITIVE ALTERNATE NO. 3 — CAMERA SYSTEM A. Payment for this item will be made on a lump sum basis. Installation of items associated with Additive Alternate No. 3 as indicated on the drawings shall include the following: Extension of Fiber Optic Cable to the Existing Taxi Stand, Conduit, Trenching, Bored 01272216 MEASUREMENT AND PAYMENT 01025 - 4 10/16 i. i t r" i Conduit, backfill, installation of cable/inner duct, in -ground pull boxes for Fiber optic system, fiber splice terminations and splice enclosure at existing ground box, IT Data Rack, Media Converter Chassis, Fiber Optic Connector terminations, Ethernet switch, camera poles, foundations for camera poles, wire/cable to provide power/communication to cameras from Taxi Stand to locations indicated on plans, necessary penetrations through building wall, sidewalk repairs and coordination with camera system integrator during testing and commissioning of the new cameras. Cameras will be provided by the camera system integrator. Payment for furnishing and installing items listed under this bid item shall include all materials, labor, equipment and tools for installation, and coordination during construction with the owner and security contractor. B. It is anticipated that the interconnections between the various systems identified in this item will require coordination and in some cases interface devices such as, but not limited to splices, patch cables, termination blocks, wire harnesses, cover plates, labeling, etc., will be required whether or not these items are shown on the drawings. It is the General Contractor's responsibility to provide the necessary coordination and interface devices required for a complete and working system at no additional cost to Owner. 1 END OF SECTION 01272216 MEASUREMENT AND PAYMENT 01025 - 5 10/16 ` ' SECTION 01330 - SUBMITTAL PROCEDURES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner or Engineer responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner or Engineer approval. Submittals may be rejected for not complying with requirements. 1.3 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals Schedule: Comply with requirements in Division 01 for list of submittals and time requirements for scheduled performance of related construction activities. C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five-day period, the time allowed for review will be increased to 21 days. 3. Concurrent Review: Where concurrent review of submittals by Owner or other parties is required, allow 21 days for initial review of each submittal. 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubmittal will count toward the submittal count in any five-day period. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. D. Format 1. Submit all submittals digitally using PDF file extension. Each submittal shall be a single PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 01272216 SUBMITTAL PROCEDURES 01330 - 1 10/16 2. Submittals in any other format, including ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, PDF pages of drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. E. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. F. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a consecutively numbered transmittal form. Owner will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or on t previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. { 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. C. Submittal number. d. Destination (To:). e. Source (From:). f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. h. Submittal purpose and description. i. Submittal and transmittal distribution record. j. Remarks. k. Signature of transmitter. G. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. H. Use for Construction: Use only final submittals with mark indicating action taken by �s Owner or Engineer in connection with construction. PART 2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification r Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. { These copies will be retained by Owner. Any additional copies the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 01272216 SUBMITTAL PROCEDURES 01330 - 2 10/16 `_.> 2. Mark each copy of each submittal to show which products and options are f-. applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. C. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. - I. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Schedules. e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by I inches but no larger than 11 x 17 inches. 3. Number of Copies: Submit five copies of each shop drawing submittal. Owner and Engineer will retain all five copies. 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 01272216 SUBMITTAL PROCEDURES 01330 - 3 10/16 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER ACTION A. General: Owner will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner will provide an action review sheet and will mark appropriately to indicate action to be taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal review by the Owner indicates Owner checked for: a. General conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. C. Informational Submittals: Owner will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01272216 SUBMITTAL PROCEDURES 01330 - 4 10/16 �...y SECTION 01356 — STORMWATER POLLUTION PREVENTION PLAN PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. All work related to meeting requirements of TPDES General Permit. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 02300 — Earthwork. 1.2 GENERAL A. Contractor shall implement the Stormwater Pollution Prevention measures specified in the Stormwater Pollution Prevention Plan (SWPPP) in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the stormwater pollution prevention measures specified in the SWPPP to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ or EPA for failure to comply with any part of the permit requirements. Contractor shall submit a Notice of Intent and a Notice of Termination independently of Owner. B. The document provided in the plans is to serve as a skeleton for the SWPPP and is provided only as a convenience to Contractor. Contractor holds responsibility .to ensure SWPPP is in full compliance with the TPDES permit. Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports, and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with permit. C. Fines levied against Owner by the TCEQ for Contractor failure to comply with and maintain the SWPPP shall be paid by Contractor. D. Stormwater must be adequately routed during construction operations in the same general direction as currently occurs. 1.3 EROSION AND SEDIMENT CONTROLS A. General: Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit runoff 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 runoff. B. Stabilized Ingress/Egress 1. Stabilized access to/from the construction site shall be installed as soon as practical and in accordance with the SWPPP. 2. In all cases, Contractor shall ensure that any soil tracked offsite is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed offsite and perform necessary clean-up measures at the end of each work day. 01272216 STORMWATER POLLUTION PREVENTION PLAN 01356 - 1 10/16 C. Silt Fences/Diversion Berms: 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: 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. E. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include, but are not limited to: a. Temporary or permanent seeding or sodding. b. Mulching. C. Geotextiles. d. Vegetative buffer strips. e. Paving. 3. Stabilization measures shall be implemented in accordance with the SWPPP. PART 2 - PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric: Geotextile shall comply with the requirements of ASTM D4439, and consist of polymeric filaments, formed into a stable network so filaments retain relative positions. Filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and contain stabilizers and/or inhibitors added to the base plastic to make filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum six months of expected usable construction life at a temperature range of 0 to 120 degrees F. Filter fabric shall meet the following requirements: Table — 2.1.A - FILTER FABRIC FOR SILT FENCE ; gHYS1rGAL PROPEItT� ,_ TEST P�O�EUiTR�� ��� REQC3IR�ENT K Grab Tensile ASTM D 4632 100 lbs. min. Elon ation ASTM D 4632 30%max: Trapezoid Tear ASTM D 4533 55 lbs. min. Permiittivi ASTM D 4491 0 2 "sOe AOS(U.S. Std. Sieve ASTM D 4751 20-100 B. Silt Fence Stakes and Posts: Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 by 2 inches when hardwood is used and 2 by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Identification Storage and Handling: Filter fabric shall be identified, stored and handled in accordance with ASTM D4873. 01272216 STORMWATER POLLUTION PREVENTION PLAN 01356 - 2 10/16 } l 2.2 COMPOUNDS FOR STRAW BALES A. Straw Bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as Byhalia, Bermuda, etc., furnished in air dry condition. The bales shall have a standard cross section of 14 by 18 inches. All bales shall be wire -bound or string -tied. Contractor may use either wooden stakes or 3/8-inch rebar to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have a minimum dimensions of 2 x 2 inches in cross section and shall have a minimum length of 3 feet. Rebar utilized for securing --, straw bales shall have a minimum diameter of 3/8 inch and a minimum length of 3 feet. 2.3 SAND BAGS A. Sand bags must meet TxDOT standards. PART 3 - EXECUTION 3.1 SWPPP A. SWPPP (SWPPP) will be provided by Contractor. Contractor must keep a copy of SWPPP onsite at all times. B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. Contractor to coordinate NOI for Owner as operator with the City of Lubbock Stormwater Department. C. Contractor shall maintain SWPPP in accordance with the TPDES permit to ensure SWPPP reflects current project conditions and remains in compliance with the TPDES permit. D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. Contractor to coordinate NOT for Owner as operator with the City of Lubbock Stormwater Department. E. Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION 01272216 STORMWATER POLLUTION PREVENTION PLAN 01356 - 3 10/16 SECTION 01400 QUALITY REQUIREMENTS PART 1- GENERAL 1.1 1.2 1.3 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for quality assurance and control. 2. Owner will perform necessary quality assurance testing. Construction materials quality control testing services may be performed by Contractor to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with Contract Document requirements. a. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. b. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. DEFINITIONS A. Construction Materials Testing (CMT): CMT includes collecting of samples, performing well-defined test procedures, and reporting of such data. Contractor may opt to provide CMT for this project for comparison to Owner's quality assurance testing (CME). 1. Quality -Control Services: Tests, inspections, procedures, and related actions performed by Contractor during and after execution of Work with results provided to Owner to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Owner. B. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. Contractor will not provide CME services for this project. CME services will be performed by Owner. 1. Quality -Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Owner will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. 01272216 QUALITY REQUIREMENTS 01400 - 1 10/16 B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. t--r 6. Description of the work and test method. 7. Identification of material, product and specification Section. - 8. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. I 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.4 QUALITY CONTROL A. Owner Responsibilities: Quality -assurance services are Owner's responsibility. Such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. 3. Results from tests performed by Owners forces or third party testing agency remain Owner property. Third party agency personnel are obligated to report results of such tests only to Owner, not Contractor. Owner shall inform the Contractor of such results at their discretion. 4. Owner shall notify Contractor of reported deficiencies revealed by the above inspections and observations. Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the 01272216 QUALITY REQUIREMENTS 01400 - 2 _`--- 10/16 deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. j B. Contractor Responsibilities: Provide quality control services as desired in the various] specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be j performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractors personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner for Owner's testing of work. Once Owner has given prior notification to the Contractor that confirmation testing by Owner is to be performed,. Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress - egress so Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Contractor in performance of duties.+ Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements.' 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. i Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 01272216 QUALITY REQUIREMENTS 01400 - 3 10/16 F 4. Facilities for storage and field -curing samples. of test 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing andin specting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Owner's Representative at least 1 day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are a required. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 01272216 QUALITY REQUIREMENTS 01400 - 4 -r 10/16 } SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. Temporary utilities include, but are not limited to: a. Drainage water service. b. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. C. Electric power service. d. Telephone service. e. Cellular telephone service. f. High speed internet service. 2. Support facilities include, but are not limited to: a. Temporary roads and paving. b. Project identification and signs. C. Field offices. d. Storage and fabrication sheds. e. Construction aids and miscellaneous services and facilities. 3. Protection facilities include, but are not limited to: a. Environmental protection. b. Stormwater control. C. Barricades, warning signs and lights. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02741 - Hot -Mix Asphalt Paving for construction and maintenance of asphalt paving for temporary roads and paved areas. 3. Section 02751 — Portland Cement Concrete Pavement. 1.2 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. P` 01272216 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 10/16 L- ) D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.3 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.4 PROJECT CONDITIONS A. Conditions of Use - the following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART2-PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner. Provide materials suitable for use intended. B. Construction mesh fencing (orange) shall be provided as a minimum to secure the site. C. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2 3/8-inch-OD line posts and 2 7/8-inch-OD corner and pull posts, with 1 5/8-inch-OD top and bottom rails. Provide galvanized steel bases for supporting posts. D. Water: Potable. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be 01272216 TEMPORARY FACILITIES AND CONTROLS 01500 - 2 10/16 SECTION 01555 - BARRICADES, SIGNS, AND TRAFFIC HANDLING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all barricades, portable barriers, signs, cones, and other such type devices and of handling traffic as indicated on the plans or as directed by Owner. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. PART 2 - PRODUCTS 2.1 BARRICADES, SIGNS, AND DEVICES 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. Contractor shall propose his own TCP. If the plan is approved in writing by Owner, it may be used. Prior to beginning work, Contractor shall designate, in writing, a competent person, responsible and available on the project site or in the immediate area to insure compliance with the 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 01272216 BARRICADES, SIGNS, AND TRAFFIC HANDLING 01555 - 1 10/16 i SECTION 01576 - WASTE MATERIAL DISPOSAL PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Disposal of waste material and salvageable material. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 02221 — Removing Existing Pavements. 3. Section 02300 — Earthwork. 1.2 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of T, property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas, Parkhill, Smith & Cooper, Inc. and Hugo Reed and Associates, Inc., as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations shown on drawings outside the limits of Project. B. Other Salvageable Materials: Conform to requirements of individual Specification Sections. 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site in a timely manner and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from property owner. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the WTRDF. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees 01272216 WASTE MATERIAL DISPOSAL 01576 - 1 10/16 01272216 10/16 associated with the West Texas Region disposal Facility, please go to the City's website at http:Hsolidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There may also be a fee per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01025 — Measurement and Payment. END OF SECTION WASTE MATERIAL DISPOSAL 01576 - 2 SECTION 02221- REMOVING EXISTING PAVEMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removal of existing pavements, including but not limited to concrete curb and/or gutter. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02300 — Earthwork. 3. Section 02741— Hot -Mix Asphalt Paving. 4. Section 02751 — Portland Cement Concrete Pavement. 1.2 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PREPARATION A. Obtain advance approval from Owner for dimensions and limits of removal work. B. Identify all utilities below grade. Stake and flag locations. C. Prior to removal of any concrete curb and gutter, Contractor shall survey the section of curb and gutter to determine existing grades and elevations. Submit survey field notes to Owner prior to removal of curb and gutter. All curb and gutter to be replaced will be installed to the original grades and elevations unless otherwise shown on the drawings or as approved by Owner and Engineer. 3.2 PROTECTION A. Protect the following from damage or displacement: 1. Adjacent public and private property. 2. Trees, plants, and other landscape features designated to remain. 3. Utilities not designated to be removed. 4. Pavement and utility structures not designated to be removed. 5. Bench marks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. 01272216 REMOVING EXISTING PAVEMENTS 10/16 02221 - 1 t__ 3.4 3.5 C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. D. Where driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. E. Remove curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at Contractor expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. H. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300 — Earthwork, as applicable to the specific portion of the work. DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION 01272216 REMOVING EXISTING PAVEMENTS 02221 - 2 10/16 SECTION 02300 - EARTHWORK PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General excavation of various materials for subgrade preparation related to paving, flexible base, topsoil placement, and other miscellaneous grading items. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02741— Hot -Mix Asphalt Paving. 3. Section 02751 — Portland Cement Concrete Pavement. 1.2 REFERENCES A. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM C136 - (2001) Sieve Analysis of Fine and Coarse Aggregates. 2. ASTM D422 - (1963; R 2002) Particle -Size Analysis of Soils. 3. ASTM D698 - (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft). 4. ASTM D1140 - (2000) Amount of Material in Soils Finer than the No. 200 Sieve. 5. ASTM D1556 - (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method. 6. ASTM D1557 - (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lb/ft3). 7. ASTM D1586 - (1999) Penetration Test and Split -Barrel Sampling of Soils. 8. ASTM D2487 - (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System). 9. ASTM D2922 - (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). 10. ASTM D3017 - (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). 11. ASTM D4318 - (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 1.3 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. 01272216 EARTHWORK 02300 - 1 10/16 F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical, and electrical appurtenances, or other manmade stationary features constructed above or below the ground surface. G. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. I. Utilities: Include on -site underground pipes, conduits, ducts, and cables. J. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. K. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include manmade fills, trash, refuse, backfills from previous construction, and material classified as satisfactory which contains root and other organic matter or frozen material. Engineer shall be notified of any contaminated materials. L. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D4318, ASTM C136, ASTM D422, and ASTM D1140. M. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D698 or ASTM D1557 as designated in Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B, or C shall be applied as applicable along with corrections according to ASTM D4718. For free draining soils, use maximum reference density according to ASTM D4253. N. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.4 SUBMITTALS A. Material Reports 1. Classification according to ASTM D2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D698 for each onsite or borrow soil material. 1.5 QUALITY ASSURANCE A. Refer to Section 01400 —Quality Requirements. PART 2-PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. 01272216 EARTHWORK 02300 - 2 10/16 U P Satisfactorysoils should have a liquid limit of 45 maximum and a plasticity index of q p tY 15 maximum. C. Unsatisfactory Soils: ASTM D2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of ( optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. F. Flexible Base: 1. Material for flexible base shall consist of crushed caliche (limestone, calcareous clay particles, conglomerate, gravel, or other approved granular materials) produced from oversized quarried aggregate, sized by crushing and produced from a naturally -occurring single source except that blending of clean crushed concrete will be allowed. Blended material must meet requirements for flexible base as defined in this and other sections. Material source shall be subject to approval by Owner. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. Contractor shall not change material sources without approval by the Owner. rr 2. Flexible base material shall conform to the following test requirements: 1 a. Sieve Analvsis P-85V %retained 0 0-10 1 10-35 30-50 1 45-65 1 b. Atterberg Limits - material passing the No. 40 sieve shall be known as "Soil Binder" and meet the following requirements: 1) Liquid Limit: 45 maximum. 2) Plasticity Index: 15 maximum and 3 minimum. 3) Linear Shrinkage: 10 maximum. C. Wet Ball Mill - when tested in accordance with Tex- 116-E (Wet Ball Mill), the material shall have a value not to exceed 55. The percent of material passing the No. 40 sieve shall not increase by more than 25 during the test. G. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. Material shall be suitable for forming a stable embankment and meet the following requirements: 1. Liquid Limit: 45 maximum. 2. Plasticity Index: 15 maximum. 3. Linear Shrinkage: 2 min —10 max. 4. Subgrade material which does not meet the requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 01272216 EARTHWORK 02300 - 3 LJ 10/16 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 6 inches of excavated material. Surface soil that is heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. Hauling, spreading, smoothing, and maintenance of topsoil in preparation for seeding and planting operations are generally considered under a separate section; therefore, not considered in this specification. 3.3 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material or subjected to freeze -thaw action. This prohibition encompasses all foundation types, including natural ground, all prepared subgrades (whether in an excavation or on an embankment), and all layers of previously placed and compacted earth fill which become foundations for successive layers of earth fill. All material that freezes or subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth acceptable to Owner, and replaced with new material. Alternatively, material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. Owner will determine when placement of fill or backfill shall cease due to cold weather. Owner may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 3.4 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements, and similar paths to indicated cross sections, elevations, and grades. 01272216 EARTHWORK 02300 - 4 LJ 10/16 1 } �i 3.5 SUBGRADE PREPARATION A. Subgrade shall be prepared in conformance with lines and grades shown on the plans, or as directed by Owner, by scarifying and compacting to a minimum 95 percent of Standard Proctor Density at a moisture content within 2 percent of optimum. Subgrade shall be constructed in maximum of 6-inch lifts. Total thickness of the subgrade shall be 6 inches minimum. B. Compaction method for subgrade shall provide for lift to be compacted to the specified density using appropriate equipment. After lift of subgrade is complete, tests will be made by Owner with respect to moisture and density using nuclear testing equipment. At any time, Owner may require proof rolling with a 25-ton pneumatic roller to test the uniformity of compaction. C. For subgrade preparation in earth cuts, excavate to top of finish subgrade which will be the limit of payment for excavation. D. Subgrade not covered with base or other paving material within seven days of meeting required density may be subject to retesting and reprocessing as determined by Owner. 3.6 UNSUITABLE MATERIAL A. If unsuitable material is encountered during subgrade preparation regardless of how discovered, Contractor shall take corrective action as directed by Owner. If removal and replacement of material is required or drying is required deeper than 6 inches below subgrade, it will be considered over -excavation and paid for separately. Contractor shall backfill any over -excavation with suitable material and compact to 95 percent of Standard Proctor Density at a moisture content within 2 percent of optimum in accordance with ASTM D698. 3.7 FLEXIBLE BASE CONSTRUCTION A. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. B. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled as required to produce a uniform compaction 98 percent of Standard Proctor Density at a moisture content within 2 percent of optimum. At any time, Engineer may require proof rolling with a 25-ton pneumatic roller to test the uniformity of compaction. C. Completed flexible base shall be cured for at least seven days before finishing. Base shall be maintained by blading, watering, or other methods until the wearing surface is placed. D. Compacted flexible base shall be finished and shaped immediately preceding application of surface treatment. All loose or unconsolidated material shall be removed and surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding, or removing material as required, reshaping, recompacting, or other methods approved by Owner. E. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10-foot-long straight edge, shall be corrected as noted. 01272216 EARTHWORK 02300 - 5 1 10/16 3.8 STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 3.9 UTILITY TRENCH BACKFILL A. Not applicable to this Project. 3.10 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break-up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material to required elevations as directed in Article 3.12 using satisfactory soil material. 3.11 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.12 COMPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Each layer of backfill or fill material should be compacted to a minimum 95 percent of Standard Proctor Density at a moisture content within 2 percent of optimum. 3.13 TESTING A. Testing Agency: Contractor shall specified quality control testing in conformance with Section 01400 — Quality Requirements. Owner to conduct independent quality assurance testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after Owner verified test results for previously -completed work comply with requirements. 01272216 EARTHWORK 02300 - 6 10/16 [4 C. Testingagency will test compaction of soils in lace according to ASTM D 556 and g Y P P g ASTM D2922, as applicable. Tests will be performed at the following locations and y, frequencies: 1. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 2,500 square feet or less of paved area, but in no case fewer than three tests. D. When testing agency reports subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 3.14 GRADING A. General: Uniformly -grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading - finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: ±1 inch. 2. Walks: ±1/2 inch. 3. Pavements: f3/8 inch. 3.15 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash, debris, and excess weeds. 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. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.16 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose off Owner's property according to Section 01576 — Waste Material Disposal. END OF SECTION I_ _, 01272216 EARTHWORK 02300 - 7 10/16 SECTION 02741- HOT -MIX ASPHALT PAVING PART 1- GENERAL MINNEWINOV u_._M A. Section Includes: 1. Hot -mix asphalt paving. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02300 - Earthwork. 3. Section 02764 - Pavement Joint Sealants. 1.2 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D8 for definitions of terms. B. TxDOT: Texas Department of Transportation - Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004. 1.3 REFERENCES A. AASHTO T 102: Spot Test of Asphaltic Materials. B. AASHTO T 245: Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus. C. AASHTO M 248: Standard Specification for Ready -Mixed White and Yellow Traffic Paints. D. Al MS-2: (1994) Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types. E. Al MS-22: Construction of Hot Mix Asphalt Pavements. F. ASTM C29/C29M: (1991; Rev. A) Unit Weight and Voids in Aggregate. G. ASTM C88: (1990) Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. H. ASTM C117: (1995) Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing. I. ASTM C127: (1988; R 1993) Specific Gravity and Absorption of Coarse Aggregate. J. ASTM C128: (1993) Specific Gravity and Absorption of Fine Aggregate. K. ASTM C131: (1996) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. L. ASTM C136: (1996; Rev. A) Sieve Analysis of Fine and Coarse Aggregates. M. ASTM C188: (1995) Density of Hydraulic Cement. N. ASTM D70: (1982; R 1990) Specific Gravity of Semi -Solid Bituminous Materials. O. ASTM D75: (1987; R 1992) Sampling Aggregates. P. ASTM D242: (1995) Mineral Filler for Bituminous Paving Mixtures. Q. ASTM D546: (1994) Sieve Analysis of Mineral Filler for Road and Paving Materials. R. ASTM D692: (1994; Rev. A) Coarse Aggregate for Bituminous Paving Mixtures. S. ASTM D854: (1992) Specific Gravity of Soils. T. ASTM D946: (1982; R 1993) Penetration -Graded Asphalt Cement for Use in Pavement Construction. U. ASTM D979: (1996) Sampling Bituminous Paving Mixtures. V. ASTM D995: (1995; Rev. B) Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures. W. ASTM D1073: (1994) Fine Aggregate for Bituminous Paving Mixtures. 01272216 HOT -MIX ASPHALT PAVING 02741 - 1 10/16 I iL X. ASTM D1075: (1996) Effect of Water on Cohesion of Compacted Bituminous Mixtures. Y. ASTM D1188: (1996) Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens. Z. ASTM D2027: Standard Specification for Cutback Asphalt (Medium -Curing Type). AA. ASTM D2041: (1995) Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures. BB. ASTM D2172: (1995) Quantitative Extraction of Bitumen from Bituminous Paving Mixtures. CC. ASTM D2726: (1996; Rev. A) Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures. DD. ASTM D2950: Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods. EE. ASTM D3381: (1992) Viscosity -Graded Asphalt Cement for Use in Pavement Construction. FF. ASTM D3405: Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements. GG. ASTM D3549: Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens. HH. TEX-126-E: Molding, Testing and Evaluating Bituminous Black Base Materials. II. TEX-204-F: Design of Bituminous Mixtures. JJ. TEX-224-F: Determining Flakiness Index. KK. TxDOT Item 300: Asphalt, Oils and Emulsions. LL. TxDOT Item 301: Asphalt Antistripping Agents. MM. TxDOT Item 320: Equipment for Asphalt Concrete Pavement. NN. TxDOT Item 340: Specification for Dense -Graded Hot -Mix Asphalt (Method). 00. TxDOT Item 662: Work Zone Pavement Markings. PP. TxDOT Item 666: Reflectorized Pavement Markings. QQ. TxDOT Item 672: Raised Pavement Markers. RR. City of Lubbock Specifications: City of Lubbock Street/Drainage Engineering Standard Specifications, Current Version. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include technical data and tested physical and performance properties. B. Job -Mix Designs: Submit a job -mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained throughout this section with materials as specified. Formulas shall indicate physical properties of the mixes as shown by tests made by a commercial laboratory approved by Engineer, using materials identical to those to be provided on this project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by Contractor and approved by Engineer. Provide a new job -mix formula for each source change. Job mix shall be for this specific project. Job mixes developed for other projects, although they may have similar requirements, will be subject to review and approved/denied by Engineer. C. Qualification Data: Submit qualifications for product manufacturers. D. Material Test Reports: 1. Specific gravity test of asphalt. 2. Coarse aggregate tests. 3. Weight of slag test. 4. Percent of crushed pieces in gravel. 5. Fine aggregate tests. 01272216 HOT -MIX ASPHALT PAVING 02741 - 2 10/16 6. Specific gravity of mineral filler. 7. Bituminous mixture tests. 8. Aggregates tests. 9. Bituminous mix tests. 10. Pavement courses. E. Product Submittals: Pavement marking materials. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D3666 for testing indicated, as documented according to ASTM E548. B. Mock -Up Test Section: Prior to full production of the binder and wearing course(s), prepare a quantity of bituminous mixture according to the job -mix formula. Construct a test section 100 feet long by not less than 10 feet wide and of the same compacted depth specified for the construction of the course which the test section represents. Test section may be placed within required project/plan limits as specified, but contractor will be required to remove and replace based on required testing samples or as approved by Engineer. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. Equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. Test not less than two samples of the mixture produced at the plant for gradation, asphalt cement content, stability, flow, air voids, voids in mineral aggregate, and in weight. Obtain not less than three cores from the test strip for density and thickness tests. Check the test section for smoothness and finish surface texture. If test section should prove to be unsatisfactory, make necessary adjustments to the mix design, plant operation, transportation, laydown, and/or rolling procedures. Additional test sections, as required, shall be constructed and evaluated for conformance to the specified requirements. When test sections do not conform to specified requirements, remove and replace the bituminous pavement. A marginal quality test section that has been placed in an area of little or no traffic may be left in place. If a second test section also does not meet specified requirements, remove both sections at Contractor expense. Full production shall not begin without Engineer approval. C. Required Data 1. Job -mix formula shall show: a. Source and proportions, percent by weight, of each ingredient of the mixture; b. Correct gradation, percentages passing each size sieve listed in specifications for mixture to be used, for the aggregate and mineral filler from each separate source and from each different size to be used in the mixture and for the composite mixture; C. Amount of material passing the No. 200 sieve determined by dry sieving; d. Number of blows of hammer compaction per side of molded specimen; e. Temperature viscosity relationship of the asphalt cement; f. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; g. Asphalt absorption by the aggregate; h. Effective asphalt content as percent by weight of total mix; i. Temperature of the mixture immediately upon completion of mixing; j. Asphalt viscosity grade and/or penetration range; and k. Curves for the asphalt stabilized base and hot mix asphalt paving courses. 01272216 HOT -MIX ASPHALT PAVING 02741 - 3 10/16 1.6 DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered to the site for damage and store with a minimum of handling. Store aggregates in such a manner as to prevent segregation, contamination, or intermixing of the different aggregate sizes. Unless otherwise approved, do not store mixture long enough to affect the quality of the mixture, nor in any case longer than 12 hours. If temperature of any HMAC, measured while passing through the lay down machine, is ±25 degrees F from the mixing temperature, the load shall be rejected. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1. Prime and Tack Coats: Minimum surface temperature of 60 degrees F. 2. Asphalt Base Course: Minimum surface temperature of 40 degrees F and rising at time of placement. 3. Asphalt Surface Course: Minimum surface temperature of 60 degrees F at time of placement. 1.8 MIXING PLANT A. Provide mixing plant capable of meeting the needs of the project B. At no time shall the plant hinder the progress of the project. PART2-PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate shall conform to ASTM D692. a. Coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, tough, durable fragments of crushed stone or crushed gravel of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be on the TxDOT Source Rating catalog. Course aggregate shall be crushed to the extent that produces a minimum 80 percent crushed faces for both Type "C" and Type "D" HMAC. b. Coarse aggregate shall have a maximum loss of 25 percent when subjected to five cycles of the Magnesium Sulfate Soundness Test ASTM C88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. When subjected to the Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater than 40 percent by weight. C. Coarse aggregate may be enhanced by the addition of recycled asphaltic pavement (RAP). The material shall be clean without any foreign materials so as to produce a crushed aggregate in conformance with these specifications. 2. Fine Aggregate shall conform to ASTM D1073. a. Fine aggregate shall be that part of the material passing the No. 10 sieve and shall be uniform quality throughout. A maximum of 15 percent of the total virgin aggregate may be field sand or other crushed fine aggregate. 01272216 HOT -MIX ASPHALT PAVING 02741 - 4 10/16 Screenings shall be of the same or similar material as specified for course aggregate. b. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. C. Linear shrinkage shall be a maximum of 3 percent. 3. Mineral Filler shall conform to ASTM D242 and consist of thoroughly dry stone dust, Portland cement or other material dust approved by Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: 1) Percent by Weight Passing No. 8 Sieve: 100. 2) Percent by Weight Passing No. 200 Sieve: 55 - 100. B. Asphalt 1. Asphalt shall be performance grade 64-28 or better, AASHTO Performance Graded Binder Specification (MPl). 2. Contractor shall notify Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. 3. Optimum asphalt content shall be determined by the Test Method Tex 204-F. 4. Asphalt content will be ±0.3 percent of design during production. When asphalt content falls outside these parameters immediate action is required. 5. If at any time the asphalt content falls to 0.5 percent, immediate cease in production will take place until which time Contractor has provided sufficient evidence of the problem being corrected. 6. A maximum 10 percent approved RAP will be allowed within the surface course, as included in the submitted design. C. Emulsified Asphalt Sealer 1. All ASB surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-lH, or 20/80 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. D. Prime Coat: Surface shall be primed using an application of 0.20 to 0.30 gallons per square yard of MC asphalt conforming to ASTM D2027 — MC 30. E. Tack Coat: Asphaltic material for tack coat shall meet the requirements for PG grade asphalt as used in the HMAC Surface Course or AC10. All vertical joints shall be tack coated. F. Joint Sealant: ASTM D3405 or AASHTO M 301, hot -applied, single -component, polymer -modified bituminous sealant. G. Mix Design 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in Al MS-2 - Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types, and complying with the requirement of providing mixes with a history of satisfactory performance in geographical area where Project is located. 2. Surface Course a. Hot mix asphalt concrete surface shall consist of a minimum of 1 1/2-inch-thick compacted mixture of coarse aggregate, fine aggregate, mineral filler, and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, materials and construction shall conform to TxDOT Item 340 Dense Graded Hot Mix Asphalt Method. 01272216 HOT -MIX ASPHALT PAVING 02741 - 5 10/16 b. Mix designs will be in accordance with TX204-F with a lab molded density of 96.5 percent using the Texas gyratory compaction method. With a target VMA (voids in mineral aggregate) to be determined according to type of HMAC utilized. Designs will need to be resubmitted annually or when material properties change. C. Contractor's plant and equipment are subject to approval by Engineer, and shall be appropriate and in suitable condition to produce HMAC surface consistently in compliance with these specifications. Approval of source and character of materials shall be obtained from Engineer prior to use. Combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25 percent when tested in accordance with Test Method Tex 224-F. d. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or liquid anti -stripping agent approved by Engineer. Anti -stripping agents shall meet requirements of TxDOT Item - Asphalt Anti -Stripping Agents, and shall be added at the manufacturer recommended dosage and temperature range. e. Contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex 204-F. 1) If approved by Engineer, Contractor may furnish an alternate mix design based on specific proposed materials. Otherwise the aggregate mixture shall conform to the followin mastergradation: Percent passing 1/2" 98-100 Percent assin ``3/8" 85-100.� Percent passing No.4 50-70 'Percent `assin No. 8 35-46 " Percent passing No.30 15-29 Percent assin No. SO 720 Percent passing No.200 2-7 UMA 2 1) Design min. 15% . Plant roduced nun. 14% 2) Lab -molded density will be f1.0 percent of design before corrective action is required. f1.5 percent will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. Asphalt content will be f.3 percent before corrective action is required. f.5 percent will require immediate cease in production in operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. 3) Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: (a) Liquid Limit shall not exceed 45. (b) Plasticity Index shall not exceed 15. (c) Linear Shrinkage shall not exceed 5. 01272216 HOT -MIX ASPHALT PAVING 02741 - 6 10/16 4) The mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing asphalt. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt materials. 5) If approved by Engineer, Contractor may provide an alternate mix design based on his proposed materials. Contractor materials and mix design shall meet all the performance criteria addressed in these specifications. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll base using heavy, pneumatic -tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application: Immediately following the surface preparation, apply prime coat by means of bituminous distributor. Apply bituminous material at a pressure range of 25 - 75 pounds per square inch within the temperature limits specified herein, and at the rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply bituminous material so uniform distribution is obtained over the entire surface to be treated with slight puddling on the surface. B. Curing: Following the application of bituminous material, allow surface to cure without disturbing for not less than 48 hours, or longer as may be necessary, to attain penetration into the foundation course and evaporation of the volatiles from bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. C. Temperature: Maintain application temperature between 70 and 150 degrees F. D. Protection: Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly -treated surfaces. 3.3 TACK COAT A. Application: Apply tack coat when surface is dry. Immediately following preparation of the surface for treatment, apply bituminous material by means of bituminous distributor, within the limits of temperature specified herein and at a rate of not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply bituminous material so uniform distribution is obtained over the entire surface to be treated. Treat lightly -coated areas and spots missed by the distributor with bituminous material. Following the application of bituminous material, allow surface to cure without being disturbed for period of time necessary to permit setting of tack coat. Apply bituminous tack coat only as far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect treated surface from damage until the succeeding course of pavement is placed. B. Temperature: Maintain application temperature within the temperature range as recommended by TxDOT based on material used. 01272216 HOT -MIX ASPHALT PAVING 02741 - 7 10/16 C. Material Test: Perform spot test for asphalt in accordance with AASHTO T102 on each shipment. D. Traffic Controls: Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so traffic will not travel over freshly -treated surfaces. 3.4 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to all joints. 2. Offset longitudinal joints, in successive courses, a minimum of 6 inches. 3. Offset transverse joints, in successive courses, a minimum of 24 inches. 4. Construct transverse joints as described in Al MS-22 - Construction of Hot Mix Asphalt Pavements. 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of specified course density. 3.5 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or vioraiury-pixie compactors in areas inaccessioie to rollers. 1. Maximum placement temperature should be 260 degrees F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown, rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course is uniformly compacted to 93 to 98 percent of theoretical maximum lab -molded density. D. Finish Rolling paved surfaces to remove roller marks while hot -mix asphalt is still warm. E. Edge Shaping: While surface is compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.6 INSTALLATION TOLERANCES A. Thickness - compact each course to produce thickness indicated within these tolerances: 1. Surface Course: +1/4 inch, no minus. 01272216 HOT -MIX ASPHALT PAVING 02741 - 8 10/16 B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Surface Course: 1/8 inch. 2. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. C. Ponded Areas deeper than 1/8 inch shall be removed and replaced. 3.7 FIELD QUALITY CONTROL A. Testing Agency: Contractor may perform own quality control field tests and inspections and prepare test reports. Testing agency will conduct and interpret tests and state in each report whether tested work complies with or deviates from specified requirements. The City of Lubbock will also perform quality assurance testing, determine where samples will be taken, and will split sample with Contractor if Contractor opts to test. B. A referee sample will be taken at the same time and held. Referee testing will only be performed if Contractor performs quality control testing. C. Contractor may perform additional testing and inspecting, at Contractor expense, to determine compliance of replaced or additional work with specified requirements. D. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined according to ASTM D3549. E. Surface Smoothness: Finished surface of each hot -mix asphalt course will be tested for compliance with smoothness tolerances. F. In -Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to ASTM D979 or AASHTO T 168. 1. Reference maximum theoretical density will be determined by averaging results from four samples of hot -mix asphalt -paving mixture delivered daily to site, prepared according to ASTM D2041, and compacted according to job -mix specifications. 2. In -place density of compacted pavement will be determined by testing core samples according to ASTM D 118 8 or ASTM D 2726. a. One core sample will be taken for every 400 square yard or less of installed pavement. G. Remove and replace or install additional hot -mix asphalt where test results or measurements indicate that it does not comply with specified requirements. H. Owner will take confirmation tests at Owner expense. Contractor shall cooperate with Owner's testing agency. Failing tests taken at Owner direction shall be charged to Contractor. Failing test charges shall include pro-rata technician charges, actual failing test charge, pro-rata mileage charge, and other prorated charges. 3.8 DISPOSAL A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal. Do not allow excavated materials to accumulate onsite. END OF SECTION 01272216 HOT -MIX ASPHALT PAVING 02741- 9 10/16 SECTION 02751- PORTLAND CEMENT CONCRETE PAVEMENT PART 1- GENERAL A. Section Includes: 1. Concrete pavement. 2. Curb and gutter. 3. Sidewalks. 4. Where Contractor elects to remove, or required to remove, and replace concrete pavement, curb and gutter, driveway (alleys), and sidewalks as well as repair or replacement of facilities otherwise damaged by Contractor operations. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 02221 — Removing Existing Pavements. 3. Section 02300 — Earthwork. 4. Section 02741— Hot -Mix Asphalt Paving. 5. Section 02764 — Pavement Joint Sealants. 1.2 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. B. TxDOT: Texas Department of Transportation - Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004. C. DMS: TxDOT Department of Material Specifications. 1.3 SUBMITTALS A. Submit product data in accordance with Section 01330 — 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. Design shall indicate target unit weight of mix. Mix design shall not be in excess of 30 days old without Engineer approval. D. Design mix submittals shall include: 1. Fine aggregate gradation. 2. Course aggregate gradation. 3. Loss from five -cycle magnesium sulfate or sodium sulfate test on all aggregate. 4. Cement content. 5. Fly ash content. 6. Water content. 7. All admixtures. 8. Maximum slump. 9. Percent air entrainment. 10. Seven-day flexural strength. 11. Seven-day compressive strength. 12. 28-day compressive strength. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 -1 10/16 E. Material Test Reports from a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on flexural and 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. F. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave -outs, sawing, inspection, testing, construction methods, other details and description of all equipment. List certified personnel performing the testing. Submit revisions to the paving and quality control plan for approval. 1.4 QUALITY ASSURANCE A. Installer Qualifications: 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 C94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready -Mix Concrete Association's Plant Certification Program. 2. Inspection report signed and sealed by a licensed professional engineer showing that concrete measuring, mixing, and delivery equipment meets all requirements of ASTM C94. A new certification or signed and sealed report is required every time a plant is moved. Provide a copy of the certification or signed and sealed inspection report to Engineer. 3. _ When equipment or facilities fail to meet specification requirements, remove from service until corrected. 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. When there are changes in material, brand, source, or chemical admixtures, reevaluate the mix as a new mix design. 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. 1.5 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 2 10/16 PART2-PRODUCTS 2.1 FORMS A. Pavement Forms: Provide metal side forms of sufficient cross section, strength and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from kinks, bonds or warps that could affect ride quality or alignment. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 feet in length. 2.2 PLACING, CONSOLIDATING, AND FINISHING EQUIPMENT A. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine -finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip -forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. B. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand -operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment -mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. C. The paving equipment described in this Section may not be fully required for small or irregular areas, as approved by the Engineer. 2.3 REINFORCING STEEL INSERTING EQUIPMENT A. Do not use inserting equipment in place of two-piece tie bars or drilled and epoxy bars. 2.4 TEXTURING EQUIPMENT A. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. Use an artificial grass -type carpet having a molded polyethylene pile face with a blade length of 5/8 to 1 inch, a minimum weight of 70 oz per square yard, and a strong, durable, rot -resistant backing material bonded to the facing. 2.5 CURING EQUIPMENT A. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 3 10/16 area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand -operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. 2.6 SAWING EQUIPMENT A. Provide power -driven concrete saws to saw the joints shown on the plans within 24 hours of placement. Provide standby power -driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. 2.7 GRINDING EQUIPMENT A. When required, provide self-propelled powered grinding equipment that is specifically .designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-foot width longitudinally in each pass without damaging the concrete. 2.8 TESTING EQUIPMENT A. Provide testing equipment regardless of job -control testing responsibilities in accordance with TxDOT Item 421 - Hydraulic Cement Concrete, unless otherwise shown in the plans or specified. 2.9 CORING EQUIPMENT A. When required, provide coring equipment capable of extracting cores in accordance with the requirements of Tex-424-A. 2.10 MISCELLANEOUS EQUIPMENT A. Furnish both 10- and 15-foot steel or magnesium long -handled standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. Furnish date stencils to impress pavement placement dates into the fresh concrete, with numerals approximately 2 inch high by 1 inch wide by 1/4 inch deep. 2.11 STEEL REINFORCEMENT A. Reinforcement Bars: ASTM A615/A615M, Grade 60, deformed. B. Joint Dowel Bars: Plain steel bars, ASTM A615/A615M, Grade 60. Cut bars true to length with ends square and free of burrs. C. Tie Bars: ASTM A615/A615M, Grade 60, deformed. D. Hook Bolts: ASTM A307, 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. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 4 10/16 �_- �r E. 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 - 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 feet, 0 inches maximum in any direction. 3. Place vertical reinforcement supports drilled into sub -base material to prevent horizontal movement of reinforcing steel. 2.12 CONCRETE MATERIALS A. General: Use same brand and type of cementitious material from same manufacturer throughout the Project. B. Portland Cement: ASTM C150, Type I, II, or I -II. Fly ash may be substituted at a rate up to 30 percent by absolute volume of cement. C. Aggregate - ASTM C33, 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. 4. Aggregate shall be graded from fine to coarse and shall conform to ASTM C136. Gradation for aggregate shall meet the following requirements by weight: �_ ..I<'IN�. �RE�A�-_�� ---� ;.-�U�►7���,A��I;�-'�- :1H �,=� w 3/8 inch 0 1 3/4 inch 0 I '1/2 inch " 0=S No. 8 No.16 20-55 : - - - 3/4 etch :; ..: ; : 10-40 No. 30 45-75 1/2 inch 40-75 No. 50, 70-90 _ No '4 95-100 No. 100 98-100 a. Maximum amounts of organic impurities shall conform to ASTM C40 and ASTM C87. Maximum amounts of impurities finer than the 4200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C123. Maximum amounts of friable particles shall conform to ASTM C142. b. Fine aggregate shall have a sand equivalent of at least 80 in accordance with Tex-203-F. Provide fine aggregate with fineness modules between 2.3 and 3.1 per ASTM C33. C. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as 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. d. Deleterious Material: 20 percent maximum. e. Decantation: 1.5 percent maximum. f. Flakiness Index: 17 maximum. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 5 10/16 5. Coarse aggregate shall have a maximum loss of 25 percent when subjected to five cycles of the magnesium sulfate soundness test or a maximum loss of 12 percent when subjected to five cycles of a sodium sulfate soundness test (ASTM C88). 6. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C131 or ASTM C535. 7. 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 percent by weight of particles with one or more fractured faces and 75 percent 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. 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 3 to 1. 8. Reactivity: a. Aggregates shall be tested for deleterious reactivity with alkalis in the cement, which may cause excessive expansion of the concrete. Tests of coarse and fine aggregate shall be made in accordance with ASTM C1260. If the expansion of the coarse or fine aggregate test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 percent at 16 days from casting, the coarse or fine aggregates shall be accepted. b. If the expansion at 16 days is greater than 0.10 percent, tests of combined materials shall be made in accordance with ASTM C1260 or ASTM C1567 using the aggregates, cementitious materials, and/or specific reactivity reducing chemicals in the proportions proposed for the mixture design. If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1260 or ASTM C1567, does not exceed 0.10 percent at 30 days from casting, the proposed combined materials will be accepted. If expansion of proposed combined materials test specimens is greater than 0.10 percent at 30 days, aggregates will not be accepted unless adjustments to combined materials mixture can reduce the expansion to less than 0.10 percent at 30 days. Contractor may continue to make adjustments to the mix design until the test produces a passing result. If for some reason a Contractor cannot meet the specification by making adjustments to the mix design, then Contractor shall look at the option of using a new aggregate source. New aggregates shall be evaluated and tested. D. Water: ASTM C94. 2.13 ADMIXTURES A. General: Admixtures certified by manufacturer to contain no 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 C260. Certified by manufacturer to be compatible with other required admixtures. C. Water -Reducing Admixture: ASTM C494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C494, Type F or Type G. E. Water -Reducing and Accelerating Admixture: ASTM C494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C494, Type D. G. Fly Ash: Class C in accordance with ASTM C618 and up to 30 percent maximum by weight of cement. j l 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 6 10/16 2.14 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Owner. B. Fiber reinforcement shall be 100 percent virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type III. The quantity of fiber reinforcement used shall be 1.5 lbs per cubic yard, or as recommended by the fiber manufacturer. C. Specific gravity - .91. D. Tensile Strength — 70,000 psi to 100,000 psi. E. Length — 3/4 inch. 2.15 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 180 square feet per gallon. 2.16 EPDXY A. Provide Type III epoxy in accordance with DMS-6100 - Epoxies and Adhesives, for installing all drilled -in reinforcing steel. 2.17 EVAPORATION RETARDANT A. Provide evaporation retardant conforming to DMS-4650 - Hydraulic Cement Concrete Curing Materials and Evaporation Retardants. 2.18 JOINT SEALANTS AND FILLERS A. Refer to Section 02764 — Pavement Joint Sealants. 2.19 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Texture Surface for Ramps 1. Meet requirements of the Texas Accessibility Standards. 2. Concrete paver units shall meet all requirements of ASTM C936 and C33 and shall be laid in a two -by -two unit basket weave pattern. 3. Color as selected by Owner. To be a contrasting color with the adjacent surfaces. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. 5. Texture surface requirements for ramps may be modified by Owner at any time to comply with Texas Accessibility Standards. No additional compensation will be made for such modification. C. Bonding Agent: Polyvinyl acetate or acrylic base. D. Sand Cushion: Clean, manufactured, or natural sand with plasticity index of 8 or less. 2.20 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. 01272216 10/16 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 7 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. Classification - following classes of concrete shall be used: 1. Class A - curb and gutter, standard sidewalks, and curb ramps. 2. Class C - concrete street paving, fillets, and valley gutters. D. Proportion mixes to provide concrete with Water-Cementitious Materials Ratio as shown in Section E.2. E. Mix Design 1. At least 15 days prior to beginning any concrete pavement construction Contractor shall submit the following to 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 five -cycle magnesium sulfate soundness test (not to exceed 25 percent) or the loss from five -cycles of sodium sulfate soundness test (not to exceed 12 percent). b. A mix design based on water -cement ratio. C. Results of flexural and compression tests in conformance with ASTM C39 and/or flexural tests in conformance with ASTM C78, made by an approved commercial testing laboratory. Tests shall be made on six cylinders and/or six beams at curing times appropriate to the class of concrete. 2. Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. Mix designs for various classes of concrete shall contorm to the tollowin : lYlaninum Wafer 1YIimm Slum'Y _ Incfies A 0.45 . 5 C formed 0.40 6 F. Strength Requirements - test at least three sets of design strength specimens with two specimens per set. The various classes of concrete shall conform to the following streneths in osi as determined by the averaize of two test cvlinders and beams: A - 2,100 3,000 C - 2,500 3,600 570 680 G. Properties 1. Air Entrainment: 5 percent ASTM C260. If the air content is more than 1 1/2 percentage point below or 3 percent above the required air, the load of concrete will be rejected. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.5 lb per cubic yard (where applicable). 3. Fly ash: Not more than 30 percent by absolute volume of cement. 2.21 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C94 and ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 and 90 degrees F, reduce mixing and delivery time from 90 to 75 minutes; when air temperature is above 90 degrees F, reduce mixing and delivery time to 60 minutes. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 8 10/16 2. Mixing and delivery time starts at time of batching. B. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C94. Mix concrete materials in an appropriate method and as approved by the Engineer. 1. For mixers of 1 cubic yard or smaller capacity, continue mixing at least 90 seconds, 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 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. 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. Batch ticket shall also indicate batching operation variances according to ACI 304R. a. Cement and supplementary cementitious material within tl percent of desired weight. b. Aggregates measured within t2 percent of desired weight (±I percent when cumulative weight is taken). C. Allowable water adjusted for free moisture in aggregates. d. Admixtures discharged separately within a volumetric tolerance of t3 percent using a method that does not allow concentrated admixtures to contact each other. 4. When using non -agitating equipment for transporting concrete, provide equipment with smooth, mortar -tight metal containers equipped with gates that prevent accidental discharge of the concrete. 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 PLACING AND REMOVING FORMS A. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. B. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 inch under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 9 10/16 C. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. D. Forms that are not the same depth as the pavement but are within 2 inches of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved ,wood or metal forms for curves of 100-foot radius or less. 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 - 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. Reinforcing Steel and Joint Assemblies: Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid -depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-foot longitudinal length of each lane of the pavement. Use multiple -piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. Verify that tie bars that are drilled and epoxied into concrete at longitudinal construction joints develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after seven days. Test 15 bars using ASTM E488, except that alternate approved equipment may be used. All 15 tested bars must meet the required pullout strength. If any of the test results do not meet the required minimum pullout strength, perform corrective measures to provide equivalent pullout resistance. Repair damage from testing. Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. B. 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. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 10 10/16 C. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than 0.5 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. D. 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. E. Curb and Gutter 1. Place 3/4-inch pre -molded expansion joints at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. 2. Locate construction joints of at least 3/4-inch depth at 10-foot intervals. F. Sidewalk 1. Place 3/4-inch expansion joint material where new construction abuts an existing structure, sidewalk, etc. 2. Place expansion joints at 36-foot spacing (max). 3. Place weakened plane joints at 5-foot spacing (max). They shall be 1/4-inch wide by 3/4-inch deep. G. Driveways and Pavements 1. Install dowel bars and support assemblies at joints. Dowel bar spacing and size as directed by Engineer. Lubricate or asphalt -coat half of dowel length to prevent concrete bonding to one side of joint. 2. Sawed Joints: Form contraction joints after initial set by saw -cutting to match detail/dimensions shown in plans. 3.5 CONCRETE DELIVERY A. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 inches. Segregated concrete is subject to rejection. Place agitated concrete within 60 minutes after batching. Place non -agitated concrete within 45 minutes after batching. In hot weather or under conditions causing quick setting of the concrete, times may be reduced by Engineer. Time limitations may be extended if Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. The truck shall provide the load ticket indicating sights of all concrete ingredients. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 11 10/16 3.6 CONCRETE PLACEMENT A. Concrete Placement: Do not allow the pavement edge to deviate from the established paving line by more than 0.5 inch at any point. Place the concrete as near as possible to final location, and minimize segregation and rehandling. Where hand spreading is necessary, distribute concrete using shovels. Do not use rakes or vibrators to distribute concrete. 1. Pavement: Consolidate all concrete by approved mechanical vibrators. Use immersion -type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand -operated vibrators to consolidate concrete in areas not accessible to the machine -mounted vibrators. Do not operate machine -mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. B. Curbs and Gutters: When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete. C. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. D. 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. Concrete is not to be placed when air temperature has fallen to, or expected to fall below, 40 degrees F or when sustained winds are 25 mph or higher as determined by the Texas Tech University mesonet sites in Lubbock. 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. E. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees 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. F. Date Imprinting: Imprint dates in the fresh concrete indicating the date of the concrete placement. Make impressions approximately 1 foot from the outside longitudinal construction joint or edge of pavement and approximately 1 foot from the transverse construction joint at the beginning of the placement day. Orient the impressions to be read from the outside shoulder in the direction of final traffic. Impress date in DD-MM-YY format. Imprinting of Contractor name or logo in similar size characters to date is allowed. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 12 10/16 3.7 CONCRETE FINISHING A. Finish all concrete pavement with approved self-propelled equipment. Use power -driven spreaders, power -driven vibrators, power -driven strike -off, and screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 1. Finished Surface: As soon as the concrete has hardened sufficiently, the pavement surface shall be tested in all directions with a 16-foot straightedge or other specified device. Surface smoothness deviations shall not exceed 1/4-inch from a 16-foot straightedge at any location, including placement along and spanning any pavement joint or edge. For small pours, including intersections and irregularly shaped areas, no deviation exceeding a 1/8-inch from a 10-foot straightedge shall exist. a. Areas in the slab showing high spots shall be marked and immediately ground down with an approved grinding machine to an elevation that falls within the tolerance. Where the departure from the correct cross section exceeds 1/2 inch, the pavement shall be removed and replaced at the expense of Contractor when so directed by Engineer. 2. In addition to the 16-foot straight edge, Contractor shall furnish a 25-foot wheel base Maintenance of Surface Moisture: Prevent surface drying of the pavement before application of the curing system. Accomplish this by fog application of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shut down of pavement operations. 3. Surface Texturing: Perform surface texturing using a carpet drag. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. a. A metal -tine texture finish is required unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 inch deep, with a minimum depth of 1/8 inch, and approximately 1/12 inch wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on other irregular sections of pavements. Repair damage to the edge of the slab and joint immediately after texturing. 4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. 5. Emergency Procedures. Use hand -operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 13 10/16 3.8 CONCRETE PROTECTION AND CURING A. Curing: Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. If forms are removed during day of placement, apply curing compound to exposed areas. When placing concrete pavement, place curing compound on backside of curb. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least three curing days unless specified otherwise. A curing day is defined as a 24-hour period when either the temperature taken in the shade away from artificial heat is above 50 degrees F for at least 19 hours or when the surface temperature of the concrete is maintained above 40 degrees F for 24 hours. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. B. Protect freshly placed concrete from excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and follow recommendations in ACI 305R for hot weather protection during curing. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hours after placement. Repair or replace all concrete damaged by freezing. C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/square foot 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. D. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. E. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. 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: After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 square feet per gallon. Apply the first coat within 10 minutes after completing texturing operations. Apply the second coat within 30 minutes after completing texturing operations. a. Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound. b. Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the tining grooves. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 14 10/16 4. Curing Class E Concrete: For all Class HES concrete pavement, provide membrane curing in accordance with Section 360.4.I.1 -Membrane Curing, followed promptly by moisture curing until opening strength is achieved but not less than 24 hours. 3.9 SAWING JOINTS A. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Once sawing has commenced it shall be continued until completed and all such sawing must be completed within 24 hours of placement. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hours of curing. 3.10 PROTECTION OF PAVEMENT AND OPENING TO TRAFFIC A. Testing for early opening is the responsibility of Contractor regardless of job -control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement: Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. a. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to All Traffic: Pavement may be opened to all traffic when it has reached 75 percent of the specified 28-day compression strength. Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. 3. Opening Pavement to Construction Equipment: Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hours old and opening strength has been demonstrated in accordance with "Early Opening to All Traffic," before curing is complete. Keep delivery equipment at least 2 feet from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 foot from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4. Early Opening to All Traffic: Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 2,800 psi, except that pavement using Class HES concrete may be opened after 24 hours if the specified strength is achieved. a. Strength Testing: Test concrete specimens cured under the same conditions as the portion of the pavement involved. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 15 10/16 5. Emergency Opening to Traffic: Under emergency conditions, when the pavement is at least 72 hours old, open the pavement to traffic when directed in writing. Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. 3.11 PAVEMENT THICKNESS A. Owner will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. Owner will perform 1 thickness test consisting of one reading at approximately every 500 square yards or fraction thereof. Core where directed in accordance with Tex-424-A to verify deficiencies of more than 0.2 inches from plan thickness and to determine the limits of deficiencies of more than 0.75 inches from plan thickness. Fill core holes using a concrete mixture and method approved by Owner. 1. Thickness Deficiencies Greater than 0.2 inches: When any depth test measured in accordance with Tex-423-A is deficient by more than 0.2 inches from the plan thickness, take one 4-inch diameter core at that location to verify the measurement. If the core is deficient by more than 0.2 but not by more than 0.75 inches from the plan thickness, take two additional cores from the unit (as defined in Section 3.11.A.3 - Pavement Units for Payment Adjustment) at intervals of a least 150 feet and at locations selected by Owner, and determine the thickness of the unit for payment purposes by averaging the length of three cores. In calculations of the average thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 inches will be considered as the specified thickness +0.2 inches. 2. Thickness Deficiencies Greater than 0.75 inches: If a core is deficient by more than 0.75, take additional cores at 10 foot intervals in each direction parallel to the centerline to determine the boundary of the deficient area. Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 inches but not more than 1 inch. As directed, remove and replace the deficient areas without additional compensation or retain deficient areas without compensation. Remove and replace any area of pavement found deficient in thickness by more than 1 inch without additional compensation. 3. Pavement Units for Payment Adjustment: Limits for applying a payment adjustment for deficient pavement thickness from 0.20 to not more than 0.75 inch are 500 feet of pavement in each lane. Lane width will be as shown on typical sections and pavement design standards. a. For greater than 0.75-inch deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by Owner. The remaining portion of the unit determined to be less than 0.75-inch deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10-foot interval investigation as determined by Engineer. b. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 feet wide or wider will be considered as lanes. Shoulders less than 6 feet wide will be considered part of the adjacent lane. C. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 feet in length. Ares less than 500 feet in length will be individually evaluated for payment adjustment based on the plan area. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 16 10/16 1_.� 4. Deficient Thickness Adjustment: Where the average thickness of pavement is deficient in thickness by more than 0.2 inches but not more than 0.75 inches, payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Article 3.11.A.3 - Pavement Units for Payment Adjustment. Table 2 - DEFICIENT THICKNESS PRICE ADJUSTMENT FACTOR a antr e rip -I ho Not deficient 1.00 Over 0.20 through 0.30 0.80 Over 0.30: throt` h 0.40 Over 0.40 throu h 0.50 0.68 `., ;- : Over 0.50 thro " h 0.75 3.12 PAVEMENT MARKINGS A. No marking in this Project. 3.13 FIELD QUALITY CONTROL A. Testing Agency: Owner will sample materials, perform tests, and submit test reports during concrete placement. Contractor may opt to test as well. Personnel performing testing must either be ACI-certified or qualified by a recognized equivalent written and performance testing program for the tests being performed. Sampling and testing for quality control include those specified in this Article. B. Job -Control Testing: Unless otherwise shown on the plans, the Owner shall perform all fresh and hardened concrete job -control testing at the specified frequency. Use of a commercial laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test methods. A copy of all tests results will be made available. Owner will direct random job -control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test results, including tests performed for verification purposes, does not meet specification requirements. C. Job -Control Strength: Unless otherwise shown on the plans or permitted by Owner, use seven-day job -control strength testing in accordance with ASTM C78. When a job -control concrete strength test value is more than 10 percent below the required job -control strength or when three consecutive job -control strength values fall below the required job -control strength, investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause. Take Lnecessary action to correct the problem, including redesign of the concrete mix if needed. Owner may suspend concrete paving if Contractor is unable to identify, document, and correct the cause of low strength test values in a timely manner. If any job -control strength J is more than 15 percent below the required job -control strength, Owner will evaluate the structural adequacy of the pavements. When directed, remove and replace pavements found to be structurally inadequate at no additional cost. D. 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 C172, except modified for slump to comply with ASTM C94. 2. Provide Owner the opportunity to witness all tests by Contractor. Owner may require a retest if not given the opportunity to witness. Furnish a copy of all test 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 17 10/16 results to Engineer daily. Check the first few concrete loads for slump, air, and temperature on start-up production days to check for concrete conformance and consistency. Flexural and Compressive -Strength Tests: ASTM C78 and ASTM C39; one set for each day's pour of each concrete class exceeding 5, but less than 25 cubic yards, plus one set for each additional 100 cubic yards. One specimen shall be tested at seven days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. Perform slump, air, and temperature tests each time strength specimens are made. Monitor concrete temperature to ensure that concrete is consistently within the temperature requirements. Owner will direct random job -control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes, does not meet specification requirements. 3. When frequency of testing will provide fewer than five 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. 4. Slump: ASTM C143; one test at point of placement for each 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. 5. Air Content: ASTM C231, pressure method; one test for each strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 6. Concrete Temperature: ASTM C1064; one test hourly when air temperature is 40 degrees F and below and when 80 degrees F and above, and one test for each set of strength specimens. 7. Test Specimens: ASTMC31/C31M; one set of two standard beams and one set of four standard cylinders for each flexural and compressive -strength test, unless otherwise indicated. Flexural strength test specimens will be cured under the same conditions as the portion of pavement involved. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. E. Test results shall be reported in writing to Owner and Contractor within 24 hours of testing. Reports of 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 strengths at their required time, concrete mix proportions and materials, breaking strengths, and type of break for both seven- and 28-day tests. F. 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. G. 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 Owner. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42, or by other methods as directed. H. Contractor shall pay for failing tests. I. 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. 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 18 10/16 e. In -place core densities, on average, are less than 97 percent of original mix design density, or any one core is below 96 percent of original mix design density, 2. Except where core tests will impair the strength of the structure, core test as directed by Owner shall be made at no cost to 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, Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, 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. Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests 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 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 to 80 degrees F, and relative humidity less than 60 percent) for seven 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. 3.14 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. Drill test cores where directed by Owner when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material from construction traffic. Sweep concrete pavement not more than two days before date scheduled for opening section to public traffic. END OF SECTION 01272216 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 19 10/16 SECTION 02764 - PAVEMENT JOINT SEALANTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Expansion and contraction joints within Portland cement concrete pavement. 2. Joints between Portland cement concrete and asphalt pavement. B. Related Sections: 1. Section 02741 — Hot -Mix Asphalt Paving 2. Section 02751 — Portland Cement Concrete Pavement 1.2 REFERENCES A. ASTM C 1193 — Use of Joint Sealants. B. ASTM D5249 — Backer Material for Use with Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints. C. ASTM D1751 — Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). D. ASTM D3405 — Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements. E. ASTM D3406 — Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements. F. ASTM C920 — Elastomeric Joint Sealants. G. DMS — TxDOT Departmental Material Specification. 1.3 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-wide joints formed between two 6-inch-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. 1.4 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. 01272216 PAVEMENT JOINT SEALANTS 02764 - 1 10/16 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 C1021 to conduct the testing indicated, as documented according to ASTM E548. 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. 1.5 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. 1.6 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. 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 D1751. C. Joint sealant shall be in accordance with: 1. For joints between Portland cement concrete and asphalt concrete provide DMS-6300 Class 3, 4, or 5 or ASTM D6690 - Standard Specification for Joint and Crack Sealant. 01272216 PAVEMENT JOINT SEALANTS 02764 - 2 10/16 2. For joints in Portland cement concrete pavement, provide sealant meeting ASTM D5893 Standard Specification for Cold -Applied, single Component, Chemically -Curing silicone Joint Sealant for Portland Cement Concrete Pavements. 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 D5249, 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 D5249; Type 2; of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of j oint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D5249, 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. 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 j oint-sealant performance. r -* B. Proceed with installation only after unsatisfactory conditions have been corrected. }} 1.` 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 C1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. 01272216 PAVEMENT JOINT SEALANTS 02764 - 3 10/16 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: I. 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. 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 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 01272216 PAVEMENT JOINT SEALANTS 02764 - 4 10/16 SECTION 16000 - ELECTRICAL GENERAL PROVISIONS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements of General Conditions, Special Conditions, and General Requirements of these specifications are applicable and part of every section in Division 16 - Electrical. Contractor shall furnish all labor, material, service, equipment, and appliances and perform all operations in connection with installation and testing of Electrical Work in accordance with Contract Drawings and specifications. Any material found defective will be rejected by Engineer and Contractor shall remove such defective material from site of work. 2. Contractor shall be responsible for all such material furnished by him and he shall replace at his own expense all such materials found to be defective in manufacture or damaged after delivery. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies - installation, materials, equipment, and workmanship shall conform to applicable provisions of: 1. National Electrical Code (NEC). 2. National Electrical Safety Code (NESC). 3. Terms and conditions of electrical utility and other authorities having lawful jurisdiction pertaining to work required. 4. ALL MODIFICATIONS REQUIRED BY THESE APPLICABLE CODES, RULES, REGULATIONS, AND AUTHORITIES SHALL BE MADE BY CONTRACTOR WITHOUT ADDITIONAL CHARGE TO OWNER. B. Underwriter's Laboratories (UL): All materials, appliances, equipment, or devices shall conform to applicable standards of Underwriter's Laboratories, Inc. (UL). Label of, or listing by, UL is required. C. Standards - where referenced in these specifications or on drawings, publications, and standards of the following organization shall apply: 1. American Society of Testing and Materials (ASTM). 2. Institute of Electrical and Electronic Engineers (IEEE). 3. Insulated Power Cable Engineers Association (IPCEA). 4. National Electrical Manufacturers Association (NEMA). 5. National Fire Protection Association (NFPA). 6. American National Standards Institute (ANSI). 7. Illuminating Engineering Society of North America (IESNA). D. If Contractor observes any conflict or variation in plans and specifications, he shall notify Engineer in writing not later than 10 days prior to date of bid opening. Failure to clarify such variations will result in Electrical Contractor bearing all costs arising from electrical work done contrary to either t specifications or drawings. E. Electrical contractor shall coordinate all conduit runs, control wiring and electrical connections to equipment items furnished by Mechanical Contractor, General Contractor, Instrumentation Contractor, Owner, and other contractors under other sections of these specifications. 01272216 ELECTRICAL GENERAL PROVISIONS 16000 - 1 10/16 1.3 SUBMITTALS A. Materials List: Within 15 days after award of contract, Contractor shall submit to Engineer in accordance with Section 01330 — Submittal Procedures, a list of all equipment to be furnished. Where substitutions are proposed, complete data must be furnished showing performance, quality and dimensions. Written approval of Engineer must be obtained before purchasing any substitute equipment. B. Shop Drawings: In accordance with Section 01330 — Submittal Procedures, submit for approval the required number of copies of all shop drawings after the material list has been approved and prior to ordering. Show complete outlines, dimensions, electrical services, control diagrams, electrical characteristics of a special nature or critical to the installation and pertinent data required for installation. All descriptive and technical data and shop drawings shall bear signed certification to the effect that they have been carefully examined and found to be correct with respect to dimension, space available, non-interference with other trades and that the equipment complies with all the requirements of these specifications. Where catalog data are submitted, the proposed items shall be clearly "flagged" or otherwise identified, so that no confusion exists. In addition to specific references or requests, submit shop drawings for the following applicable items: motor starters, switches, control devices, control systems and sensing equipment. C. Substitutions: Proposed substitutions of electrical equipment, control devices, and other equipment shall be submitted with other submittal data. This request shall be accompanied by complete descriptions of the substitutes offered, including catalog cuts. Contractor holds entire burden of proof of equality and Engineer decision shall be final. D. Test Data: Provide four copies of all data obtained during tests required in Specifications. Data shall be organized in an orderly fashion, typed and indicate the result of each test. PART 2 - PRODUCTS 2.1 GENERAL A. 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, Contractor shall make any required changes to wire and conduit size, controls, over current protection and installation as required to accommodate the equipment supplied, without additional charge to Owner. Complete responsibility and costs for such adjustments shall be assigned to respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. Where no specific material, apparatus or appliance is mentioned, any first-class product, with Engineer approval may be used. 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. Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. 01272216 ELECTRICAL GENERAL PROVISIONS 16000 - 2 10/16 PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection, and installation of 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. 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. 3.2 TEMPORARY POWER AND LIGHTING A. Furnish and install temporary electrical facilities, if required, for construction and safety operations. No part of the permanent electrical systems or the existing electrical system may be used for temporary service unless approved by Engineer. Provide separate electrical metering for temporary power. 3.3 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. After the wiring system installation is complete and at such time as Engineer may direct, 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. B. Perform such tests as required by other sections of these specifications or as requested to prove acceptability. Furnish all instruments and labor for testing. 3.4 RECORD DRAWINGS A. During progress of the work, maintain a clean full set of project plans to be used to record accurate red -lined changes to the installation of the system. Upon completion ofthe installation, submit the full set of red -lined drawings with all record data to Engineer. 3.5 OPERATING INSTRUCTIONS AND MANUALS A. Without additional charge to Owner, furnish complete instruction to Owner in care, adjustment, and operation of all electrical equipment and system parts. Upon work completion, prepare and deliver to Owner, four sets of complete operating and maintenance manuals for the systems and major equipment installed. Include catalog data, shop drawings, wiring diagrams, performance curves and rating data, spare parts lists and manufacturer's operating maintenance data. B. These requirements are in addition to specific instructions and manuals specified for individual systems or equipment. 3.6 DRAWINGS A. General: Electrical drawings show general arrangement of all conduit, equipment, etc. and followed as closely as actual building construction and work of other trades will permit. Structural drawings shall be considered as part of the work insofar as these drawings furnish 01272216 ELECTRICAL GENERAL PROVISIONS 16000 - 3 10/16 Contractor with information relating to design and construction of building. Because of the small scale of electrical drawings, it is not possible to indicate all offsets, fittings, and accessories required. Contractor shall investigate the structural and finish conditions affecting work and shall arrange his work accordingly, providing such fittings, elbows, pull boxes, and accessories as may be required to meet such conditions. B. Field Measurements: Contractor shall verify dimensions governing electrical work at facility. No extra compensation shall be claimed or allowed on account of differences between actual dimensions and those indicated on the drawings. C. Coordination Drawings: In locations where several trades' work must be sequenced and positioned with precision to fit into the available space, prepare coordination drawings (shop drawings) showing the actual physical dimensions (at accurate scale) required for the installation if deemed necessary by Engineer. Prepare and submit these coordination drawings, if required, prior to purchase -fabrication -installation of any of these elements involved in the coordination. 3.7 LOCATION OF EQUIPMENT AND OUTLETS A. Approximate locations of cabinets, conduits, controllers, power outlets, etc., are indicated on the drawings; however, they are not intended to give complete and detailed information. + Determine the exact location after thoroughly examining the general building plans and by actual measurements during construction, subject to the approval of the Engineer. 3.8 EXISTING ELECTRICAL A. Existing electrical system information has been obtained from the most up-to-date source and documents; but their accuracy is not guaranteed. Contractor shall familiarize himself with the existing conditions prior to preparing his bid. B. Only existing electrical affected by this Contract is shown on the drawings. Existing electrical not shown in the drawings is to remain in place and in operation. All existing electrical damaged during construction shall be repaired or replaced. C. Contractor is responsible for damage to existing walls or ceilings from electrical construction. r Repairing of damage to the existing building shall be done by the proper trades involved. 3.9 PAYMENT A. Payment will be made for all work covered in this section at the contract lump sum price per job for items, as shown on the proposal. Such payment shall be complete compensation for the complete performance of work in accordance with the drawings and the provisions of these specifications. END OF SECTION 01272216 ELECTRICAL GENERAL PROVISIONS 16000 - 4 10/16 SECTION 16111- CONDUIT PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Metal conduit. 2. Liquidtight flexible metal conduit. 3. Nonmetal conduit. 4. Fittings and conduit bodies. B. Scope: 1. Conduit, fittings, conduit bodies, and accessories shall be inspected upon delivery and during work progress. Engineer will reject any material found defective and Contractor shall remove such defective material from the site of the work. 2. Contractor is responsible for all materials furnished by him and shall replace, at his own expense, all such materials found defective in manufacture or damaged after delivery. C. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 16190 — Supporting Devices. 1.2 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc -Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc -Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA - Standard of Installation. F. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally -Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. G. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.3 SUBMITTALS A. Submit under provisions of Section 01330 — Submittal Procedures. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01330 — Submittal Procedures. Accurately record actual routing of all conduits. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of General Conditions. Accept conduit and cable tray onsite and inspect for damage. Protect conduit from 01272216 CONDUIT 16111 - 1 10/16 corrosion and entrance of debris by storing above grade and providing appropriate covering. Protect PVC conduit from sunlight. 1.7 PROJECT CONDITIONS A. Verify field measurements are as shown on Drawings. Verify routing and termination locations of conduit prior to rough -in. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Conduit Minimum Size: 3/4 inch unless otherwise specified. B. Rigid Metallic Conduit (RMC): Galvanized Rigid Steel, ANSI C80.1. Fittings and Conduit Bodies: ANSI/NEMA FB 1; material to match conduit. C. Liquidtight Flexible Metal Conduit: Interlocked steel construction with PVC jacket. Flexible conduit shall be used only for connection to devices and structures subject to vibration. Maximum length of flexible conduit shall be 3 feet. D. Rigid Nonmetallic Conduit: NEMA TC 2; Schedule 40 or 80 PVC. PVC Fittings and Conduit Bodies: NEMA TC E. PVC Coated Rigid Metallic Conduit: NEMA RNI; PVC, externally -coated, galvanized rigid steel conduit. 2.2 UNDERGROUND INSTALLATIONS A. At 18 inches below grade and lower, utilize Rigid Nonmetallic Conduit. If underground conduit run is not encased in concrete, place 4 inches of sand below and above conduit, and install a red plastic ribbon 6 inches above the top of the conduit for the entire length of the underground run. B. Any conduit located less than 18 inches below grade shall PVC -coated Rigid Metallic Conduit, or Rigid Nonmetallic Conduit encased in concrete. C. When transferring from below grade to above grade, use PVC -coated Rigid Metallic Conduit. 2.3 ABOVEGROUND INSTALLATIONS A. Wet and Dry Locations: Use Rigid Metallic Conduit. PART 3 - EXECUTION 3.1 CONDUIT INSTALLATION A. Install conduit in accordance with NECA - Standard of Installation. Install nonmetallic conduit in accordance with manufacturer instructions. Arrange supports to prevent misalignment during wiring installation. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and splint hangers. Group related conduits; support using conduit rack. Construct rack using steel channel; provide space on each for 25 percent additional conduits. Fasten conduit supports to building structure and surfaces under provisions of Section 16190 — Supporting Devi es. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. 01272216 CONDUIT 16111 - 2 10/16 B. Arrange conduit to maintain headroom and present neat appearance. Route exposed conduit parallel and perpendicular to walls. Maintain adequate clearance between conduit and piping. Maintain 12-inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. All sharp edges shall be removed from ends after cutting. Do not use pipe cutters for cutting conduit. Bring conduit to shoulder of fittings; fasten securely. C. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for 20 minutes, minimum. D. Use conduit hubs to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Conduit bends shall be made so as not to alter the cross -sectional area of the conduit. E. Use suitable caps to protect installed conduit against entrance of dirt and moisture. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. Provide suitable pull string in each empty conduit except sleeves and nipples. F. All conduits identified on a conduit schedule shall be tagged at each end with metal tags engraved or stamped to identify conduit according to identification on "schedule." 3.2 PAYMENT A. Payment will be made for all work covered in this section at the contract unit price per unit or will be included in the lump sum price per job for items, as shown on the proposal. Either such payment shall be complete compensation for the complete performance of work in accordance with the drawings and the provisions of these specifications. END OF SECTION 01272216 CONDUIT 16111 - 3 10/16 SECTION 16120 - WIRE AND CABLES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Building wire and cable. 2. Nonmetallic -sheathed cable. 3. Underground feeder and branch circuit cable. 4. Service entrance cable. 5. Armored cable. 6. Metal clad cable. 7. Wiring connectors and connections. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 16111 - Conduit. 1.2 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Submit under provisions of Section 01330 — Submittal Procedures. B. Product Data: Provide for each cable assembly type. C. Test Reports: Indicate procedures and values obtained. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. (UL) as suitable for purpose specified and shown. 1.5 PROJECT CONDITIONS A. Verify field measurements are as shown on Drawings. B. Wire and cable routing shown on Drawings is approximate unless dimensioned. Route wire and cable as required to meet Project Conditions. C. Where wire and cable routing is not shown, and destination only is indicated, determine exact routing and lengths required. 1.6 COORDINATION A. Coordinate work with other trades. B. Determine required separation between cable and other work. C. Determine cable routing to avoid interference with other work. 01272216 WIRES AND CABLES 16120-1 10/16 SECTION 16990 - ELECTRICAL SYSTEM TESTING AND START-UP PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing procedures and methods required prior to acceptance of electrical systems by Owner. Electrical system start-up procedures. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 16000 - Electrical General Provisions 3. Section 16120 - Building Wire And Cable 1.2 REFERENCES A. National Electrical Code — NEC. B. National Electrical Manufacturer's Association — NEMA. C. American Society for Testing and Materials — ASTM. D. Institute of Electrical and Electronic Engineers — IEEE. E. American National Standards Institute — ANSI. F. ANSI C2 - National Electrical Safety Code. G. ANSI Z244-1 - American National Standard for Protection. H. Manufacturer's instruction manuals applicable to each particular apparatus. 1.3 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01330 — Submittal Procedures. Calibration of all equipment utilized in electrical system tests must be documented and capable of being verified. Accuracy of test instruments shall be directly traceable to the National Bureau of Standards. Analog field instruments shall be calibrated within six months of use. Digital field instruments shall be calibrated within 12 months of use. Leased instruments shall be calibrated within 12 months of use where the accuracy is guaranteed by the lessor. B. Accurately record field data obtained during tests in a manner acceptable to Owner. Provide three copies of tests summary to Owner in a form acceptable to Owner. 1.4 CABLE TESTS A. Visually inspect cables for physical damage and proper connection in accordance with single line diagram. Verify that all cables have been permanently numbered. Check cable color coding with applicable Engineer's specifications and the National Electrical Code standards. B. After installation and before rated voltage is applied to any power cable #8 AWG or larger, a DC insulation check shall be made for each cable with a megohmmeter. Applied potential shall be 1000 Volts DC for one minute. Minimum acceptable resultant value shall be 100 megohms. Individually test each conductor with all other conductors and shields grounded at both ends. Terminations shall be properly corona suppressed by guard ring, field reduction sphere, or other suitable method. 01272216 ELECTRICAL SYSTEM TESTING AND STARTUP 16990 - 1 10/16 1.5 GROUNDING SYSTEMS A. Inspect ground system for compliance with plans and specifications. Perform three point fall -of -potential test per IEEE Standard No. 81, Section 9.04 on the main grounding electrode, Resistance to ground shall be no greater than 5 ohms. 1.6 FIELD DEVICE TESTS A. Visually inspect all field devices for physical damage and proper installation. Calibrate devices per manufacturer recommendations. Verify proper operation of all field devices prior to start-up. 1.7 ELECTRICAL START-UP PROCEDURES A. Purpose of start-up procedures is to assure equipment and systems utilized are ready for operation and use by Owner. B. Start-up will be performed by Contractor with Engineer and Owner representative (if desired) present. C. Field devices and other equipment utilized will be operated as required for efficient system operation. Contractor shall demonstrate that the lighting control panel and field devices work as specified. Upon effectively demonstrating the satisfactory operation of all electrical systems, Contractor will energize all equipment that will not be adversely effected for a period of seven days. Any controls or other equipment found defective shall be replaced prior to acceptance by Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 01272216 10/16 END OF SECTION ELECTRICAL SYSTEM TESTING AND STARTUP 16990 - 2 CITY OF LUBBOCK, TEXAS 4tLubbock Preston Smith lnternational Airport I LBB GROUND TRANSPORTATION IMPROVEMENTS CITY OF LUBBOCK ITB NO.17-13116-SS OCTOBER 2016 Lubbock P"MW smith IMWati"I Airport LBB GROUND TRANSPORTATION IMPROVEMENTS W }O K h Z pipipi9� i NMIgCIPUlIIf POIRIMIIF MIIIIIW WINO NAUIYN w naeum ff�eu�ao m,1i m TiACiNf NMIANf maN m mm�irm evrrms Tsm w TNa6iuso �Ni]NO mx rpe T�aarocswo rmsfers asn a u�om xzNf we�i PRIMARY AIRPORT CONTROL STATION DE�IOM�TOM wutnfNa EAaTtlp QEYATOM irm T}M,1T{M NVAws� xmA SECONDARY AIRPORT CONTROL STATIONS O[9011ATIOM uonnwq eAmwo eavATtY1 u�C T,]11AIO.D1 All1mA! sro.l ,wnTue Tx�.�aw a�eAnA+e �.c z I GENERALNOTES 1. SUA'/fl'OOr9UOl®�VPHO{�YflIt OOOINI IIIBN]Ol I6�IA1 BEPPIH69 ME �CATNf A OIf D MMIN l@40 f TAl[ PIA1l W OPOtl1a1E iYAl1YlNn6 M� ON {A1 W K 111011%IIOffTt MfOIRUMIiC1LNOi4YMDAW MTIpNL �ATW. d!!I®A wmNwna�os�n 4 I LEGEND ® MPIV.�AtVlINQAA'VGMYP1L.tlAQ.IOMEI %� CiPs WIIA0.POM GENERAL SAFETY NOTES A NvecrNwxua Narno uua �Knwrniune�nNATAeY �w.ei NC.IEf f B(GT01119RL N NiY L W 4 l OnIIWC�d t PN W 16 9V1� d Ml1M iM 6f IGNO N51, lC W I01 TI[ NiOR urovrwx c weriecnacaR�Tauu wn�w�alu�oa�fcwrae RAn n rre COMI0.�LfOIt4MLN101LQA%VgU1 Pdlf Of COMpFf M1grALBf imla�ac fa wAac�w a aucn caw�aaTl [ wa a oartAcr awi. m ame rAn«s wnm aI xomuTai c oowrartwwTeeAoaeva¢miwarnnMwPfareueTa�Nm wwn f. COMRC19R1WLWPXE 1411M1pP61RW4NFR1'li0ACO1MMY ML IATNOr®fINfO. 6 ATNLTYl111[ WIP0.10fOi WLLTN5N1fWIlO0141WMAifg1[R 111UCIINIDAGNtBRroNnNMMANMOWWt W)!m(/TI(WMIIMCIdtl aroaTpa vuu a I®PNm A TI! MTpAO1GM aP n[ aniet AT TH mmucrwea[ose�r. K MgNMlINANGM ewusw1w®wrtx au+u eacnimia.wrm�cron� TuoA®ro we aw uR A+NI KTpON1A4 L 9RR1NEf0ATAV RNONlSf Of N011A1.?fJ.VILLPBMi1JCiFtV! MggfIMT[AVllYKWfFl SUMMARY OF PROJECT TIME AND LIQUIDATED DAMAGES PHASE TU9 (CALENDAR DAYS) LIDUbATED DAMAGES INK COIR.l110N m t)fPPM fJ10MR GY 41, PiesW Snft LBB GROUND TRANSPORTATION IMPROVEMENTS PROJECT AIRPORT LAYOUT PLAN G-003 y PROJECT SITE, Lubbock PMIm Smlfh lntemstlonel Al CX o/Lubboak Lubbo AC. n Texas PROJECT DESCRIPTION: The proles Is described ae fad— D The addjtn era new tldve lane cuto TNC driven for a/ seMen. New as halt b n n 1 MAJOR BOLL DISTURBING ACTIVITIES: Demollu- Suborede Preparallon Embankment Excavation CorrsbucYw a1 re Warbesela TOTAL PROJECT AREA: 2 eves TOTAL AREA TO BE DISTURBED: 7 SCS CURVE NUMBER (BEFORE CONSTRUCTION): 64 (AFTER CONSTRUCTION): 71 EXISTING CONDITION OF BOIL a VEGETATIVE COVER AND % EXISTING VEGETATIVE COVER: C NAME OF RECEIVING WATERS: Waterhomfheeke Oowslnw— a lakes GENERAL NOTES: 1. In the event Ihaf unanncfoated archedo I depaslb are encountered donne cro &-don Wyk M Me Immediate area wnl cease and the confrecW WUConfect the owner to/nl0ate post- New dl-,-VP—dures underMe mtdiWis 036 CFR 800.13. 2. In the event Mat una.Uclpated hazarooLe materiels ere encountered dwirw consnudlon work M Me Immediate area wig Geese and NrPal operations win be nafi6ed. 3. Slockpnes wlil not be paned wIMM am Walerof the UM1ed Slates, mdudnrg -fi ds. 8 4. Ins ecnon: Thla mustowrr etthx. a. Once a month dudng diy season. b. E 7 de dunn wet season ours and24 hagar ead10.5 inch Mkt or reefer a on am Nh if Mere Is no rainfall. p Hazardous Waste: All spUls must be reportedknmed/atelY to Me ffg,;Ner. d. D Site Tracking: Please check enlour-Plrona 5. C X ftdor to maintain all haul routes and here sufl ""X W enf M Me harm of wafer (rucks for dust trans on sail haul reutea. b SOIL STABILIZATION PRACTICES: TEMPORARY SEEDING �. PERMANENT PLANTING, SODDING. OR SEEDING MULCHING SOIL RETENTION BLANKET BUP ERZONES _ PRESERVATION OF NATURAL RESOURCE. OMER: Ugrr_tnmpleflon of Mslaredlna the owner w9are-esteblfsh Grea9InverM anV area STRUCTURAL PRACTICES: X SILT FENCES _ RAY BALES ROCKBERMS DIVERSION, INTERCEPTOR OR PERIMETER DIKES _ DIVERSION, INTERCEPTOR OR PERIMETER .WALES _ DIVERSION DIKE AND SWALE COMBINATIONS PIPE SLOPE DRAINS PAVED FLUMES X ROCK BEDDING AT CONSTRUCTION EMT TIMBER MATTING AT CONSTRUCTION EXIT CHANNEL LINERS SEDIMENT TRAP. _ SEDIMENT BASINS STORM INLET SEDIMENT TRAP STONE OUTLET STRUCTURES X CURBS AND GUTTERS STORM SEWERS _ VELOCITY CONTROL DEVICES OTHER: Sand baps sedlment mulletlops NARRATIVE -SEQUENCE OF CONSTRUCTION (STORM WATER MANAGEMENT) ACTIVITIES: The oroer ofadIWV. wNl be as /al A_ i. 1-1.4 sad/maul mmroix enf fens rmlMmuml end.""' devkes tared fo meet Cf of Lubbock TCEO end EPA IremenI.. a. DemaUsh .I end awrswd ne fmyamenla ease efod wIM fee P'goa 3. Where applimble, InslaO aditmml eroelon Gabbs aeWma. nd S ere—Mbfthed—man jg4Mry seeyr tconfrals. STORM WATER MANAGEMENT: During mrlstrudbn, measures w/l/ be mp/emented by the conbada ro help reduw sediment leavfne these. Mpeawas wM be so BtNreN p aced ro echlare maz/rtwm conlaMment oldlsfudred soN. the Conlreda wN/ 6e allowed ro adtust erosron Conbd measures es necessary fn meet full mWremants of the c frecror. prepared SWPPP MIGRATORY BIRD TREATY ACT: tllhem Is a bun=vk* owl on Ma neat aW Mat lemala does not leere Ma neat when approached, auume Mere are eme a clacks In Me hde rag of year. No work may 5C Within I GO fee I in a We nail. re of s mud be ,orXeeuod by orange —h safly Wdigof The fedalreW1.), 50 air 10,antl JIM S game dI3ryro mre8 e Wros, lhebocprplad treats. _and Melr eggs. In Uri event 1W migratory birds are ncounfemdaWte dudnn p/ol®ct consbucilan Nom /abruary f5 to ocrober 7. Me aupednleWent WoIMV on the proyd must take reaeonab/e care to avold Impacts to laded blros, active nests, s ands Me un . a non that violates Me mbla ma be held snkTl Ilabla /aectlona that resWf M unpennftiea fake. when miprerorybkd nests are tliswvere6 whhdl may be advenefyageda0 by —Is hmUm acf(yNv, or when a bird is found Wured primed as a result of cronsfrucflon aaUWfK Immed/atery stop wok wMM 50 feet of the nest m bkdand notiy Me owner, OTHER EROSION AND SEDIMENT CONTROLS MAINTENANCE: to creeks aW dreMaae ways seal/ here pdorlly bnowed by devpces used for sIX ;acumen In Ure dlefurbed areas. INSPECTION: An InnpadMn shall M go& WDe nmlr .1 wvaa 7 A»ys wa w l »a 24 hn - wau » ThaMJnM m mnm MmM /w^ nn» min gg,�hrm MrohM a1lha p�pp`�1 mnbola shah 6e reWaed oar the Msoectlon report. rM Connector span anfkfoala coprolnaMn —_ Frith and orereMM by the CM, of Lubbock Sloan Wafw0eoenmant .. Msm,NMn aeon hw.,,,,aa,nwn ha rh..mnerN,� nlry Mwn a.dMwnl WV active rvnwev ar faxhvev to Insure all cwrhals are sewreN (n plan and notdak ofbemmNro ROD. WASTE MATERIALS; 411umaM m»Mriwly ahNl hw rrNladrtel wrM _afnroAIn waenrmty Nddad—lal shag be dewilled in the W or as �lred by 1-al repWat/ons et an eoorcved IendO. No ConSlrlJdADn araefe mafedal Shell be burled on Me. HAZARDOUS WASTE (INCLUDING WILL REPORTING): 4r n minimum any nmel,mre M the /nanwlnrg�fdaa am nnnaWawd In ha hwseMn ,vwMN wNrla/ dwallog ——Sfebnlzefbn. and concrofa curing compounds and a= In Ure erenf are SWA which may be hazardous. MB Canbaclor ahaN confect fee appropriate agemy for such type spins MmedlaWy. LBB Operad— (806-775-2044 or 806-775-2045) a1Mn also ba noONed In Me event of a SPIN. SANITARY WASTE: wnan�umalwm maul mn,e as awq- as lQA`calby Mrer PNaIMn OFFERS VEHICLE TRACKING: X HAUL ROADS AND STAGING AREA DAMPENED FOR DUST CONTROL �- LOADED HAUL TRUCKS TO BE COVERED WITH TARPAULIN X E%CEEB DIRT ON PAVED SURFACES REMOVED DAILY X STABILIZEDCONSTRUCTIONENTRANCE OTHER: REMARKS: SfegkW areas, stgakpnes, and haul reeds shsN be —Isbuded in a manner Mat wW mMMke Me amount of sediment Met may enlar re.W. Welars. St.'i" alBas SlOall trot DB Aerated weUeWe walerbod a ebeam6eda Cmsf—f g areas re /n an lanen erae9 a Genet y e Genoese In a manner to mfnimlze the nmofl of pdM-11. All Wafereare aheN be seared as noon as cOcel of la brld es marl/ lahework Wn dabrle a 2" obaWctlons placed dudne cpnsfrvcf operations Mat are not a pM of fha Nnlshed work. The onuacrorah. sPob f n Mennasa lutlan tedbn conlrab to meet TCEO aW EPA- ulremenls. CONTRACTOR: SUBCONTRACTOR: rl Ps Y.A' 4tLubbock PresN^.ton Smith nWnejonal Wt LBB GROUND TRANSPORTATION IMPROVEMENTS EROSION CONTROL SUMMARY G-004 • ------------- A1, Piesbm Snft 44rbj�l,.bmvpidm Airport LBB GROUND TRANSPORTATION IMPROVEMENTS EROSION CONTROL SITE PLAN G-005 4 =A PROTECTION GENERAL NOTES wa,-wwn-wxriwrlivx-o,xwr.-rMrrwE® ,. TMr LWIMOfO1,nMlrpNMlro, miUlr,f}r MYM TMr Ln-.,L Rt•IK �erx�� bau,.Tcravon a,aa, McLTen vwu,cx F16VBIIOI m.isLc,�wrmrs. Ew,m,FUKrc. ra,ura wn - .c rwr.woMwewr n»mLmTxro141gdIlOIlLldri®rrlMTl[M6lKlATlOMdrErT wfMoo@rtvMCnCEefsYE4 oMPANaarrB oxMMal,alRlt�J, w--Imnvr mMIMCipErWaIV 00016nMTa TMAT FfFGIif. rwww a � wrro,Lrr Eros xt Maoore,anr,dme,rowwrwM .o.w,xnao rnrneernMra enmo, rro m®rtonoMsnEa a LOGTIOMd CGEETLCrgMalxaw NlE.nerRTraimsnxTor ,r arrvorlrc rMaosaEOT�,ne aaMlEOL VLK, E,YLLrrDllpl®rr CCNTMfOltl M6CrMRf. . M 4 IIrEYrTCnEi O1, WLNKE,R.Trwur om,Md CPd,frxrl� ruwoMYIrM,OA auoFo COIl111LCfg11BT1M1C4- a Fxra, FarrC e,C111DEEFV3NIYLE3flAlMEIbLmNEOUDi T,[x1E�IM .orMxu.wrMrw.oM .mow dAtrnw rromrrre,raiwe AmM sew enauopno r,e erect .. ,Dorm m.Mn..rn.mrv« a ruw xLL xT,®,cmvwetaexr ErDda;,wfd,x N,MYdErrr, T, mramicTwaw.wurr�m.aannrv�oL'MaoKO MOLnwrm� un m.rmo� xur .roro�n°Miv. nrmun,arrr,r mrmn„rn,a„Em. a oas,miacn rrraw Kwrorri,Ewomomro aonniwwro nrr�rnnrrwoawwsFro.rcm,arr, r,rMT,lMi41d TIF OM19i1mGM COMRETIONdmnmY011ort a raNKarroarcpeuT�vn M,u carmMUE rnwcm,rrorre MOlrfMaA r,r raxrnxc wE,wiErLllrnrKdlnkYrww,wesnr�i�ne L: .awo� wrr'WAVa,w.w rw.m�a��m .riw d,wTet vuaLansa �MouLaur. o.aeu�rocdrtna.oar.TH, a+�w u�rveaT,r¢ aoMr ro rrar Marr s coammni .anoru us nor nwv-ro�YE uMeow,xrF,M nr,rcwuma MPIFMENIEO fYTMEmL,MC,O1M.tY6tYYW6l _ _ _ ,n wM vou,rtroMian wurr,aioirrorw rrrun.Trer,rond rwasT ovEraTorr nsaTraxM an s>Ts.mei rare vo�mLwt�m.Mwor,.ueam,r`rio ,,. CAnnVimwYU EBrwWla ronnUpMonOl drwwwT�ax Pl4r.) Mm, Tc�erx rriv„�rKroe d mr,a,®AmBCr. SECTION A -A ro acua IW MM narcx smrracnrad LfroA 7M-M+i1I I �� ERPl11EARE/J •.r�qr US(I.aS) 181n LOGTrM �� p6.arNdlOflCrellMTM �a C2 SANDIGRAVEL BAG TREE PROTECTION no Era. IN-T s To r r.ne®arLTRar mFen rorn nrtnMnr rraaarrnua a nrm oLm„mrrxno®rarmrro MgYrFIMM refraxirMTrn ir0)DfrErYu .T r,r Td rro weec ,ora a M„e,TMoeEcr,OMEd Rlie, oLm„row row ona, nn� rwa ■ oa,rrm a xr TIF FurIDx,o IaD®. a r�,cr Wrra E1LV1 N WNIl d WPa,TNG TRIG MO WYMLRKMx000. a .warm aawr,r u>/LwrradTH, srraaxa Mamm. a raow r,r cTFdcs rro ruaa r,rm arcE raE,mw,n d Ewsv rwE Mrl rM ro wrML vrr,ort rro ,aaum m rnm�uaaL n PS STORM WATER POLLUTION PREVENTION PLAN nE wms.cias ewu r aanr,esaKva ra rarEEo,va or d„eraa resn a o ¢v,Y n aurae roeevu,wora,Lvm,canvnaMntmmsuncxart. ixe m„rrtroaaLVLEosrrroroen. noira drmrtrommrcrxru�ocxnrman sEmLrrauwrowLMaaar.i,�o,M1,MtRarrrglyd nean•Ew,o,eLLmt lRTnr mEnvc,mwurvmotoMnnLLrLwaar.ilEmnr.,claREIWLPfgref rLa,aouam Ear raon vamE moon vr,e, w,r oMm. era rxauar ro weLtnr vnr rno.tL Nr.riw wowuv,o,n,w,Exn,rr,E[me„ucncreEra ru.LOEor,nenesLs,neEr.nEanawurTr� F,miEemuaasrmirLETrtneeFua r�cmEmicraa s+vaesar.corrdraFiaaecEra,wvwiee vo,Lum,va�navuwmnc ore,MK1MNEgla w,Ea-tomoam„ltnorrlaa'elnoa�r,Y nmoamnwertFELMnEnEOEroic®rdnrrwioL®asw. TMEFvwewueexLeomsr,w Lubbock Piwtm1 Satft 1 4trO,LlaL:ll�lY11111n11liClOami0B11aNOE1WlIOGIE9{ML rpWIDNmAll0l Ml1Er1NL TI! Ir,..ow�..rmft ..�L.J 1O11MCId19WLYEEnBYREIPtlmEPoaEfl@ORq MDIRT1M10T1EANlAm11dWLY, T1�m11NCr011 AIIporL L W L 6RM' NE IEOBRfNpp d M l!N! Ma m111K10 d T1R Q16g1IlEr re0af.0.1E1N m41,E1C11DILrKmI,MCrdrDarpMllaIMPEWIItivllf�ll,d,MMMriTEEwNMlnfnnENEw, iRC lOUp EUMECOM11tlCmITMLTxiIdEQMlIEIllTnB.Telro EIDaIYgTeippMd LEETTNEidC re�m®m wo rauioEm, w mLmKra E1LV,L aa,EmnreLr mL�or tvn No,Arler m ore BAinFK'i1011 drxa,MeL anwaaT,e mmacraF,aroiawouomracrf+rvNFxar,aEe. riammv�c,wcwee wrce,mroee ME6MLTNar,EolMpIML,pipYldOdMMn.LigMt WRNEmniPUC110.4,rMi MlerrEr®M3AirnOCEMFFOrYTHI OYrN1lVlLMlq WAY.iIfU,NRYFgtSa)vpIATIOnBfan,TB m11NG1011m A[ENWEERIMENTMMNE0. MYNOALMOIAT[NdMOIYd LUrrOCILmrOd CM IElglp}M,a NO RMIa11pY i W 1 N ilr ql Nf V ISM //O Y111Mir d M C]M,aGin0. LBB GROUND TRANSPORTATION IMPROVEMENTS EROSION CONTROL DETAILS & LOCATION MAP FENCE A4 PRE ECT LOCATION MAP G-006 1 21 3 4 5 D a �, ADA RAMP CURB DEMO of 1_ I a N I `l wRn,�un,�Kxoexw. ( D® I i GENERAL NOTES LEGEND i. aaAn.uvw®.arrrooE w,D�som eAwcumrn, Parow� CnMI SIPNDM E006 ® 0.GmX0 N,O amroewD _ ° x taarnrvomm�ra uiamwe.vrae.nwmvWninXm nw aweuv+p unnr mn.e+. a�xrtomwu ae ruml ro °ex p0lnlU BDII.WDRD RE?wMt PROI��C<iw LIE6 MrtrtAC,onrnLLiIRIDOXCYf PCR L10 nk t1�Narnt vPEO101, aYnI M,RPlUilu,4 ® ClYv �gRTM RO D�rS01 OCD 8%0n10 OLLANDUi RO REWIND �u,FY ANOVIVrvp.Mi116ro4MWLKATbNOIALL � WNOKT6 WRFIiC9 RO REWRD iNTlA WHOSE �IIX (ro awl 1 CDNIPALIORro PRD,�DTODfIW lCUAIOS Ml1 CK\TItl4 R1t�10� p,9a MAOfIM bfM6nSC1U100lIbq W4DL1I,M A LOXIP IW fMLLTNt�Il l3fYSY 1E�CMESiO1M1lCf © FNM1iMO M0.0�lp m6fI1N0 aTxUCn#LIf�S,SOND3lRAlfO,EicI AMV DAWDEOWL ���� YW CIR CLRl AND DUTTP RD OIYDI E%1lTIND TR®RORWwI tE REPNMDAT Ti DpRMOIDR! W! 6 D,M®,WLL••"°NiGOWVI,MATbN ADA.OIIfNn ANPAOOF —ui—E)OfTIW [LN1RpI1 SNE ' D]�1,XD OPIIM4�R MMD O>tOiNlD1fON —POD— �X,.Tl,Ip Fl[�110PTICD LPBIE KEY NOTES —sR — emiwo wRwAioX mrau ' D°'""D E"`^"OPLO% b llpl(Y�T90 �V:® ,. nronm °V LMItlO SIDIR PoLE cm,wD.rRuenwEa x LIWMAT XEINYl Iawr. °y, Pbrr+n UOM aDX nwcur moa or DeiDIR�DX ro vvr:e®ne ca,loren ro REM,R,. 4 L1WgRNDREIIp.4 Clq Ai RAID. QEP PI,Gpi 4tlMmrwbonad Akport LBB GROUND TRANSPORTATION IMPROVEMENTS DEMOLITION PLAN C-101 Porrt vxa Darn MME Moamno EIJDMO aim riNOaam Oeamimi limi,2M•, Dieipl+W +m.m mmni.ua aaeaaaaaa ,mw ramama Dam,am ,mm mmnt.mm DIRJm.liie ,ma m .11 aroa.aa ,mm ,aominiD,e amraamm 1m.G rLDl+s, 102. 1'J000•i,]Def Dal riaDoa.•rY lWlm}Ae ,ortx rimmelm0 a.ro.aro O OO • 1 i I 1 wrnr� unMa, wa aw. I i 1 1 POIM rMle vwrr was ,mti MoarmMo )iDDiaieH e•mt.o Demm.%TD ,m.0 ,m,e riaaavm+D raoomaa® aai,aD.•m Dmream,D ,Dx,e uoro,naDe Da1aAD,• lm.t> ,m,i >iDOmLmm >ima».mee Dmm.me0 Deali4mN +02A aDa 1iWgNtm Deirmnm aeinmD 101T ,oui )'d00I160Dm »mmaooie OetrfaDT, aarm.,mi tow rioima,am amaaan GENERAL NOTES LEGEND +. wrcM eaenMa aevanaa aoMi eu,awe uo EJefiWOMYP•Olr. i. eaMmeeraMrouec uunD„w%MMo eammuerwMro - Q E%t1ieG MIGTfim R01.YV,1 —•�•—%— uaeiw lUlCE PgOmCr WellMl UfU1lEAewuma HLG,RGL � MCN cci,am MVppli —W— ODLI1MO AM eotxe, weL cwe wo mesa a coma w,rrterm ar me avrrm MEW MEW aL1Mli PaVplMi ---FOO— fil6efllq PI�WI OPM Cae1L N _ Oy Pbe1M eCLLMO .A o �lal mDel,llO lYfaaLl lro RBINI,) V �tO U01lrPa! .. O06TIq mff RO nBWMI E+selutl ePWq@i MPlA Ra RNun) ^m UOTIIW p% a 4L,I"* Prssion Sh lh Irtleft10d011Y1 AkQort LBB GROUND TRANSPORTATION IMPROVEMENTS PROJECT SITE PLAN C-102 D p (� p 5 o n �aVAm$� � I t �-�j q �f69 g9A�� P 5m� 111 I , Oulu R Z t� I ck q R j I JF � r t 4. p W � \ ♦ S M I I I / a� ' I ♦1 .tt � ♦ ! `- 1 " � i g / 1- —t I I I / I R i Lc- I C I ♦♦ T I I / ., ' t a I 1_ `I N g■¢■ gF$$ py{g [a AC =gpgpl � I � I � ```I L Y� d 8■�� i 9� M ___- J I j 00000a��i8 �oo�om�mooma A d t� G+ Z�� �1 ■ �41h1-III 2s n D $ISI�IsI II I c 11�tII W mD 0410, euuy a PARia-iILL SMITH & COMER 7■ GENERAL NOTES x wra[anwervAtdmaaasaaaeAoo cuenprA�r. >. mrrta'eronroueeuun�ouuiom�emenuromm�ermoaMo�awmne�cnaea eaae.WuaA�eaomaa n LOGiIORa/OanM0U1NYLIe1IK/P%IWIIRNDIgf{R�Y�IIMY.00MI%LIOIM4A REeRamsL PoR 6Mf/LI W dO TPDL. LIMOLif RESIOM!/IX MIBUM1pIML MlGM, lM NO anm ahem oo can« LoaAmR a Au vnnoa nmovrrpne swr. oe Twoao ro nmrcr comaunnsaAW one�vRwnwnus. a rnaoeLwr svnwmroasnveo�r�worAno�iauo[wormwow vRa[arwee�AWARo® n cormacroaavurm•rta�ro�esrwmnncnrowrAUAnaoausnseaAn. tamunwsuu wwnnAw«reavao!naowc ), MIIPKfa10W1YVIM11A1lYY0.af d<u{axmxoCtf oVfl[R. n DavArnmNm vAmm.iaofmve£r. 1lW cal01[ie MVB@fI (oaGmt) Rmv Aanvar vAwerrtax�cmp © oanrD SAaro O Dmnw �mtro RDAYII Oyu camRa �(MRDw L DaniWa TRCi (10 R&MMr a emm�o Dacmrx eox � N � -N- D06iIW WA1D1 R -o- OGt11MO MDLMC �Oa- DaSiMO'1lW aFlIC CARII —�+— Daanw rourouan — vnovoem aanouan —tea— DmnRo accmcu LWG °a DmmneouMn o� DonwweAw eu Damn uaHr voLc nosra IL fllS ni6orW Airport LSS GROUND TRANSPORTATION IMPROVEMENTS GRADING PLAN DETAILED C-103A R ` R pR \ R R L D' R p R s R D p L 3m L J �e A — — — — — — — — — — — — — — — — P a r .i .r JOINTING LEGEND JOINTING NOTES �--B--B--S—$ TYPE �.EIOANiGMIfQATgPICx��) t. RIltl3YRIro/tS�YRM,HCMn1A.O110N11EwY,M e 9 9 e' MIGOOMRID WMiPACipPI ) .W1lPtlLTOt KLEibMTH.OMM MNI TTPC0.a1Mlr F,�tA,) x •fiY•N�IU•, PJI1Wg16TG.IaIIl C@TAIA > ow,ttru�oMrn,eununar��aiuoorPuw art. i—�—� iME••ooWELlD COPEIPUGTgP(b PapEDw WNIA�CTTeP)1CaCea1 PN@,t�U11 •LMprgUNLY wfl`idlCCp. amswxPorwm uoPETwwa�wwrMaivnn,w �/011®LOGTIbI MO KIGNIBrt GMLL MOf vMr w IIgU ,N W aiE WNREP Mp111NIMTp1l9Tl,Pl .AMli NpT PMNlit 01, R MENne,*o.caw. PEPEILCFTI6 CQICM�PMo.WO�PT1�-0Mf ♦TTq CONIP/LTan ElP61Rn © n cao wnawi.,orawrMu,w•ertwuaaTrwiTwo Otlsiklo wxulq PEPCB,f R%I d„PU1PTQfIW arµ Yt']IIMMIAwnM@. W NAIL 00116 YMt! M EYL6lp 6 nf�Tm Tgi�Mld•D MNL © PEN'G9MQNiC P,,vEUB+T a�•�,�cmrtiacmProiawvr,oP�.!w,�emiuE,a PN.Al ON era•c�ane me.uP�TTHmxm clan ose,•E n ,,rt�,waew art. w.ew,nraawartwv,,cu•woro vPirvrt Dees wu MPwna wc,w, aP art. T. aR ML WIOMOOUl1el, AT NIIT,IMI➢G•MnOML W1IMP�VMx • amKwn Pinu•suunr,mo r®eoow�ProekxaE N • A N • r Lubbock �� LBB GROUND TRANSPORTATION IMPROVEMENTS JOINTING PLAN C-104 -_ . " 7 ,.'�.�... �^`®,�. F""""`"" ro.n ate; F`.. „""�, "' ..•^.:.y �... �^'"*`--tea s 3 D B•NMaC (DLIFTs) OT/C90, PAVEMENT sERgN m Ax r w®,rDDeW �� I L i e• vd1T1AND cENewrcarwnE vavEMENr a•coAaARmsuBaRADE resx ASTM oeml NEW CONCJEXISTING HMAC TYPICAL CONCRETE PAVEMENT SECTION r NAAc an of ulaaGrx TrPE D. Rex DEibRY PEN NxA SPEfdIL DMMY) ISIx oENstlr PDI MAMwM ixemETE,u area¢ DMNII' A9IMOAIn Pa1ME C e' PLPJDBLE BASE Rex ASTM Deae) TCOMAPCTED BUBGMDE Rsx aSfM Dmel NRE: JOINT CONCRETE CURB Aa SPECWWD 30N CURB AND GUTTER TYP ASPHALT PAVEMENT SECTION D4 .,dE D5 ND sue +� 9WMRSMNL BE PIACEC �. iO, PAVEMeNf 9URFACE TOPWi PAYEMfM:rllE. A 9eAUJrr 9NALLBE MCeO PLUSH MTX MINMLM UrsEMANT AUTWML PTI SFAlANT9NALLBEPLACWfLUSMMK ORMINN IITOPTOP ORPaVEMFM 0lPM SIIML Bl MPMPNFO. Oa WITWN IIB•DP TOP MPAVeMENT SURFACE. aMWIMUM I25EALANT A SUWfaCE. AdNSeUM 1?SEALPWt FMKRULL OEPiN 9HALLBE M4IMPINEO. � � ,� 1MKPIN. DEPTX BNALL BE MPaJTNNED. . E aEaLANi N9WAM E }5 S• 6FALANT IMTEWK DERN iM1M• ID•MM BFALANT E I.NTENAL OFPTN. /§ 3 I{ _ _ W. ,m MAIERNL DEPTH. �§ S FS BOND BRP.MfER FT tt c BOND BIER BOND BRPANeR BReEL ReINPORgNO BONG BaEANER 9 SAWeDJOMTPACE ggWEDJpHTFaCE 8AWPAJONTPaC! OOWeL BAa 9aWEOJ0INT FACE BaWED. T— SB'a00eAcwuP 9TEe1 g011PgiCWO COMPRE98 WTPAIALPRQAOI.OFA. MAKNAL(0.09e0. 41EEL PlMPORCIND OOWELBM ,/YROO BACNNIP MA1xalAL 1M•MD CeLL aESWeNTPOAM + 1/4•MN (0.oaED•CELL, RESILlM VA'MAK OR BPONOE RUaBEP.) maco BaCKAN MATEaML FdM OR SPONOERUBBE0.) WMOR aPONOE RUBBCR) I/ •MPK �1 TYPE D - DUMMY JOINT l.f 1 NO SCALE �1TYPE A - EXPANSIONASOLATION JOINT VL NO BfNE ( TYPE E - CONSTRUCTION JOINT •"'� MONAIE ( TYPE C - CONTRACTION JOINT Vy NO SCPLE EIIPANabNJOIM ,G•ENPANSRNVJOWfBPLACEO WMEBEAPPLN:ABLCI TA LLA)Ld'M'SPACWO #�ETHE�paWNLT­A­.- JOINTWHERE ATT PRpJJdD. N. AWVCWIfIICfBEINEEN BTEELPEENORLWD ANODOWELEXPANSION SEFPIAN CONTROLCGLIFU0.1fNTEWMEOFldnOR. JOIM PIBERMESX CLfU19aPDRRAND CEAIENTCONLRETE COMPACTE09UBGRgOE CURB AND GUTTER SECTION B1 SOME SIDEWALK JOINTS 62 �, SIDEWALK PLAN AND SECTION 63 �NaE __—_.. BPoCN PaVER9 x PAVERS RR A,mMM�DaNDn��� N,.Wxa,� axDMNeIE NDDRMD f� pN NPa�NamNNEN ENNAm NPRWa �.�� MDLWDMDSRPAL�DDD,aDEDRAT� R �NEIaTW.,D�NIa,DWD� A WNW'IMra, n�9NpMWONrtiDEtai�lAxor�wnwxMR nneib w!!a A�xW,wi a�i,x! DAIDMW. .. ca.AawumwNnDxa r�as,l¢R�wa .e<ADam.mNDDadTwTPAo.TmAuaNT g�µS�+IMI�PDP eiv f�IWL�T61vNN 64M16l�INMNd Mu�Fl 1iM1�IP NN�M u�PNIBf RWLB: SXK�rt ONLV VOAMA6 fIMLLKMIYD VTIlA1TOV 10 S RI�PIe@�'14fpOiP ®. gimuML� A� !w�iIMTWo; L�A, �M�L alosiaB�'slw""LMOMa�lu1M�°OmoN�. RW1°�941�. ""�T°'"W' 'aLmeAAIm am'W`oel wlmliMlEa°Mwl°�`m011aMss""'d�A°nRwn�roTnax.L�rw�W:nw�d� YaTON. Pe1NW udrNwecTMVAWe MO,eellw M M PDWO W iwoARBW mind RAMP a n,t8 U C�C //GAx �,tN • PLtTPpy W 1fAN1e Lubbock PlesOotl Smith i11K11 KKM IG Nit LBB GROUND TRANSPORTATION IMPROVEMENTS PAVING DETAILS C-501 CITY OF LUBBOCK, TEXAS 4tLubbock Preston Smith ,international Airport JI LBB GROUND ELECTRICAL IMPROVEMENTS ALTERNATES 2-3 NOVEMBER 2016 �S 4tLubbock Praswn Smith ln*nwjm* Airport LBB GROUND ELECTRICAL IMPROVEMENT G-001 r GENERAL NOTES CONSTRUCTION CONSIDERATIONS A, PRIORTOBEGINNING CONSTRUCTION, ALL UNDERGROUND UTILITIES AND STRUCTURES SNALL BE LOCATED ANY ITEMS OR AREAS THAT WILL FOOTTVEALTEWWTEtl2-­­ A.TEE-IMENT-11HOLUDETHEF.—M,.ALL CONMi CONFUCTWITH THE INSTALLATION OF CONWROREWIPMIE ALLBEBROUONTTOTNEATTENTM)N OF THE ENOINEERIMMEDMTELY. As50C1ATEDWiTX TICKET EQUIPMENT AND SURVEILLANCE CAMERASSYSTEM PLUS ONE SPARE WILL SE INSTALLED UNDER THIS OPTION AS WELL AS FOUNDATIONS REQUIRED FOR B, CONTRACTOR WILL BE RESPONSIBLE FOR ALL COSTS TO OBTAIN REQUIRED PERMITS ASSOCIATED WITH THIS PROJECT. nCTEOUNTTHAIMRACDEGSMR.WREPRODEWER TOnK E O NREGMmOIFO n CIRCUIT C. ANYDEVIAnONOR SUBSTITUTIONSIN EQUIPMENT. MATERIALS OR ENGINEER MOPRACTCESMUSTHAYETHECUENTREPRESEMATVE'S µEAMRSATELE I.Tk.ITDE MPROVAL FABRICATION AND INSTALLATION SMML REIN ACCORDANCE WITH THE CONTRACT SPEDFXIATIONSAND ALL APPLICABLE CODES, IONOFAQUAI.RTH THE A03 NDA-ELOf LOCATION INDICATE O ON PLANS TO SUPPORT THE IT E WNMENT THAT WILL BE PROVIDED IN THE D. ALL POWER, COMMUNICATION,INSTRUMENTATION, GROUNDNG AND DETAL DRAWINGS SHALL BE COORDINATED PRIOR TOAND DURING FUTURE CONTRACTOR WILL u BE REePONSBLE FOR TRENCHING. BORING HD BACKFILL CONSTRUCTION. ALL INSTALIATN)N SHALL BE DONE IN A SAFE AND WORIYMN LINE MANNER. ASSOCIATED WIN CONDMT wSTHJATION IMB WILL ALSO INCLUDE ALL MATERIALS, LIBOR, EQUIPMENTAND TOMS FOR INSTALIATION,AND COORDINATION DURING CONSTRUCTION E. ALL CONDUIT AND CABLE ROUTING IS SHOWN DMORAMATIO. FINAL ROUTINO SHALL BE DETERMINED IN THE FIELD TO AVOID ANY DAMAGE OR WITH THE OWNER. INTERFERENCE WITH OTHER SYSTEMS, B ADWLA511 TIVE ALTERNATE CAMERAS AND FIBER OPTIC CABLE PIL INCLUDE F. TYPICAL RECOMMENDED METHODS AND MSTALLATION PRACTICES ARE COVERED IN THE NOTES AND DETAILS, THE DETAILS REPRESENT GENERAL CONSTRUCTION MEN D5 ONLY AND DO NOT NECESSARILY IMPLY EXACT INSTALLATION PROCEDURES THE DETAILS MAY BE MODIFIED THE FOLLOWING: EXTENSION OF FIBER OPTIC CABLE TO THE EXISTING TPH STAND. CONDUIT, TRENCHING. BORED CONDUIT. SACKFILL, INSTALLATION OF CAMEINNERDUCT,SPLICE TO MEET ACTUAL FIELD CONDITIONS PER CLIENT REPRESENTATNES APPROVAL TERMINATIONS AT EXIBTMG GROUND BOX, IT DATA RACK WDA CONVERTER CW 9SI5.1l.ER OPTIC CONNECTOR TERMINATIONS ETHERNET SWITCH. CAMERA POLES, FOUNDATIONS FOR G. AMINMINAOF It CLEARANCE SHILL BE MAINTAINED WIZEN CROSSING OTHER UMMRGROUND UTILITIES OR STRICTURES. CAMERA POLES. WIRE AM CABLE TO IN—M POWER AND WMRMX:ATION TO CAMERAS FROM TAXI STAND TO LDG DON5INDKIATED ON PLANS, AND COORDINATION WITH CAMERA H CONTRACTOR WILL BE RESPONSIBLE FOR PROVIDNG ALL CONDUIT, WIRE. CABLING. GROUNDING. JUNCTION SDES, CONNECTORS. AND OTHER SYSTEM INTEGRATOR OURNG TE311W AND COMMASSIDRNG OF THE NEW CAMERAS. REWIRED MATERIAL NOT PROVIDED BY OWNER, CONTRACTOR SHALL ALSO PROVIDE LABOR AND PERFORM ALL TERMINATIONS NECESSARY. 1. CONTRACTOR SHALL ALLOW A MINIMUM OFT DAYS SORE THE ON POLE FOUNDAT10NI PRIOR TO INSTALUnON OF POLES REFER TO STRUCTURAL SHEETS FOR POLE FOUNDATION DETAILS, ELECTRICAL LEGEND oU, MEE EDSTINGLIGNTPDE EXISTINGELECRNCMEOF ® x1T WORIXRIDPUUBON M CAMERA POLE FUEROPTIGCABLE UNTERGRDR®11ECTRIC UNCERORD COW U—N —F— —I— —LIOC— —UGH— —S— —W— TELEPHONE LINE SEWER U. WATERLINE BDTEGTPVCCONOUIT SAFEIYSWTCMTOHAVEPDFSANDRATNO REQUIRED iO BE ME MA .. FINITIM—OUTDOORS SPEAKER OF RATING NIDOAT. ——GROUND b . P 1 1A•GONDUITNTTH 2- iniAWG AND 42 ONO FOR MESSAGE BOARD(ALT. W) (PRIMARY LOCATION) '" 1 CONDUITWIi 27i12AWG AND# 12 GND FOR PAYING EQUIPMENT (AL—) RPAY IN EQUIPMENT TO BE PROVIDED BY »""" POSSIBLE FUTURE L VT(SECONDARY LOCAT)NI P OWNER AM wSTALLEO BYOTHERS.yYTW) ' PA NEQUIPMENTTOBEPR OED8Y OWNERANDINSTALLED BYOTHERS(ALT. W) (PRIM IY LOCATION) IJ— DETECTOR SORE CONDUIT Po991BLE fUTURE DEVELDPMENT (SECONDARY LOCATION LOOP DETECTOR TO BE PRDWDED BY TO BE PROWGEO HERS (R AND N SORE OWNER AND INSTALLED BY OTHERS LMT. W ) wsAueO BY OTHERS (uT Wi ;' ' I CONTRACTOR SNMLL PROWOE AND INSTALL NEW WALL MOUNTED IT RACK TRIPP LITE MODEL A. SRW12 OR EQUAL SIOMAMA I I Y RA MEDIA CONVERTER CHASSIS WSWITCH JCDIKE, AND ALL ARSOCIATED ITEMS TO TEN TO EXISTING NETWORK SYSTEM INTEGATION I .: .. SHALL BE DONE BY OTHERS, COORDINATE WITH OWNER FOR RACK_YGN.(MT W) '', 1-TCON R A R WITH .. • �• --' `\ OUTDOOR RATED FIBER OPTD•� C 1.2' COMOUIT (ILiH) WITH OUTDOOR •y RATED FIBER OPIO-MULTbDOE I2I PANELA MULTMOOE024MCMN- 2CT IAA .Hl MICROn• 12CT (MT. m) ELECTRICAL ROOM EXISTING INN - ,{� W TRANSFORMER 12Mm TAXI HOWEBIDO, CONTRACTOR TO PENETRATE BUILDING INMU. CAMERA PME REFER TO SHEET Em FOR AS INDICATED ON SHEET E DETAIL B1. ADDITIONAL INFORMATION. (ALT WI _�A 61-CGNOUI^ F=A —: _- 1 .1'CONWIT TO POWER CAMERA MARK AND CAP —UGE—BE—IlOE BUG CONWRAT ENO. ALT.tl 21 COMARIICATION PIALBOK REFER i0 TICKET DBPENGEN.TDBEPROVDEDBYOWNER SHEET EdWFORALALT. L Alm INSTALLED BY OTXflTe (ALT. W) MFORMATO. ALT. H7 2X' X ]A -POWER PULLSOX REFER TO SHEET CAP AND MINX 2' SPARE CONDUIT AT THIS LOCATION. EiW FOR ADDITIONAL INFORMATION. (ALT,2) 3 -1-CONWIT WITH 2-412 AWO AND 412 GND FOR —IN EQUIPMENTIALT. tl 21 CAP AND MARK S SPARE 1-1' CONDUITTO POWERCAMERA.MAANANDCAPCONOUITPTEND (ALT.tl 2) CONWR AT THIS LOCATION t -S SPARE COM M TO SE MARKED AND CAPPED AT BOTH ENDS (ALT. W) M. MESSAGE BOARD TO BE PROVIDED BY OOMWNER(A ` INSTALLED By OTHERS, pLT WI SORE COKWIT ALT.) i CAPAND MARK T SPARE CONWR AT / THIS LOCATION. J 1 • t• W NWIT TO POWER CAMERA, MARK AND CAP COM IJIT AT END. (ALT.#2) 1 f u �SORECW WIT (ALTH) s• CONWIT WITHOUTDOOR RATED FIBER OPTIC • MULTIMODE 021 MICRON- 12CT IN WNERWCT. (ALT. H7 aa-a-a-a-a-aaa-a-aa- a- E%ISTIIW FIBER Ox Al MIME PLAN a N Y "ASH. A °°Pxeq fA a. L tOBBit . Lubbock Preston Smith imenmiional Airport LBB GROUND ELECTRICAL IMPROVEMENT ELECTRICAL SITE PLAN E-101 1 2 3 4 5 HiOMMIMN PANEL D ) aaJA HANDDRTER•W W" JOA ElA /tF NIV•t Umwn��=E9TROOM NANO DRIER•MENS RECEPTACLES 1P 1P Rnon � Q RECEPTACLES NELX, 9PRINMLER CONTRtt tP tP PoRCX, WAITND ]EA iW WATER HEATER MEpl, LIGITIREM 1P 1P RESTROOM vEN01N01MCXINE M_A VOHT9 PoRCX. tp tP WAIRNO, SIDEWALK CE14H0 FAN HIA �� �� P P E%XAVSi FAN PHOTOCELL HIA iJA P 1P IL-T-N-R JOA 16q STREETLIGHTS DV1 MESSAOESOARD PAYINEGUIPMENTAw TM:RET 1P tP d ENSER,(ALr.RT) gIA0.RECEPTACLE fOR HIA HIA TICMETdSPENSER NETWORK IALT. nI 1P 1P IALT'p) ]UD` SECURITYCAMERAS 1P PNNEL A fM4G VAC k C4 ONE -LINE DIAGRAM SCu.E ruME aduTeM xndPCATrow ro eusr w vAx¢EGnRG NOTES L CONfRnCIdi SINLL VERW FASTINOCRGURA t. NTRnCIdi SINCE PRONGS VPGTED PANG Sd1EOVLE. J. CWRRPCfOR fiNMLPROWOE NEW &VEAMEP9 PS INdGTEO ON PPIA SOROULE SRENtERB 91 WLL EE gJMPAT101E WRN FISSR1Mi YYNPANft ANDPIC - MTINJSMWl WTCNphgTINO PANEL4 MTIN09. - A 1 2 3 4 5 o • • oom��®oo�o Lubbock Preston Smith InisrnaticNral amok LBB GROUND ELECTRICAL IMPROVEMENT PANEL SCHEDULE AND ONE -LINE E-102 70 .am orivn� woo R OROLMD M1E M 1? 0.YA WC CdGIIT it4 RCOVR iN0 M Cp y�.iva own cuoairouow B4 CAMERA POLE (TYPICAL OF 2 flAf�l8ai180t �. r,+r'w ras carnirr, nea wncwaroc rtoa ium.Tm wu u rmu� uoe� .00nn� ru�ana a � b toeati �Lu6boc�c Prsseon Sn'fith IITBBfiNLOfli Ahport LBB GROUND ELECTRICAL IMPROVEMENT m.cmrnow '. ELECTRICAL ILUMiNAMN AND CAMERA DETAILS E-501 0 1 7� wveer noacnm oanrarrowccs IYIL owrrr � IoaTa ; TMe z nw � mr ro oevlM nofaaw.,two ■ eS OIIDT aCCtFaBE VMCOMgIrt D1 BUT,9.RIED CONDUIT DETAIL N, �ygK.T°a owaTo oeoufofeoo mwnnlauc o�`ro wenlw oaoua aa�onoM o+owln �L�-e�1( .rrw °aeaw V �--OROVlO ROO COv0.80.10110 elCn eTNMPD W a 1r HORIZONTAL CABLE TERMINAL TO GROUND ROD Cl N.T.9. TYPICAL WALL PENETRATION DETAIL B 1 N.T.S. f AK uiWltpi caMouoroae wrtM IWT mpuuc TYl TMeTO ®RflMO P..T uo as rura rl tRTO tK. 1- Al G�Mo,.CLAMP DETAIL e 2 4 I � anon (BY e r rauvuarleY �• OTKae, MEW CONg1Hir MO I W Nq CMYleR WAM6te ffgrfe aNE aCaoaw r eueOuroE NAt tiTlu IbN) TICKET DISPENSER SLAB D4 N.T.9, eK,arar�er. eouwwr ma nnoMoa eo�T (M IORW Mwe M IlTar enrxere WHO: ena.eMoa eau raw x wue, nwron iaeraMew.e voa oaaawl+na e01.T P- xTrM eourwmrt ewvE�e (GMIIPMRRMo111Hie1 COIRAC! WYO e1MMOM6'MTM RlWlUO0.MtgW eT RDSImaWe M1a d p p 2 eOlUR �T{GMOTM IS MlgeeWtY Vlll&I p d e p NOIOPoW eOVIVYeM TO EIaeIW pVD d (` ANCHOR DETAIL v' N,T.9. en nuu evriaaM aMr tl0eleb CVNG6Te0.P! r carraert PAY STATION SLAB fIW e01p}p1eS 18 hY1 i�NOCpUR100a1CY1 MYMYMdIRIepr M2 MQFI®aL00f roaeatwreliae. ����� m maOwT61faLL 93 N1olortr.elWl w° a o>aurlwnawwmwwal�ro Mal TC� I SL ftarfe 1Fi wrofi .�. . a 4tl.,bm.wft Akpwt LBB GROUND ELECTRICAL IMPROVEMENT ELECTRICAL DETAILS E-502 en nuu evriaaM aMr tl0eleb CVNG6Te0.P! r carraert PAY STATION SLAB fIW e01p}p1eS 18 hY1 i�NOCpUR100a1CY1 MYMYMdIRIepr M2 MQFI®aL00f roaeatwreliae. ����� m maOwT61faLL 93 N1olortr.elWl w° a o>aurlwnawwmwwal�ro Mal TC� I SL ftarfe 1Fi wrofi .�. . a 4tl.,bm.wft Akpwt LBB GROUND ELECTRICAL IMPROVEMENT ELECTRICAL DETAILS E-502 elm "AAPR CL0.4S A CONCRETE. INO STEEL 3 20.76' REINFO STEEL DFOUND wX 24'MIN. 4— GRAV . . . . . . . FILL (2) — 24 ------- =4 -------PVCCONDIXT — f - 3--D.OX SECTION A A PLAN VIEW NOTES: , FINAL POSITION OF END OF DONOLTT SHALL NOT EXXXED ONE—F THE DISTANCE TO THE SIDE OF BOX OPPOSITE THE CONDLBT ENTRY. I. — —L — THE BOX, NOT - THE BOX. —L —D NOT E—H ON THE INT-OR VOLUME OF THE BOX. 3. INeTMt SLaHINE 01 THE UPPER END OF ALL EL - A. —RE A GROUND ROD 18 PRESENT IN THE GROUND ROX CONNECT IT TO MY AND ALL EOUIPMENT QRDLHDAG CO-3 USING A USTED CONNECTOR. S, MAINTAIN SUFFICIENT — BETWEEN ALL --TS SO AS TO AL LON FOR PROPER—LILAT.N 01 W-- d. ALL COADLRS SHALL BE —D IN A HEAT AND INOWMANUKE MANNER. 7, ALL CONSATTS — IN THIS GROUND BOX SNALLL BE — AFTER COMPLETRON OF CONDLOTOR N—N AND ANY NINKNED PULL TESTS. 9XICUNE —11 HOT BE ... AS SEA — a. GFOLIND BOX SHALL BE A RATED FOR INCIDENTAL TRAFFIC LOADING, 9. GXAOUND BOX LID SHALL BE LASELED 'ELECT A— INGROUND ELECTRICAL PULLBOX DETAIL 1 — A 0.P89 A CONCRETE. ..3 37-wr 11 STEEL r (wp.) I (Typ.r ---------- — TF BOX I'MIN. 24- MIN, 3-T L 241 ; ': '.. tz., FILL (2) 2 ...... ..... tn; GRAVEL — - - - - - - - - Pmco— FOLHO_ SECTPONA-A PLAN VIEW NOTES: I. FINAL POSITION OF END OF COADUTT SHALL HOT EXCEED ONE—F THE DISTANCE TO THE SIDE OF BOX OPPOSITE THE CONDUIT ENTRY. 2 —EG—L'UN—THESOXNOT'HN`TNEBOX. OFNAELSHOLLONOTE—ONTHEINTEXO—EOFTHEBOX. S. INSTM.I. BUSHAO ON THE UPPER END OF ALL ELLS. 4. WHERE A —D INDD 15 PRESENT IN THE GROUND BOX. 00AXECT IT TO ANY MIT ALL EQWWNT GFOUNTNIG CONDLICTORS LSBND A LISTED CONHEOTOB. 6. MAINTAIN SUFFICIENT SFA4E BETWEEN ALL CONOLITS SO AS TO ALLOW FOR PROPER INSTALI.ATION OF SLISHINS& S. ALL CONDUITS SHAI.I.SE INSTALLED N A HEAT AND —ANUXE NAMINER. 7. LLACONOUILSNSTALLED INTHEGKWHOB=SIMLLDESEALBO ERCOMPLETIONOFCONDII MINSTALNIONAnO ��� �REQUDTES. ALICONE—NOT BE—DASSEA— a. GROUnOBOXSINLLBEVOTEDFORIHClNNTALTRMFCLOADIHG. —LIDSHAILLSEI.NBELED-CONIALNICA— WGROUND COMMUNICATION PULLBOX DETAIL 4 -- Lubbock Preston sr,,m �v nWnatkmi Airport L88 GROUND ELECTRICAL IMPROVEMENT ELECTRICAL DETAILS E-503