Loading...
HomeMy WebLinkAboutResolution - 2017-R0156 - Duininck, Inc. - 04_27_2017 (2)Resolution No. 2017-RO 156 Item No. 6.20 April 27, 2017 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT City of Lubbock Bid No. ITB 17-13295-TF is awarded to Duininck, Inc. of Roanoke, Texas, for East General Aviation Ramp Rehabilitation at Lubbock Preston Smith International Airport, 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 Duininck, Inc., consistent with the terms of the bid submittal attached hereto and incorporated herein, and related documents. Passed by the City Council on April 27, 2017 uu__ DANIEL M. POPE, NfAYOR ATTEST: -P4"v A _ZC -k Rebe ca Garza, City Secret ry APPROVED AS TO CONTENT: Ott" Kelly Campbell, Director of Aviation APPROWA-1--, Attorney ccdocs/RES.Bid Award-Duininck, Inc. 3.30.17 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll 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: 2017-189135 Date Filed: 04/06/2017 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Duininck, Inc. Roanoke, TX United States 2 Name of government@ 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. 13295 East General Aviation Ramp Rehabilitation at LPSIA 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. nature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said %4,J1e- "^` G� this the ' "' day of %( E% 20_ t' _, to certify which, witness my hand and seal of office. 1 BARRY HUIZENGA CONTRACT MANAGER 1signature6f 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 V1.0.883 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 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: 2017-189135 Date Filed: 04/06/2017 Date Acknowledged: 04/06/2017 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Duininck, Inc. Roanoke, 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. 13295 East General Aviation Ramp Rehabilitation at LPSIA 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling 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 V1.0.883 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: April 27, 2017 CITY OF LUBBOCK SPECIFICATIONS FOR East General Aviation Ramp Rehabilitation at LPSIA ITB 17-13295-TF CONTRACT 13295 PROJECT NUMBER: 8552.8304.30000 Plans & Specifications may be obtained from BidSync.com 2017-R0i �6 CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE Page Intentionally Left Blank City of Lubbock Front End Documents City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 0001 11-12 I l ,� 12j ADDENDUM Paine Intentionally Left Blank City of Lubbock Front End Documents City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 to 0001 11-12 1XI, P--- City of bo TEXAS ADDENDUM NO. 1 ITB 17-13295-TF East General Aviation Ramp Rehabilitation at LPSIA DATE ISSUED: March 10, 2017 NEW CLOSE DATE: March 22, 2017 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. Revised Bid Form The Bid Form has been revised and must be submitted with the response. The Revised Bid Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Bid Form. Revised Bid Date The bid opening date has been revised to March 22, 2017. Bids are due at 2:00 p.m. CST. The deadline to submit any questions, inquires, or requests for clarification has been extended to 5:00 p.m. CST, March 17, 2017. Clarifications 1. Change to Contract Completion Time REVISION INFORMATION: DELETE: All notice of substantial completion of the project within 60 Calendar Days. REPLACE WITH: If the Base Bid is awarded, the construction covered by the contract documents shall be substantially completed within 60 Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. If Alternate No. 1 is awarded, the construction covered by the contract documents shall be substantially completed within 74 Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 2. Plan Sheet Revisions REVISION INFORMATION: DELETE: Plan sheets G002, G003, G004, G101, G102, G103, CP101, CP102, and CP501 REPLACE WITH: Plan sheets G002, G003, G004, G101, G102, G103, CP101, CP102, and CP501 (revised per Addendum No. 1, attached) 3. Technical Specifications Index REVISION INFORMATION:__, DELETE: Technical Specifications Index REPLACE WITH: Technical Specifications Index (revised per Addendum No. 1, attached) 4. Item G-215 Aircraft Tiedown Anchors REVISION INFORMATION: ADD: Item G-215 Aircraft Tiedown Anchors (added per Addendum No. 1, attached) 5. FAA Item P-101 Surface Preparation REVISION INFORMATION: DELETE: FAA Item P-101 Surface Preparation REPLACE WITH: FAA Item P-101 Surface Preparation (revised per Addendum No. 1, attached) 6. Page 4 of FAA Item P-401 Hot Mix Asphalt (HMA) Pavements REVISION INFORMATION: DELETE: Page 4 of FAA Item P-401 Hot Mix Asphalt (HMA) Pavements REPLACE WITH: Page 4 of FAA Item P-401 Hot Mix Asphalt (HMA) Pavements (revised per Addendum No. 1, attached) 7. TxDOT Item 275 Cement Treatment (Road -Mixed) REVISION INFORMATION: ADD: TxDOT Item 275 Cement Treatment (Road -Mixed) (added per Addendum No. 1, attached) 8. Construction Safety and Phasing Plan REVISION INFORMATION: DELETE: Construction Safety and Phasing Plan REPLACE WITH: Construction Safety and Phasing Plan (revised per Addendum No. 1, attached) All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, 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 TKFloresLwmylubbock.us - ,s Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, ?e*& 5;&w CITY OF LUBBOCK Teofilo Flores 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 bids. It shall be the bidder'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 ITB 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. REVISED �. REVISED BID SUBMITTAL FORM UNIT PRICE BID CONTRACT INS PROJECT NUMBER: ITB 17-13295-TF, East General Aviation Ramp Rehabilitation at LPSIA (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 East General Aviation Ramp Rehabilitation at LPSIA, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID Item No. Description Unit Estimated Quantity Unit Price Extended Amount 1 Mobilization and General Conditions LS 1 2 Temporary Construction Items LS 1 3 Pavement Marking Obliteration LS 1 4 Aircraft Tiedown Anchor EA 12 5 Asphalt Surface Removal (Perimeter Road) SY 218 6 Aggregate Base Removal (Perimeter Road) SY 226 7 HMA (Asphalt) Surface Removal (East GA Ramp, Base Bid) SY 23,349 8 HMA Overlay Course (East GA Ramp) TON 3,284 9 6" HMA Surface Course (Perimeter Road) TON 72 10 Bituminous Prime Coat (Perimeter Road) GAL 57 11 Bituminous Tack Coat (East GA Ramp) GAL 3,503 ' 12 Pavement Markings LS 1 13 8" ASTM F-949 Smooth -Wall, Perforated PVC Underdrain Pipe LF 91 14 8" ASTM F-949 Smooth -Wall, Non -Perforated PVC Underdrain Pipe LF 52 15 Single Underdrain Cleanout EA 2 16 Sloped End Treatment for 8" Pipe EA 1 17 Excavation (Unsuitable Materials) CY 393 18 Grade 2, Type D Flexible Base (Complete In Place) CY 450 19 Rock Construction Exit EA 2 20 Temporary Sediment Control Fence LF 308 21 Inlet Protection Barrier EA 7 22 SWPPP LS 1 Total (Items 1-22) $ ALTERNATE NO. 1 Item No. Description Unit Estimated Quantity Unit Price Extended Amount 23 Remove Bid Item No. 7 - HMA (Asphalt) Surface Removal (East GA Ramp, Base Bid) SY (23,349) 24 HMA (Asphalt) Surface Removal (East GA Ramp, Alternate No. 1) SY 23 349 ' 25 Remove 658 TON from Bid Item No. 8 - HMA Overlay Course (East GA Ramp) TON (658) 26 Cement (6%) TON 526 27 Cement Treatment, 8" Depth SY 23,349 Total (Items 23-27) $ t 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 «DaysCompletion» 60 CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. If Alternate No. 1 is awarded, 14 ADDITIONAL CALENDAR DAYS will be awarded to the Bidder to substantially complete the project. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,138.84 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 that the deductive bid items of Alternate No. 1 (Item Nos. 23 and 25) are quantities deducted { from the Base Bid (Item Nos. 7 and 8, respectively). The unit prices for the Base Bid and corresponding Alternate No. 1 - bid items must match such that the deduction of each unit results in a net zero cost for that unit. 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 Bidder's Initials REVISED Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ - ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(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) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: Fax: - Zip Code FEDERAL TAX ID or SOCIAL SECURITY No. EMAIL: MIWBE Fiim: Woman I I Black American I I Native American Hispanic American I I Asian Pacific American I I Other (Specify) FOR CITY USE ONLY Bid Fonn Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $50, 000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. =R co aWir S cmHi jI^ I I2 s i 1 E Cj l�lj� {iii� !IE%li i{ {-- i in1Y Vi E I g s l I 7j1j I � � pg ICI z 3 {.- zA I rni-� I _{ 3 i !! IF I 13 --F t I it _ z � oClo za - v ��oox l p x --- - o � z GENERAL NOTES: 1. THE CONTRACTOR IS HEREBY MADE AWARE THAT ME NOTES WITHIN THE PLANS AND PROJECT MANUAL ME WRITTEN FOR ME CONTRACTOR'S ACTION. LT 15 UNDERSTOOD THAT ME REQUIREMENTS OF ME PLANS AND PROJECT MANUAL ME MEANT M REQUIRED ACTIONS OF ME CONTRACTOR UNLESS EXPLICITLY NOTED AS ME REWIRED ACTION OF ANOTHER INDIVIDUAL. 2. MNATAH K$PPA'SIIMITY FOR CCNTTAW COOROMATON BEYMF.EN CONWTOR FERSOWEL SLEW RAINED CONSTRUCTION ACTMRCS TO ME ENGINEER FOR RENEW. 3. PRWIDE ALL EOUIPMEW REQUIRED TO COMPLETE ME PROJECT, THIS IS SUBSIDIARY TO ME VARIOUS BID ITEMS O ME PROJECT. 4. IT IS ME SOLE RESPONSIBILITY OF ME CONTRACTOR TO OBTAIN APPLICABLE PERMITS FOR CONSTRUCTION AND EOVIPMENT. PROVIDE COPIES OF PERMITS AS $UBMWJ_S N THE ENGINEER, PERMITS ARE PART OF THE EQUIPMENT PROVIDED Bt ME CONTRACTOR AND ME SUMIMMI TO ME VARIOUS BID ITEMS OF ME PROJECT, 5. ME CONTRACTOR'S PROJECT SUPERINTENDENT OR HIS / HER DESIGNATED ASSISTANT MUST BE ON SITE DURING ALL WORK ACTIVITIES. ME CONTRACTOR'S PROJECT SUPERINTENDENT 15 ME DESIGNATED RESPONSIBLE COMPACTOR RERESENTATM MD MUST BE AVAILABLE IN CASE OF EMERGENCIES ON A 24-HOUR BASIS. 8, NO PERSONAL VEHICLES ME AVOWED WITHIN ME AEA PARK KRSDMA VEHICLES IN THE STAGING / STWKMLE / STORAGE AREA OR M OCSIGMRD BY ME OWNS. SHUTTLE CONTRACTOR PERSONNEL TO THE PROJECT SITE, T. THE EXISTING CONDITIONS SHOWN IN ME PUNS MIRE DEVELOPED FROM INFORMATION PROVIDED BY ME OWNER, SUPPLEMENTED BY CASUAL VISUAL QBSERVATIDNS, AND TOPOGRAPHIC SURVEY, THE EXISTING CONORIONS ME NOT WARRANTED AS ALL INCLUSIVE OR EXACT, BUT RATHER AS ME BEST AVALAWE KNOWLEDGE AT ME TIME OF PROJECT DESIGN. VERIFY EXISTING CONDITIONS AND NOTIFY ME ENGINEER OF DISCREPANCIES IMMEDRMLY IF FOUND. PRIOR TO PERFORMING CONSTRUCTION ACTNITIES, 8, KEEP ONSRE A COPY OF ME PIAHS, PROJECT MANUAL AND ALL REFERENCED STANDARDS CITED AND, AT ALL TIMES, GIVE ME OWNER ACCESS MERE10. 9. CONSTRUCTION CANNOT COMMENCE UNTIL: A. A NOTICE TO PROCEED HAS BEEN ISSUED. B. &WRICADES ARE IN PUCE AND AP ROVED BY ME OMER TO CONFINE THE WORK MU AND CREATE A BARRIER BETWEEN AIRCRAFT AND VEHICLE MOVEMENT THEM AND ME CONSTRUCTION AREA, C. SAFELY SWXW NT FOR CONTRACTOR PERSONNEL AAW CON9IRUCIION EQUIPMENT E W HALE AAW GPEMBLE. D. KOURRED PERMITS ARE IN PLACE 10, FOLLOW GOOD HOUSE KEEPING PRACTICES. CLEW UP DIRT AND LOOSE MATERIAL AS CONSTRUCTION PROGRESSES. WONITOR THE SITE REGULARLY TO KEEP SIZE REE OF TMSH, TOO, AND OMER CONSTRUCTION DEBRIS, 11, THRUICH UT THE COURSE OF CONSTRUCTION. SHAPE FACT CONSTRUCTION AREA i0 MAINTAIN POSITIVE (CONTINUOUS AND FLOWING) DRAINAGE OF SURFACE WATER WIN EACH CONSTRULLIGN OPEATION AND NOT RESRICT EXISTING DRAINAGE FLOW PATTERNS. A, IF NECESSARY. FURNISH AND INSTALL DRAINAGE PRDNISIONS (1.E STRUCTURES) TO MEET THESE REQUIREMENTS. B. PUMF LECALIZED PoNDING SURFACE WATER IMMEDIATELY AFTER A PAIN EVENT FROM EACH CONSTRUCTION ME& C. AT THE END OF THE PROJECT, RESTORE AL GRADES. PER DESIGN PUNS, AND MINE AND DISPOSE OF ALL TEMPORARY DRAINAGE RNOMSIONS. D. THE COST OF YNPORWY DRAINAGE AND DEWATERING IS SUMIDARY TO THE VARIOUS BID ITEMS OF ME PROJECT. 12, PROTECT SURVEY MONUMENTS IN PLACE, UTIUZE ME SERVICES OF A TEXAS REGISTERED PRORSSIO LAND SURVEYOR TO RESTORE DISTURBED OR COVERED MONUMENTS, 13. THE PROJECT PAY TENS PROVIDED ME INCLUSIVE OF ALL WORK THAT MUST BE PERFORMED AS SXOM IN ME PLANS OR DESCRIBED IN ME PROJECT MANUAL. WORK DESCRIBEO IN THE PLANS OR PROJECT MMNAL THAT IS NOT PAID FOR DIRECTLY BY A SPECIRG BID ITEM S SUBSIDIARY TO ME VARIOUS BID ITEMS O ME PROJECT, E, AIR OW OPERMONS SECURITY BADGES MUST BE WORN IN M WILY VSIBLE LOCATION ON ME PERSON ISSUED THE BADGE AT ALL TIMES (MILE WORKING WITHIN THE AM ME BADGE HOLDER MUST BE FAMIUM WITH AND MUST OBEY ALL SECURITY AND SAFETY RULES AND REWIATIONS, AIRPORT OPERATIONS SECURITY BADGES MAY BE CONFISCATED AND ALL SECURITY RIGHTS REVOKED BY ARPORT OPERATIONS UPON ME BREACH OF ANY SECURITY OR SAFETY REGULATIONS AT ME DISCRETION OF AIRPORT OPERATIONS, THE HOLDER OF AN AIRPORT OPERATIONS SECURITY BADOE MUST SURRENDER ME BADGE AT THE COMPLETION OF THIS PROJECT, UPON TRANSEER OR TERMINATION OF EMPLOMENT, OR AT ANY OMER TIME AT ME REQUEST OF ARROW OPERATIONS. F. ANY EXPIRED OR ALTERED BADGE, OR ANY BADGE BEARING A PHDTOCRAPH NOT MATCHING THE BEARER, MIST BE BROUGHT TO ME ATTFNRON OF AIRPORT OPERATIONS AND WILL BE IMMEDIATELY CONFISCAMO BY NRPW OPERATIONS OR THE AIRPORT POLICE. G. AT ME COMPLETION OF MIS PROJECT, ME CONTRACTOR MUST RETURN ALL AIRPORT OPERATIONS -ISSUED SECURITY BADGES TO AIRPORT OPEIAMRS. ARPORT OPERATIONS WILL CHANGE AN ADDITIONAL ONE HUNDRED DOLLAR (SIGOOC) FEE FOR EACH LOST OR DESTROYED AIRPORT OPEATOVS-ISSUED SECURITY BADGE. ALL AIRPORT OPERATIONS -ISSUED SECURITY BINGES MUST BE ACCQUHTED FOR AND SURRENBERED AT ME COMPLETION OF MIS PROJECT. FAILURE TO ACCOUNT FOR AND SURRENDER ALL AIRPORT OPERATIONS -ISSUED SECURITY BADGES WILL CONSITTU E GROUNDS FOR WFMHOLDING RETAIAGE FROM THE FINAL PAY ESTIMATE AMOUNT, V, A YELLOW, FLASHING, DOME -TYPE LIGHT ON ME UPPERMOST PART OF ME VEHICLE STRUCTURE. THE LOW MUST BE VISIBLE FROM MY DIRECTION. WY AND NIGHT, INCLUDING MOM ME AR. LIGHTS MUST HAVE PEAK INTENSITY WTFRN ME RANGE OF M TO 4C0 CANOELAS (EFFECTIVE) FROM ZERO (0) DEGREES (HORIZONTAL) UP TO 1D DEGREES ABOVE THF. HOPI2ORAL AND FOR 360 DEGRELS XOR1201RALLY. FROM 10 DEGREES TO 15 DEGREES ABOVE ME HORIZONTAL PLANE, ME LIGHT OUTPUT MUST BE ONE -MIN N OF PEAKINTNSBY OR BETWEEN FOUR (4) AND AD CANDELAS (EFFECTIVE). LIGHTS MUST FLASH AT 75 E 15 FLASHES PER MINUTE. B. A THREE (3) FEET % THREE (3) FEET OR LARGER, INTEJWANJNAL ORANGE AND WrM CHECKERBOARD CONSTRUCTION SAFETY FLAG, EACH CHECKERBOARD COLOR BEING ONE (1) FOOT %ONE (1) FOOT, R%ED ON A STAFF, MAY BE ATTACHED TO ME VEHICLE SO THAT THE FUG IS MADLY VISIBLE TO SUPPLEMENT THE FLASHING LIGHT OR FOR TRANSIENT VEHICLES OR HOSE SPECIFICALLY ONSNE FOR ME DAY TO COMPLETE A SPECIFIC 74K DURING DAYTIME OPERATIONS ONLY. VEHICLES AND EOUIPMENT OPERATING IN ME AM DURING ME HOURS OF DARKNESS MUST BE EQUIPPED WITH A YELLOW, FLASHING, DOME -TYPE UGHT. C, BE ESCORTED UNDER ME CONTROL OF A CONTRACTOR ESCORT VEHICLE, 2. CONTACTOR PERSONNEL THAT HAVE BEEN ISSUED AN WIDOW OPERATIONS SECURITY BADGE ME RESPONSIBLE FOR All COSTS ASSOCIATED WITH VEHICLE AND EQUIPMENT ONTFICATON ME PART OF ME EQUIPMENT ROVDED BY ME CHALLENGING ANY PERSON OR VEHICLE FOUND ON ME AM OR OTHER NON-PUBUC AREA WHO S NOT DISPLAYING A VALID CONTACTOR AND ME SUBSOMY TO ME VMOUS 910 ITEMS OF ME PROJECT. AIRPORT OADATONS KUMK BAXWE OR MIND CANNOT PRODUCE A VALID AIRPORT' OPERATIONS SECURK BADGE. OR WHO S NOT UNDER ESCORT OR UNDER THE EXPECT SUPERVSION OF A PERSON POSSESSWG A VALID AIRPORT OPERATIONS SECURITY 9. CONTRACTOR VEHICLES AND EOUIPMFNT BROUGHT INTO THE AM SHOULD BE SMICED AND MAINTANED RIOR TO ENTERING ME BINGE. ME CHALLENGE MUST CONSIST OF NOTIFYING ME PERSON THAT HE IS WITHIN A RESTRICTED AM, AND INFORMING THE AM TO PREVENT FUEL HYDRAULIC FLUID. OR OTHER CHEMICAL FLUID LEAKS AND EXCESSIVE EXHAUST THAT MAY CAUSE PERSON OF M APPROPRIATE DR ROVE. SHOULD ME UN4UMPERSON REFUSE TO EXIT THE RESTRICTED MEA AIRPORT ORIZED ENNROMMENTA1 ISSUES. VEHICLES AND EDUIPMENT THAT MAY CAUSE ENVIRONMENTALLY OERIMEWAL CONDITIONS WILL BE OPERATIONS MUST BE IMMEDIATELY NOTIFIED FOR FURTHER ACTION, AND ME UNAUTHORIZED PERSON MUST BE KEPT UNDER PROHIBITED FROM ENTERING ME AM HOWEVER, CONTACTOR PERSONNEL OPERATING CONSTRUCTION VEHICLES AND EQUIPMENT t NTIL RT OP GINS A ON ME AIRPORT MUST NOTIFY THE ENGINEER IMMEDOMLY AND EXPEDROVSLY CONTAIN AND CLEAN-UP SPILLS RESULTING FROM RIEL HYDRAULIC FLWO. OR OTHER CHEMICAL FLUID LEAKS WITHIN ONE (1) HOUR OF ME SPILL OCCURRING. TRANSPORT ANO B. ANY'ONE FOUND IN VgLATON OF AIRPoML RULES, RECUATIONS. AND SAFETY PLAN MAY EE RDMPTLY ANO KRMANENBY HANDLING OF OTHER HAZARDOUS MATERIALS ON AN AIRPORT ALSO MWVIRES SPECIAL PROCEDURES, TO TAT END, DEVELOP AND III LWENT REMOVED FROM ME JOB 51R AND MAY BE SUBJECT TO ARREST FOR AlL PUNISHABLE STATE AND FEDEMI OfFEN5E5. Q THE SPCD. THIS INCLUDESION AND pWNTENANCEPOFSAPPROREDURES ATE MSOSRDAAHICLE CKRAIG MS. INCORPORATE THESE AND APPROPRIATE RENEWTON AND RESPOSEDURES IWO EGUINEW 4. IF AN A SECV GATES FOUR OPEN UNLOC AND MAID AIRPO EMIR OLICE / pp ON -SITE. iRANSPONTATOR SECURITY ADMINISTRATION MAY ISWE ME CONTMCMR A CITATION. ME CONTRACTOR S RESPONSIBLE FOR AL 10. CONTRACTOR RADIOS AND / OR MOBILE PHONES MUST ONLY BE USED FOR ME CONTRACTOR'S INTERNAL COMMUNICATIONS. TO COURT COSTS ANO IMPOSED FINES. IN MORON, A CHARGE OF UP TO f11,OW.00 MAY BE LEVIED Bt ME OWNER AND / OR COMMUNICAR CLWANCE FOR MOVEMENT O EQUIPMENT, PERSONNEL, ETC., ON OR ACROSS ACTIVE AN ARFlS, USE OF AO05 TRANSPoRIAITOH SECURItt ADMINISTM7ION fOR EACH NOLATON 50 DOCUMENTED. MUST NOT INTERFERE WISH REOUERCIES USED BY ME AMY OR ME NRPORT. USE OF MOBILE PHONES IS RESTRICTED M to. PAYMENT OF ALL TINES ASSESSED TO ME OMER, DUE TO VTOATIONS BY ME CONTRACTOR OF FAA TRMSPoWATGN WORK -RELATED CALLS WITHIN ME AM NO PERSONAL CALLS WU. BE ALLOWED. ME CONTRACTOR MUST MADRAN AN SECURITY ADMINI,lTRAYDN SECURITY OR SAFETY REOVIREMEWS, ISME SOLE KGPONSIBIUTY OF ME CONTRACTOR AND WILL BE UP-TO-DATE CONTACT UST WITH ME AIRPORT FOR THE DURATION OF ALL RASES OF WORK. DEDUCTED FROM MONIES GIVE ME COMPACTOR. 11. CONSTRUCTION MAY OCCUR ADJACENT TO ACTIVE AIRFIELD PAVEMENTS, CONSTRUCTION TRAFFIC MUST YEW TO AIRCRAFT AT ALL TIMES. AIRFIELD SAFETY REQUIREMENTS: 1, ME OWNER, AT ALL TIMES, HAS COMPLETE JURISDICTION OVER ME SAFETY OF AIRCRAFT OPERATIONS WRING THE WORK. WHEREVER THE SAFETY OF AIR TRAFFIC IS CONCERNED, ME DECISIONS OF ME OWNER WILL BE FINAL AS TO METHODS, PROCEDURES ANO WFFSURES USED. 2, FAMILWN2E CONTRACTOR PERSONNEL OF THE AIRPORT ACTWTY AND OPERATIONS THAT ME INHERENT TO MIS ACTIVE AIR CARRIER MRPORT, CONDUCT ALL CONSTRIILTON ACOAKS TO CONFORM TO AL ROUTINE AND EMERGENCY MR TRAFFIC REOIREMENS AND GUIDELINES ON SAFETY AS SPECIFIED HEREIN OR AS DIRECTED BY ME OWNER. COMPLY WIN AND ACWAWT CONTACTOR PERSONNEL MINT CURRENT EOTW, LATEST CHANGE, OF TIE MLWWTNG STETFM ADVISORY CIRCULARS / SAFETY DOCUMENTS: 12. CONFINE CONTRACTOR PERSONNEL, EOU&MEHT, CKRATONS AND TRAVEL TO ME MU WITHIN ME DEFNED WORK UNITS SHOWN IN ME PLANS, DO NOT ALLOW CONTRACTOR PERSONNEL TO ENTER OR REMAIN IN PART OF ME AA, WHICH WOULD BE HAZARDOUS TO PERSONS OR TO AIRCRAFT OPERATIONS, INFORM COMMAKE TOR PERSONNEL OF THE ROUTES, SPEEDS. AND PROCEDURES FOR TRANSPORTING EOUIPMENT AND MATERIALS TO THE CONSTRUCTION SITE AND RESTRICTONS TO MOVEMENT DF EQUIPMENT OR CONTACTOR PERSONNEL WITHIN ME ADA 13, ME OTHER RESERVES ME RIGHT TO SUSKND CIXRSTRUCIION OPERATIONS FOR SHORT PERIOO$ OF THE (LE, WHILE AN AIKWY PASSES), DAILY, OR BETWEEN CONSTRUCTION PHASES, AND / M CHANGE ME ORDER OF CONSTRUCTION PXMING WRING THE PROJECT N IT IS OETRWNED AS IN ME BEST INTEREST OF ARRATION PORT OPES OR SAFETY. ME CONTRACTOR MAY BE ORECIED TO MOVE CONTRACTOR PERSONNEL EWALS RPMENT, AND MAMRTO A SAE LOCATION AND / OR EVAWATE T ME SITE IN ORDER TO ENABLE MRCRAOPERATIONS. NECESSARY EXTENSIONS IN CONTRACT ME WILL BE GRANTED OR A STOP RN WOW OORDER WILL BE ISSUED Off TO THESE DELAYS. HOWEVER, THERE WILL BE HO ADJUSTMENTS IN CONTRAD7 RICE DUE TO MESE DELAYS, UNLESS OTHERWISE NOTED IN ME CONTRACT DOCUMENTS, 14. DO NOT EXCEED 15 MR WITHIN ME eon 15FURNISH AND INSTAL BARRICADES AT THE LOCATONS SHOWN IN THE PUNS. FURNISH AND INSTAL BARRICADES AT ME BEGINNING OF EACH PHASE TO REMAIN IN PUCE THROUGHOUT ME PHASE. EXCEPT WHERE NOTED. IN TIE EVERT BARRICADES ORE ADJUSTED OR REMOVED TO ALLOW VEHICLE TRAFFIC THROUGH OR FOR CONSTRUCTION WORN, SUPPLY FLAGMEN 10 PREVENT B. CSR, ARC RA'f ROM INADVERTENTLY ENTERING iXE WORK AREA FLAGMEN MUST REMAIN UNTIL THE BARRICADE IS REPLACED IN ME ORIGIAIRPORT SECURITY REQUIREMENTS: WAND_ POSITIOWINGN. PROVIDE 24 HOURS PER WY GN DES $ A PARTOO PERSONNEL SPCL FOR EMERGENCY MAINTENANCE OF AIRPORT THESE WGVMENTS AND RELATED REOIREMENS ME DESCRIBED IN MORE ttTAII IN ME PROTECT MANUAL. HAZARD LIOSING AND BARRICADES, INTEGRATE BARRICADES AS A MART OF THE NNEL 1. COMPLY WITH AL SECURITY REQUIREMENTS SPECIFIED HEREIN AND AS REQUIRED BY ME OWNER OR AIRPORT OPERATIONS. 3. PREPARE AND SUBMIT MR APPROVAL A SPCD IN ACCORDANCE WFH FM AC ADO / 5370-2. CURRENT EDITION, LATEST CHANGE, 16, PRWIDE AN ADEQUATE NUMBER OF SWEEPERS W VACWM TRUCKS TO KEEP HAUL ROUTES, AIRFIELD PAVEMENTS WITHIN ME SUBMIT FIVE SPCD PRIOR TQ A NOME TO PROCEED BEWO )MM WER TO ME CSPP FOR ADDITIONAL SPED REGNMEMENIS. LIMITS OP WORK, AND OTHER PAVEMENT AREAS WITHIN 25O FEET OF CONSTRUCTION AREAS TAVNSEO BY VEHICLES AND 2. DRERS OF ALL CONTRACTOR VEHICLES AUTHORIZED TO ENTER MC AGA MUST BE EXPERIENCED IN ME ROUTE OR GUIDED BY EQUIPMENT CLEAN AND REE OF MILE. DIRT, DETAILS, WASTE. LOOSE MAMPIL, AND OTHER FOD CAPABLE OF CAUSING DAMAGE AN AIRPORT ORRATONS-MPROVEO, SECURITY BACKED ESCORT VNICLE. ME CONTRACTOR IS RESPONSIBLE MR TRAFFIC FURNISH AND INSTALL ME COMPONENTS DF ME SPCD AT ME APPROPRIATE TIMES 4 SPECIFIED IN ME CONTMLT DOCUMENTS. TO AIRCRAFT LANOING SCARS OR PROPELLERS AND / OR BEING DIGESTED IN JET ENGINES. PROVIDE ENOUGH EQUIPMENT AND CONTROL TO AND FROM ME VARIOUS CONSTRUCTION AREAS ON ME SITE AND MR ME OPERATION AND SECURITY OF THE AM INSPECT EVENT ASPECT OF ME SPED ON AT LEAST A WILY BASS AND ENSURE ALL COMPONENTS ME FUNCTIONING PROPERLY, OPERATORS TO ENSURE AN IMMEATE RESPONSE TO PROPERLY KEEP ALL ACTIVE AFFIRD PAVEMENTS AFFECTED BY SECURITY GATES TO ME SITE. ME CONTRACTOR MUST MONITOR AND COORTHA E ALL CONTRACTOR iMFFIC AT NE A04 IMSMUCTION OPERATIONS ME KEPT FREE OF FOD. SECURITY GATES WITH SECURRY, IMMEDIATE LY CORRECT DEFICIENCIES NOTED BY THE OWNER AND / OR ENGINEER (OR ME ENGPROPES REPRESENTATIVE). WSLLALr CHECK BARRICADE FLASHING UGNi$ GN q WILY BA515, 30 MINUTES BEFORE SUNSET fOR PROPER OPERATIONS. ME tT WEAR HIGH-VISIBILIY WMNMG WRMENR AND IDENTIFIABLE HARD HATS IN ACCORDANCE WITH APPLICABLE OSHA, ANSI, ISFA SYSTEM ELEMENTS THAT MUST BE INSPECTED ME AS FOLLOWS: LOCAL STATE, AND / OR FEDERAL REGULATIONS WHEN ONSRE, 3. DO NOT PERMIT UN AUTHORIZE CONTRACTOR L PERSONNEL OR TRAFFIC E THE SITE. PROHIBIT 'ITE AT ALL TIMES OF MULTIPLE VEHICLES BY AN NTRACT AUTHORIZED VEHICLE. C. LOON AND SECURE TO ADA SECURITY MITES TO ME SITE A, ALL TIMES WHEN AHOTTTENDED a BARRICADES SET PROPERLY AND AL fLASXWG WARNING LIGNR OPERATING PROPERLY. BY CONTRACTOR BY ME PERSONNEL WHO IF ME MIUMCONTRACTORTH [NOOSES TO LEAVE AN HE SECURITY GATE OPEN, U MUST BE AIiENDEO iB. PREVENT SPILLAGE OF OBITS FROM CONSTRUCTION V'El1OLE5 AND EOUNMEW OUTSIDE THE WMEDIAIE WORK ARU, BY COMPACNR PERSGNHFL WXO ARE GAMILIM WITH ME REQUIREMENTS OF THE AIRPORT OPERATIONS SECURITY PROGRAM. D, All CONTRACTOR PERSONNEL AND AN SECURITY MITES DAWNED AND SECURITY PROCEDURES IN PLACE. C NISI SH TO ME GATE GUARD A LIST OF AUTHORISED DELIVERY VENUES TO ENTER THE AGA SECURITY GAR AND RECORD ME t9. THECONRSA. ON ALTWMErES MEP AREAS IN THE R L OfZ, AND TOF0. 'WHEN OPERCONSATIONS O, MEN, DR D, UNLESS ARE WITHIN C. AL VEHICLES AND EWIPMENT UGHTED / MAIMED IN ACCORDANCE WITH ME REQUIREMENTS OF ME CONTRACT DOCUMENTS. THE RSA OFZ, OR TOFA THOSE EETS WILL BE CLOSED 10 ALL OWNER. OPERATIONS OR AESTRICIED, UNLESS OTHERWISE VEHICLE LICENSE PUTS THE IN, AND TIME OUT FOR EACH VEHICLE UANG ME GATE. INDICATED IN iXE PHASING PLAN SHEETS OR M APPROVED BY ME OWNER. 5, PEOCSFRLW WAATHROUGHS ME NOT ALLOWED MIOUCN THE VEHICULAR GATE. D. CONTRACTOR USE OF UNAUTHORIZED ADA SECURITY GALES CHECKED. 20. LT IS ME SOLE RESPONSIBILITY OF THE CONRACTOR TO SEE MH7 ALL SHEETING, SHORMQ AND BRACING IS COVE IN ACCORDANCE WITH CURRENT OSHA RE ULATONS AND REQUIREMENTS SHEETNG, SNORING AND BRACING IS AN INCIDENTAL PARE 6. ME CONTRACTOR IS RES ONME FOR AIRPORT OPERATIONS SECURITY BADGING M FOLLOWS: THE OWNER AND / OR ENGINEER WILL NOTIFY THE CONTRACTOR IN WRITING OF ME MOVE SAFETY AND SECURITY ITEMS OF ME WORK AND IS SUBSIDIARY TO ME VARIOUS BID ITEMS OF ME PROJECT, EXCEPT 4 PROVOW IN THE PROJECT MANUAL IDENTIFIED M OEFlOENT. DAME A CONCERTED EFCRT R ENSURE ALL SAFETY AND SECURITY ITEMS ME IN ROPER WORKING A. ISO / 5370-2. OPERATIONAL SAFETY ON AIRPORTS DUMWG CONSTRUCTION; B. ISO / 5200-I8, AIRPORT SAFETY -SELF INSPECTION; AND C. 150 / 5210-5. PANTING, AMONG AND UGHTING OF VENOLES USED ON AIRPORTS A ME CONTRACTOR IS RESPONSIBLE FOR DRTAINING PNOM-IDENTIFICATION SECURITY BADGES ISSUED BY AIRPORT OPERATIONS - FOR LACK SUPERINTENDENT OF EACH WORK CREW WORKING WITHIN ME AM, THE CONTRACTOR MUST OMAN AIRPORT Rr OR Of ME AND Of EACH WORN A. SUBMIL A OESRUCTNE (INCLEMENT WEATHER PUN TD SET FORM GENERA GUIDANCE AND INFORMATION FOR THE CONTRACTOR OPERATIONS SECURITY BADGES FOR AT LEAST ONE (1) 4CREW WORKING IN SEPARATE TO COORDINATE PREPAMNESS PLANS WHEN DESTRUCTh WARMER THREATENS ME AIRPORT ENVIRONMENT, AM AL CONTRACTOR PERSONNEL MUST EITHER OBTAIN AND DISPLAY AN AIRPORT OPERATIGNS SECURITY BADGE. OR BTAIN AND DISPLAY A CONTRACTOR -ISSUED IOENTIFICATON BADGE AND BE ESCORTED ORFMY SUPOVSEO AN II NSPIATHG A CURRENT ARPORT OPERATIONS SECURITY BADGE B. THE CONTRACTOR IS RESPONSBLE FOR COMPLETING ME REQUIRED AIRPORT OPERATIONS SECURITY BADGE APPLICATION FORMS. AND FOR SUBMITTING ME FORMS TO AIRPORT OPERATIONS FOR THEIR RENEW 4 EARLY M ME PROJECT AS POSSIBLE TO AVOID CONSTRUCTION DELAYS, FORMS MUST BE SUBMITTED AT LEAST THREE (3) WEEKS IN ADVANCE OF FORMS ISSUANCE OF A BADGE. WILL BE AVAILABLE THROUGH AIRPORT OPERATIONS AFTER AWMO OF ME PROJECT, THE COWWGYm MUST OESGNAM AN AUTHORIZED SGNANRE "WO(ASK) RESPONSIBLE FOR ALL CGW'WGMf` BADGE PFJ APPLICATIONS. ME AN DESIGNEE MUST COMPLETE TRAINING TO BECOME )E AUTHORIZED ASH, AFTER -ON ALL AIRPORT, OATIONS SECURITY BADGE APPLICATIONS MUST BE RENEWED AND APPROVED NA SIGNATURE BY ME AN C. ME CONTRACTOR MUST CONDUCT A BACKGROUND CHECK OF EACH MPUGW FOR M NRPOW OPERATIONS SECURITY BADGE WRONG STANDARD BACKGROUND CHECK FORMS PROVIDED BY AIRPORT OPERATIONS, FORMS FOR COMPIETNG ME REWIRED BACKGROUND CHECK WILL BE AVAILABLE THROUGH AIRPORT OPERATIONS AFRR AWARD A THE PROJECT. ME BACKGROUND CHECK MUST SNOW PROOF OF A MINIMUM FIVE (5) YEAR EMPLOYMENT RECORD AND WILL BE REVIEWED BY AIRPORT OPERATIONS. ANY GM IN EXCESS OF 30 NAYS MUST BE DOCUMENTED OR EXPLAINED, AIRPORT OPERATIONS IS KSPONSMLGN E FOR REVIEWING ME BACKGROUND CHECKS. ONLY PERSS WITH AN APPLICATION A R"M BY AIRPORT OPERATIONS MUST BE ISSUED SECURITY BADGES. ARPORT OPERATIONS RESERVES ME MGM TO BAR MOM ME AM MY INDIVIDUALS FOUND BY ME BACKGROUND CHECK TO BE, IN ME OPINION OF AIRPORT OPERATIONS. A RISK TO AA, SECURITY OR SAFETY. 5. CONDUCT A WEEKLY SAFETY SWRNG FOR ALL CONTRACTOR PERSONNEL CONDUCT THESE MEETINGS BNJNWALLY IN OWLISH AND SPANISH. THESE MEETINGS MUST BE OPEN TO ME ENGINEER (OR ME ENGINEER'S REPRESENTATIVE), OWNER, AND ANY OTNEH GWERMNO ATHORIK THAT WOULD LIKE TO ATTEND. MERE WILL Al. BE A MANDATORY WEEKLY CONSTRUCTION MEETING, ME DAZE ANO TIME OF "INWILL BE ESTRUSXED PRIOR TO ME START DF CONSTRUCTION, WRN ME COO THAT MAST BE N ATTENDED BY ME CORACMR'S SENIOR FIELD STAFF. INCLUDING DUTY NOT LIMITED TO SUPERINTENDENTS AND TEAR LEADERS. 6, COWRACICR PERSONNEL AND EQUIPMENT ME NOT ALOWED WITH PROJECT WORN ARM UNTIL. THE AM HAS BEEN CLOSED TO AIRCRAFT AND NDTAMS HAVE BEEN ISSUED. T, CONTRACTOR ESCORTS MUST MEET ME FOLLOWING REOIREMENTS; 21 UK. MANAGE, HANDLE. AND DISPOSE O NA 'HAZARDOUS WME IN STRICT ACOGNOANCE WITH ALL APPLICABLE ENVIRONMENTAL LAWS. FOR THE PURPOSES of THIS PROJECT, THE TERM 'HAZARDOUS MATERIALS' S DEFINED IN THE BROADEST SENSE TO ENCOMPASS SUBSTANCES, MATERIALS, WASTES, POLLUTANTS, OR ORS REFERRED TO IN ANY ENVIRONMENTAL LAW AS TOXIC MDICACTW, DANGEROUS. OR SIMILAR TERM ENVIRONMENTA. LAWS ME DEFINED TO MEAN ALL APPUCMLE FEDERAL STATE, MO LOCAL STATUTES, ORDINANCES, REGUUTONS, RULES, POLICIES, CODES. AND GWDEUNES IN EFFECT DURING ME TERM of ME PROJECT. 22, CONSTRUCTION EOUIPMENT MUST HAVE A MAXIMUM HEIGHT O M FELT, SXWW THE USE OF CONSTRUCTION EQUIPMENT WIN HEIGHTS GREATER THAN 30 FEET BE REQUIRED, MCLUOING CRANES, SUBMIT FM FORM 7460-1 TO ME FM FOR APPROVAL ME FM MUST PROVIDE APPROVAL PROM TO USE OF ME REQUESTED EQUIPMENT - FM RESPONSE TIME MAY TAKE 60-90 NAYS 23. INSTITUTE DU17 CO Gl. MEISURES TO WTIMFE CURRENT OR PGMAT LL DUST ISSUES. SPECIAL ATTENTION TO MIST CONTROL IS REWIRED ON EARTHWORK OR HAUUNG OKAT INS ARE IN PROGRESS OR WHEN WIND AND WEATHER CONOTIONS CAUSE EXCESSIVE BLOWING of DUST REGULARLY AFPLY WATER TO KEEP DUST DOWN, PROVIDE 24 HOURS PER WY GN CALL COW OR PERSONNEL FOR EMERGENCY DUST CONTROL OPERATIONS, RESPOND WITHIN 20 MINUTES WRING TIMES WHEN ME CONTRACTOR IS ON SIZE AND WI N TWO (2) HOURS WREN NO WORK IS TIEING PERFORMED, A CONFRACTOR ESCORT A NUE DRIVER MUST RECEIVE ARPORT MOVEMENT AREA, (AAA) DRIVER TMNING. 24, AT ME COMPLETION OF EACH WORK PERIOD, CLEAN ME RXCT WORK AREA AND REMADE EQUIPMENT, WTERALS. AND B. AL VEHICLES RESPONSIBLE TO ME CONTRACTOR ENTERING ME ADA MUST BE ESCORTED BY AN AIRPORT CONTRACTOR KRSONNEL FROM ME PROJECT WORK AREA, SWEEP AND / OR VACUUM PAVEMENTS PRIOR TO VACATING THE WORK OKWTONS-APPROVED CONTRACTOR ESCORT VEHICLE FROM ME POINT OF AN ENTRY TO ME CONSTRUCTION SITE. ERU, ENSURE THAT ALINE AIRFIELD SURFACES AFFECTED BY CONSTRUCTION OPERATIONS ARE KEPT REE OF FOD DEPOSITED BY EITHER CONSTRUCTION TRAFFIC. CONSTRUCTION OP AYONS, WINDBLOWN DEBRIS, OR DEBRIS DEPOSITED AS ME RESULT OF C. TO FACILITATE SAFE MW ENT OF CONTRACTOR MOW VEHICLES AND ESCORTED VEHCLES, DRIVERS OP CONTRACTOR OMER SOURCES, ESCORT VEHICLES MUST BE APPROVED FOR, ISSUED, AND DISPLAY M AIRPORT OPERATIONS SECURITY BADGE. FURTHER. CONTRACTOR ESCORT VEHICLE DRIERS MUST BE FAMILMR WITH AIRPORT SECURITY AND SAFETY PROCEDURES. 2S. BLASTNG WILL NOT RE PERMITTED. Lubtroc gk4d LYEEOCR NREBIVN W FM IN W IMATIONILL 1111nORT EAST GA RAMP RENABILRATION t� f * r` f-f S44ti i. � ��}L 11 p161 Ik NyjM„yLR�„f S Mkltn Ao. T Mis- REVISIONS eATWIMIVWOD wWOH to.xn RmMitW OD3._.,....,... PXN9Mm WW EBN MWH i2B00033=3ILMMBWR 0D6 GENERAL NOTES D. ME CONTACTOR MAY OBTAIN AIRPORT OPERATIONS SECURITY BADGES FROM ME OPERATIONS DEPARTMENT AT ME AIRPORT. B. COHTRACIOP VEHICLES AND EQUIPMENT MAT P/RE AUTHORIZED TO DKRATE ROUTINELY ON THE AIRPORT IN THE AW MUSE REEF mW IM x N W W AIRPORT OP ATIONS RESERES ME RIGHT TO LIMIT ME NUMBER OF SECURITY BAD"" ISSUED TO ME CONTACTOR. 26, OPEN -PLANE WELDING AND TORCH CUTTNG WILL NOT BE PERMITTED, N G003 ARPORT OPEW1 NS WILL CHARGE THE CONTACTOR A FIFTEEN DOUR (S15.DO) FEE fOR EACH AIRPORT OPERATIONS ME FOLLOWING REWREMENTS: SECURITY BADGE ISSUED. THE COST FOR A FINGERPRINT VERIFICATION WILL BEM MDITONA $111,W, FOR A TOTAL 11, RIOT TO OPENING MR AIRCRAFT USE AND ME DEPARTURE OF THE CONTRACTOR'S WORK CREWS, ME ENGINEER WILL ARMWGE NON-RENNDABLE COST O' $45.00. AN ADORONA FEE WILL BE CHARGED, 4 NOTED HEREIN, FOR LAST OR DESTROYED A DISPLAY A COMPANY LOGO / PIAUJRO IDENTIFYING THE VEHICLE WIN BLOCK -ME CHARACTERS OF CONTRASTING COOK FOR THE INSPECTIGN OF ANY AIRFIELD PAVEMENT, RSA, TSA, OFA, OR MFA THAT HAS KEN CLOSED FOR WORK, DR THAT HAS BADGES THAT ARE EASILY LEGIBLE AT ISO FEET. BEEN USED FOR A CROSSING POINT OR HAUL ROUTE BY THE COMPACTOR. THESE ARM MUST COMPLY WRN ME SAFETY REQUIREMENTS. DEFINED BY FEDERAL AVIATION REGULATIONS PMi 139, AS INMRPREMD BY ME OWNER, BEFORE PERMISSION 11 0ISPLAY TITHER: FOR THE COMPACTOR'S WORX CREWS TO OEPMT WILL BE GRANTED, GENERAL DEMOLITION NOTES: 1. TAKE PRECAUTIONARY MEASURES TO PROTECT EXISTING, ABOVE -GROUND AND BELOW -GROUND ELEMENTS THAT ARE DESIGNATED TO REMAIN IN PLACE. 2. FURNISH AND INSTALL TEMPORARY SWPPP CONTROLS PRIOR TO PERFORMING WORK ACTY,I 3. FURNISH AND INSTALL REQUIRED TRENCH SAFETY SYSTEMS RELATED TO PROPOSED DEMOLITION WORK PRIOR TO COMMENCEMENT OF DEMOILTRON ACTMDES, 4, REMOVAL OF EXISTING PAVEMENTS WILL BE MEASURED AND PAID IN ACCORDANCE WITH FM REM P-IDI. SURFACE PREPARATION, EXISTING PAVEMENT THICKNESSES DENOTED ARE APPROXIMATE AND MAY NOT ACCURATELY REFLECT ACTUAL EXISTING PAVEMENT THICKNESSES. REMOVAL OF US NO PAVEMENTS INCLUDES SAWCUTTING, REMOVAL, AND DISPOSAL OF ALL MATERIAL LAYERS OF THE PAVEMENT SECTION AS REQUIRED TO MEET NE REMOVAL DEPTH REQUIREMENTS LISTED HEREIN, NO ADOMOKAL PAYMENT WILL BE MADE IF ACTUAL PAVEMENT SECTIONS VARY FROM NE PAVEMENT SECTUNS SHOWN IN THE PLANS, INCLUDING THICKENED PAVEMENT EDGES. R IS THE SOLE RESPONSIBILITY OF NE CONTRACTOR, AS PAST OF THE BIDDING PROCESS. TO DETERMINE NE LEVEL OF EFFORT REQUIRED TO REMOVE AND DISPOSE E THE PAVEMENT AREAS SHOWN. 5. MEN Op OF REMOVAL OF EXISTING PAVEMENTS IS AT THE CONTRACTOR'S DISCRETION, UNLESS OTHERWISE NOTED IN THE PUNS OR PROJECT MANUAL. THE METHOD OF REMOVAL CHOSEN BY THE CONTRACTOR WILL NOT IMPACT THE. UNR PRICES MO BY THE COMPACTOR FOR THE VARIOUS PAVEMENT REMOVAL. REVS. 6. DO NOT DAMAGE ADJACENT PAVEMENT OR STRUCTURES DESIGNATED TO REMAIN IN PUCE. 7. PAVEMENTS REMOVED OUTSIDE THE SPECIFIED UNITS OF REMOVAL DUE TO NEGUGENCE OR DAMAGE ON THE PART OF THE CONTRACTOR WILL NOT BE PND FOR. RECONSTRUCTION OF THESE PAVEMENTS IS AT THE CONTRACTORS EXPENSE, B. COORDINATES AND / OR DIMENSIONS PROVIDED FOR DEMOLITION UMITS ARE APPROXIMATE, VERIFY DEMOLITION LIMITS WIN THE ENGINEER PRIOR TO COMMENCEMENT OF DEMOLITION ACTMRES, S. DISPOSE OF ALL UNSUITABLE MATERIALS, EXCESS EW WORK EXCAVATION, WAVE AND / OR SPOIL MATERIALS OFF THE AIRPORT PROPERTY IN A UCENSEO LANDFILL IN ACCORDANCE WITH LOCAL LAWS AND REGULATION$, UNLESS OTHERWISE NOTED, NO MATERIAL MAY BE WASTED ON THE NRPORT SITE UNLESS APPROVED BY THE OWNER. 00 NOT WASTE MATERIAL. ONSITE UNLESS APPROVED BY THE OWNER. MIS IS SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT, GENERAL SWPPP NOTES: 1. CODRDNATE THE IMPLEMENTATION AND PERMITTING OF THE SWPFP, CHANGES MUST E REVIEWED AND APPROVED BY THE ENGINEER PRIOR TO IMPLEMENTATION, 2. EVERY SOIL DISTURBING ACTIVITY MUST HAVE AN ACCOMPANYING BEST MANAGEMENT PRACTICE (BAP), AND EITHER CONSTRUCTION SITE NOTICE. (CSN) FOR THOSE ACTIITICS DISTURBING MORE THAN ONE (1) BUT LESS RAN FIVE.' (5) ACRES, OR NOTICE OF INTENT (NO) FOR THOSE ACTIVITIES DISTURBING FIVE (5) OR MORE ACRES MNCLUGNG THOSE ACIMRES LESS THAN FIVE (5) ACRES, BUT A PART OF A COMMON PLAN OF DEVELOPMENT TOTALING FIVE (5) OR MORE ACRES. A COP OF THE APPROPRIATE CSN OR MIN MUST BE PROVED TO THE OWNER PRIOR TO PERFORMING GRADING ACTIVTDES. POST THE CSN OR NG IN A LOCATION VIEWABLE M THE PUBLIC UNTIL CONSTRUCTION IS COMPETE AND NORGE OF TERMINATION (NOT) SUBMITTED. THE SWPPR MUST BE READILY AVALABLE FOR RENEW BY FEDERAL STATE, OR LOLL ORIGIALS. 3. FURNISH AND INSTALL TEMPORARY SNPPP CONTROLS AROUND THE STAGING / STOCKPILE / STORAGE AREA PRIOR TO COMMENCEMENT OF CONSTRUCTION OPERATIONS. AT MINIMUM, FURNISH AND INSTALL TEMPORARY SEDIMENT CONTROL FENCING MOUND THE AREA, MAINTAIN THE AREA AND PREVENT MATERIAL RUNOFF FRDM THE AREA CONTRACTOR'S STAGING / STOCKPILE 1 STORAGE AREA NOTES: T, THE STAGING / STOCKPILE /R. SHOWN AREA WILL BE AS IN THE PLANS, OR AS ADJUSTED IN THE FIELD AND COORDINATED WITN THE OWNE 2. DO NOT PUCE THE STAGING / STOCKPILE / STORAGE AREA WININ WATERS OF NE UNITED STATES, INCLUDING WETLANDS. WATERRODIES, AND SYRIAN BEDS. CONSTRUCT THE STAGING / STOCKPILE / STORAGE AREA TO PROHIBIT THE RUNOFF OF POLLUTANTS AND CONTROL SILT / SEDIMENT MOVEMENT, 3, DO NOT CREATE PORING OF WATER OR ALTER DUNNAGE PATTERNS OF THE STAGING / STOCKPILE / STORAGE AREA DURING OR AFTER CONSTRUCTION, 4, MAINTAIN NE STAGING / STOCKPILE / STORAGE AREA IN A CLEAN AND EWRONMEMALLY SAFE CONDITION. 5, LIMIT STOCKPILED / STORAGE EQUIPMENT AND MATERIAL$ TO THE SNALLST POSSIBLE FOOTPRINT, PLACE MATERIALS STORED OR STOCKPILED ON THE AIRPORT AND CONDUCT WORK TO CAUSE NO GREATER OBSTRUCDON TD THE AIR AND GROUND TO THAN IS ALLOWED IN THE PLANS. EQUIPMENT / STOCKPILES MUST COMPLY WITH OBSRAQC71DN HEIGHT REQUIREMENTS FOR PROTECTED AIRSPACE (PRIMARY SURFACE. TRANSITIONAL SURFACE. AND APPROACH / DEPARTURE SURFACE OF AN ACTH RUNWAY) AS PROVIDED IN NE CODE OF TEDEPAL REGULATIONS, PART 77. SAFE, EFFICIENT USE, AND PRESERVATION OF THE NAVIGABLE ARSPACE, C STOCKPILED MATIVMLS AND EQUIPMENT STORAGE ARE NOT PERMITTED WITHIN AN ACTIVE RSA, TSA OR OR, AND F POSSIBLE SHOULD NOT BE PLACED WITHIN TNT ACTIVE OFA OR TOM STOCKPILING MATERIAL WITHIN AN ACTIVE OFA OR TOFA REQUIRES SUBMITTAL Of AN FM FORM 7460-1 TO THE FM FOR APPROVAL. THE FM MUST PROVIDE APPROVAL PRIOR TO STOCKPILING WITHIN AN ACTIVE CIA DE TOFA 7, STOCKPIE GEOMETRIES MUST COMPLY WIN ALL APPLICABLE OSHA REGULATIONS, B. PRIOR TD THE COMMENCEMENT OF WORK, RECORD EXISTING CONDITIONS OF THE STAGING /STOCKPILE / STORAGE AREA VIA PHOTOGRAPH OR VIDEO DOCUMENTATION. $UNIT ALL DOCUMENTATION TO NE ENGINEER PRIOR M DIS1UR91NG THE AREA, 9, THE STAGING / STOCKPILE / STORAGE 2MAY OR MAY NOT HAVE UTILITIES PRESENT. CODROINATE UTIUTIES REQUIRED WITH THE RESPECTIVE U11Utt OWNERS AT NO MAY COST TO THE OWNER. 10, NO VEHICLES, EOUIPMENT, OR MATERIAL STORAGE MAY OCCUR WITHIN 10- OF THE SECURITY FENCE, 11, THE MAXIMUM EOUIPMENT / STOCKPILE MIGHT FOR ST9ING / STOCKPILE / STORAGE AREA, AS SHOWN ON THE PIONS, IS W FEET ABOVE EXISTING GRADE. 12. TREAT STOCKPILED MATERIAL AND OPEN EXCAVATIONS TO PREVENT MOVEMENT RESULTING FROM AIRCW3T BUST OR WIND CONDTONS IN EXCESS E TEN (10) MPH. 13. THE CONTRACTOR IS RESPONSIBLE FOR THE SECURITY OF EOUIPMENT AND MATERIALS, AND ASSOCIATED SECURITY PPUMNAdCES, SECURTY MEASURES DEEMED NECESSARY BY THE CONMACTQR IN THE PROTECTION OF COMMENT AND MATERALS 15 INCIDENTAL TO THE OVERALL PERFORMANCE OF THE WORK ASSOCIATED WITH THE PROJECT. 14, PARK CONTRACTOR EOUIPMENT OUTSIDE THE ROFA/TOFA WHEN WORK 15 NOT BEING PERFORMED. 15. MAKE MOOIPCATIONS WINNIN NE STAGING / STOCKPILE / STORAGE AREA WHEN DEEMED NECESSARY BY THE OWNER. 4. IMPLEMENT MEASURES TO PREVENT POTENTAL POLLMAMS FROM ENTERING DRAINAGE SYSTEMS OR WATERWAYS. MHANDLE AND STORE MATERIALS STOCKPLED ONSRE SVCH THAT SEGAEGATION AND CONTAMINATION BY FOREIGN MATERIALS AND DEBRIS MUST NOT BE STORED IN THE WORK AREA IN A MANNER THAT WOULD ALLOW THEM TO SUBSTANCES IS PREVENTED. IF STOCKPILED MATERIALS DO SEGREGATE REMIX NE MATERIALS TO THE REQUIRED ENTER THE DRAINAGE SYSTEM AS A RESULT OF SPILLAGE NATURAL RUNOFF OR FLOODING, IMMEDAELY NOTIFY THE GRADATION$ PRIOR TO PLACEMENT, 05POSE Of MATERIALS 1/MT ARE CONTMMINATEO BY FOREIGN SUBSTANCES. ENGINEER SHOULD MERE BE A SPILLAGE OF MATERIAL WHICH MIGM CONTSKONATE THE DRAINAGE SYSTEM. KENOV: AND CLEAN SPILLAGE IN A MANNER ACCEPTABLE TO THE SPONSOR, UPON COMPLETION OF CONSTRU'CTIQY, CLEAN DRAINAGE SYSMAS OR WATERWAYS OF ACCUMULATED SILT OR SEDIMENT. 17, RESTORE THE STAGING / STOCKPILE / STORAGE AREA UPON COMPLETION OF THE PROJECT INCLVDING, AT MINIWM, REPAIR OF EXISTING FACILITIES, REGRADING, ANTI TOPSOIUNG AND ESTABUSHING VEGETATION, AS APFUCMLE. 5. FURNISH AND INSTALL TEMPORARY SWPPP COMTRES IN ACCORDANCE WITH THE FOLLOWING PARKAR IERS: A IMPLEMENT AND MAINTAIN ACCEPTABLE TEMPORARY SW A CONTROL MEASURES, INCLUDING $MPS, IN 18. ALL COSTS ASSOCIATED WITH THE FURNISHMENT. INSTNLATIDN, MAINTENANCE. REPAIR, AND REMOVAL OF THE STAGING ACCORDANCE WITH TXDOT ITEM $06 REQUIREMENTS, AND WIN THE TECHNICAL STANDARDS OF NE TEXA$ Q INCIDENTALS ARE SUBSIDIARY TO THE VARIOUS B10SMOGE AREA INCLUDING B ITEMS OF THE PROJECT MATERIALS, TEMPORARY SWPPP CONTROLS, AND STOCKPILE POLLUTANT DISCHARGE WMINAWN SYSTEM (TPOEV CONSTRUCTION GENERAL PERMIT NUMBER TXR 15MOO ISSUED MARCH 5. 2012. OR CURRENT AT TIME OF AGREEMENT, (THE CONSTRUCTION GENERAL PERMIT). B. NO SOIL DISTURBING ACTIVITIES MAY OCCUR PRIOR TO THE SWPPP AND ASSOCIATED BMPS BEING COMPLETELY IMPLEMENTED, AND THEN INSPECTED BY THE ENGINEER. 6, FURNISH AND INSTALL VEGETATION IMMEDIATELY AFTER COMPLLTION OF GRADING ACTIVITIES. A GRACE AND TAMP ALL DISTURBED AREAS FOR PROPER DRAINAGE PRIOR TO -FALLING VEGETATION. B. INSTALL TOPSOIL AND SEED ALONG ALL DISTURBED AREAS N ACCORDANCE WITH FM MM T-905 AND FM REM 1901. RESPECTIVELY, C. WATER ALL INSTALLED VEGETATION IN A MANNER THAT AVOIDS EROSION UNTIL FINAL INSPECTION AND ACCEPTANCE OF ALL WORK, SUBMIT A WATERING PAN TO THE ENGINEER PRIOR TO INSTALODON OF VEGETATIVE MATERIALS. WATERING MUST BE COMPLEED AT NO DIRECT EXPENSE TO THE OWNER. D. MAINTAIN ALL VEGETATED AREAS, INCLUDING REPLACEMENT OF TOPSOIL REGRADING, RESEEDING, REPLACEMENT / SCRAP OF BMPS, TO THE SATISFACTION OF THE OWNER UNTIL. FINAL INSPECTION AND ACCEPTANCE OF NE WORK. NIS INCLUDES MOWING. MOW INSTALLED VEGETATED MEAS SO THAT THE GRASS HEIGHT IS MAINTAINED BETWEEN SIX (6) ANTI TWELVE (12) INCHES AT NO EXPENSE M THE OWNER, 7. INSPECT AND MAINTAIN TEMPORARY SWPPP CONTROLS OF THE CONSTRUCTION SITE AT LEAST ONCE EVERY SEVEN (7) CALENDAR DAYS AND WITHIN 24 HOURS E THE END OF A STORM EVENT OF 0,5 INCHES OR GREATER, PERFORM ADJUSTMENTS / REPAIRS TO THE TEMPORARY SWPPP CONTROLS AS NEEDED AT NO EXPENSE TO THE OWNER, NOTIFY THE ENGINEER OF ADJUSTMENTS / REPAIRS SUCH THAT THE ADJUSTMENS / REPAIRS MAY BE INSPECTED AND APPROVED BY THE ENGINEER OR THE ENGINEER'S REPRESENTATNE. 6. UPON COMPLETION OF THE PROJECT. REMOVE AND DISPOSE E ALL REMAINING INSTALLED TEMPORARY SWPPP CONTROLS AND PROPERLY DISPOSE OF THEM OFSRE. 9. REFER TO SHEET CG501 FOR SWPPP DUALS. 10, NO MODIFCADONS WILL BE MADE TO SWPPP-RELATED BID REM QUANTITIES OR UNIT PRICES FOR DIFFERENCES REIWEEN ACTUAL DUMMIES FURNISHED AND INSTALLED AND THE ENGINEER'S ESTIMATED QUANTITIES SHOWN IN NE BID PROPOSAL UNLESS THEY WE PREVIOUSLY SHOWN IN THE CONTRACTOR -PREPARED ENGINEER -APPROVED SWPPP OR UNLESS NET ARE PREVIOUSLY APPROVED BY THE ENGINEER OR OWNER IN WRITING, HAUL ROUTE GENERAL NOTES: 1. THE LOCATION OF CONTRACTOR ACCESS AND ONSITE NAUL ROUTES MUST BE AS SHOWN IN THE PLANS. SPECIAL REWESiS FOR ALL OTHER ACCESS ARE SUBJECT TO WPRWAL BY THE OWNER. MAINTAIN CONTROL AND PASSAGE THROUGH ANY ADA ENTRY POINT UTILIZED FOR CONTRACTOR ACCESS AND NOT STAFFED BY THE AIRPORT, 2. R IS TW, SOLE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE OFFSITE HAUL ROUTES (STATE HIGHWAYS, COVNtt ROADS, AND / OR CITY STREETS) WITH THE APPROPRIATE OWNER WHO HAS JURISDICTION WER THE AFFECTED ROUTE AND OBTAIN HAUL PERMITS AS RECURRED. COMPLY WITH ALL FEDERAL, STATE, AND LOCAL LAWS REGARDING OFFSTE HAUL ROUTES AND ASSUME SOLE RESPONSIBILITY FOR DAMAGE CAUSED BY CONTACTOR OPERATIONS, 3, IT IS THE SEE RESPONSIBILITY OF THE CONTRACTOR TO ASSESS THE VWILOY OF EXISTING HAUL ROADS. INCLUDING WON AND LOADNG REQUIREMENTS, NECESSARY FOR THE CONTRACTOR'S PROPOSED OPERATIONS. THE CONTRACTOR MAY FURNISH AND INSTALL TEMPORARY AND / OR WIDEN / STRENGTHEN EXISTING NAIL ROMS AS DEEMED APPROPRIATE FOR NE CONTRACTOR'S PROPOSED OPERATIONS, 4. INSPECT ALL COMPACTOR VEHICLES AND EOUIPMENT UPON ENTERING AND EXITING AW ACA SECURITY GATE TO ENSURE TAINT VEHICLES AND EQUIPMENT ARE CLEAN AND FREE OF MUD, OIRT. DEBRIS, WASTE, LOOSE MATERAL, AND / OR ANY OVER MATERIAL CAPABLE OF CREATING FW ON ANY HAUL ROADS (ON5RE OR OFFSRE). ANY VEHICLE OR EQUIPMENT IN NRFAT OF CREATING A FOD ISSUE MUST BE IMMEDIATELY DISPATCHED TO THE STAGING / STOCKPILE AREA, FOR CLEANING. ALL COSTS ASSOCATEO WON INSPECTION OF COMPACTOR VEHICLES AND EOUIPMENT UPON ENTERING AND EXITING ANY ADA SECURITY GATE. AND SUBSEOJENT REQUIRED CLEANING, INCLUDING LABOR, EQUIPMENT, MATERIALS, AND INCIDENTALS ARE SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT, 5. THE PRE- AND FOST�ONSTRUCYION CONDIDON Of HAJL ROUTS MUST BE JOINTLY INSPECTED AND DETERMINED BY THE COMPACTOR AND THE OWNER AND / OR ENGINEER (OR THE ENGINEER'S REPRESENTATIVE). MAINTAIN EXISTING ONSITE NAVL ROADS THROUGHOUT CONSTRUCTION AS A PASSABLE ROADWAY FOR OWNER VEHICLES, RESTORE EXISTING MAUL ROADS (INSIDE AND OUTSIDE THE AOA) TO THEIR PRE -CONSTRUCTION CONDITON, OR BITTER. WHEN NO LONGER NEEDED AS A HAUL ROAD. THE CONTRACTOR IS RESPONSIBLE FOR THE REPAIR OF AW DAMAGE CAUSED BY NE COMPACTOR'S EOUIPMENT AND PERSONNEL. REMOVE AND DISPOSE DF AND REPLACE ANN PAVEMENTS QAMAGEO TO AT LEAST TEN (10) FEET ON EACH SIDE OF THE "SMILE DAMAGE M ENSURE ALL PAVEMENT TRAVERSED BY THE CONSTRUCTION EWIPMENT IS REMOVED AND REPLACED. 6. ALL COSTS ASSOCIATED WITH THE MRNISHMEM, NSTALOMN, MANTENANE, REMOVAL, AND RESTORATION OF ONSM HAUL ROUTES INCLUDING LABOR, EOUIPMENT, MATERIALS. AND INCIDENTALS ARE SUBSIDIARY TO THE VARIOUS 910 ITEMS OF THE PROJECT. GENERAL UTILITY NOTES: 1. A DIPATE UNDERGROUND UTILITIES OR OBSTRUCTIONS, SUCH UTILITIES OR OBSTRUCTIONS INDICATED IN THE PANS SHOW ONLY THE APPROXIMATE LOCATIONS, DEPTHS Of EXISTING UIIURES ARE UNKNOWN. VERIFY W THE FIELD PRIOR TO PERFORMING CONSTRUCTION ACTNIFEG 2. TAKE STEPS TO PROTECT UTILITIES DURING CONSTRUCTION IN ORDER TO ENSURE CONTINUOUS OPERATION. MNMAIN IN WORKING ORDER AND WITHOUT INTERRUPTION OF SERVICE EXISTING VILIDES AND SERVICES WHICH MAY BE ENCOUNTERED IN THE WORK, WITH THE CONSENT OF THE OWNER AND / OR UTILITY OWNER. SUCH SERVICE CONNECTIONS MAY BE TEMPORARILY INTERRUPTED TO PERMIT THE CONTACTOR TO REMOVE DMIGW70 LINES OR TO MAKE TEMPORARY CHANGES IN THE LOCATIONS OF SERVICES. 3, REPAIR DAMAGED UTILITIES EXPEDITIOUSLY AT NO ADOFONAI- EXPENSE TO THE OWNER DEMOBILIZATION NOTES: 1, UPON COMPLETION OF THE PROJECT. A CC OWNS OF THE WORK AREAS AND SURF HANG AREAS MUST BE AS GOOD AS OR BETTER THAN THE CONDITION PRIOR 70 STARTING WORK, IN ADDITION TO THE WORK 17EMS LISTED. B REMOVE ALL EQUIPMENT, TEMPORARY FACILITIES, AND MATERIALS, UNLESS OTHERWISE DIRECTED BY THE OWNER. C. CLEAN ALL MAUL ROUTES TO PREVENT OBSTRUCTION AND / OR CAUSE INCONVENIENCE TO NORMAL REGULAR TPNTIC, ALL TEMPORARY HAUL ROUTS MUST BE REMOVED AND DISPOSED OF. . 0. RETURN PROPERTIES BELONGING TO THE OWNER. 2, DEMOBILIZATION WILL NOT BE COMPLETE UNTIL APPROVED BY THE OWNER ANTI / OR THE ENGINEER. COMPLETE DEMOB: IN A MANNER TO MINIMIZE INCONVENIENCE TO AIRPORT OPERATIONS, REPAIR DAMAGE M THE AIRPORT FACILITES DURING DEMOBILIZATION AT THE CONTRACTOR'S EXPENSE, THE COST OF DEMOBILIZATION IS SVBSIDARi TO THE COST OF MOBILIZARQN, GENERAL PHASING NOTES: I. THE CONSTRUCTION PHASING DETAILED IN THE PLANS IS BROKEN INTO MULTIPLE PHASES OF WORN, N.J. PHASES OF WORK ARE WITHIN THE AOA, DUE TO NE IMPORTANCE OF MANTAINING NRFRLD OPERATIONS, SAFETY, AND SECURITY DURING CONSTRUCTION WITHIN THESE AREAS, NE CONSTRUCTION PHASING HAS BEEN DIVIDED INTO MULTIPLE PHASES OF �'R�4.p�FVEMR �AEW �AS!PHASE I IS �DN ADJACENT TO B. PH E 2 IS TC. PHASE 3 IS SOUTHWEST CORNER OF THE TERMINAL RAMP. THE WORK INCLUDES THE FURNISHMENT AND INSTALLATION OF AN UNDERDRNN. 2. DURING THE 'PRE -CONSTRUCTION PHASE', PERFORM THE FOLLOWING ACTNIFES: A. COMPETE OADGNG AND DRIVERS TRAINING PROCESSES FOR CONTRACTOR PERSONNEL IN ORDER TO HAVE A SUFFICIENT WORK FORCE BARGED AND TRAINED TO OPERATE VEHICLES AND EWIPMENT WITHIN THE ADA, B. COMPLETE MATERIAL SUBMITTALS, SHOP DRAWINGS. AND RAPS AND SUBMIT FOR REVIEW. PARTICULAR ATTENTION SHOULD BE PAID TO CRITICAL SUBMITTALS, INCLUDING BUT NOT UMTED TO SAFETY PINN(S), OU91N CONTROL PWN(5), CONCRETE MIX DESIGNS, ASPHALT JOB MIX FORMIJU(S) (JMF), ELECTRICAL ITEMS. AND OTHER LONG LEAD TIME ITEMS, C, BEGM MOBILIZATION, INCLUDING SET UP OF THE STAGING / STOCKPILE / STORAGE AREA, PROCUREMENT AND STOCKPILING OF PROJECT MATERIALS, AND NRNISHMENT MO SET UP OF TEMPORARY FACILITIES. D. NOTIFY UTILITY COMPANIES TO HAVE UNDERGROUND UTIUDES LOCATED. E. COMPLETE INIRAL, SURVEY CHECKS AND ARIFXAnON OF CONTROL MONUMENTS. ALONG WON ESTABLISHMENT OF TEMPORARY BENCHMARKS. F. PROCURE TEMPORARY SWPPP CONTROLS AND VERIFY SUFFICIENT WANDtt FOR EACH PHASE ONCE WORK IS AUTHORIZED TO BEGIN. G. PROCURE BARRICADES AND OTHER SAFM ITEMS AND VERIFY SUFFICIENT OULAI TO CLOSE THE REQUIRED AREAS OF EACH PHASE ONCE WORK IS AUTHORIZED TD BEGIN. 3, THE. INTENT OF THE PHASING PION$ IS TO MINIMIZE INTERFERENCE TO AIRCRAFT MOVEMENTS, THE WNW OF TIME EACH WORK AREA IS CLOSED, AND DISRUPTIONS TO AIRPORT OPERATIONS, WORK IN A MANNER TO HELP MEET NSE INTENDED GOALS. INCLUDING MENDED PROTECTION HOURS WHEN POSSIBLE / PRACTICAL 4, WORN WITHIN PHASES I AND 2 MAY NOT BE CONCURRENT WORK WININ PHASE 3 MAY BE CONCURRENT WIN LINER PHASE I OR PHASE 2, 5. COO NOTE WORK EFFORTS WITH THE ENGINEER (OR THE ENGNEER'S REPRESENTATIVE) AND OWNER. IF PROBLEMS OR CHANGES ARISE DURING CONSTRUCTON SEQUENCING. IMMEDIATELY NOTIFY THE ENGINEER REQUESTING ACTIONS TO RESOLVE SAID PROBLEMS PRIOR TO CONTINUING THE WORK. F. COORDINATE ARCO OPERATIONS SCHEDULES WITH THE OWNER AND F90 OPERATOR. MCILITAM NRCRAFF OPFRATONS To THE MAXIMUM EXTENT POSSIBLE BY REMOVING CONTRACTOR PERSONNEL AND EQUIPMENT FOR NE LIFE PASSAGE OF AKOFTr THE CONTRACTOR IS HEREBY MADE AWARE THAT AIRCRAFT OPERATIONS ADJACENT TO WORK AREAS MAY CAUSE JET BLAST THROUGH THE WORK AREAS. MOVE CONTRACTOR PERSONNEL AND EWIPMENT AS NECESSARY IN DROP TO PROTECT PERSONNEL EQUIPMENT, AND MATERIALS FROM THE EFFECTS OF JET BUST. 7. DURING NE TIME AW PAVEMENT OR PORTION THEREOF IS CLOSED, ITS ASSOCIATED LOWS AND SIGNS MUST BE DE -ENERGIZED, JUMPERED OUT, OR AN ALTERNATIVE OWNER -APPROVED LIGHT BLACKOUT METHOD EMPLOYED, B. PRIOR TO BEGINNING EACH PHASE, MEET ONSTE MATH THE ENGINEER'S REPRESENTATIVE AND OWNER TO FINALIZE AND IDENTIFY NE WORK LADS AND TASKS THAT WILL BE PERFORMED IN EACH PHASE, A7 THIS MEETING, PROVIDE A OETAILED WORK PUN FOR THE PHASE. THIS OPERATION MUST TAKE PLACE NOT LESS THAN ONE (1) WEEK IN ADVANCE OF PHASE COMMENCEMENT, 9, SPECIFIC CONSTRUCTION TASKS IDENTIFIED WIN IN THE INOVDOAL PHASE PLAN SHEETS ARE NOT MUM TO INCLUDE EVERY EXACT OR PRECISE WAIL OF ALL WORK THAT MUST BE COMPLETED, BUR ME RAPER INTENDED TO PROVOE A GENERA OVERVIEW OF THE APPROXIMATE SEQUENCING OF THE PHASE MAIM OF THE ITEMS LISTED WLL REQUIRE PRECEDING AND SUBSEOUENT OPERATIONS TO VARIOUS OTHER ITEMS LISTED. 10, NE COMPLETION OF ANY PHASE OF WORK AND SUBSEOUENT USAGE BY THE OWNER DOES NOT DEFINE FINAL ACCEPTANCE OF THE WORK IN THAT RINSE, THE. ENTIRE FIR ECT WLL BE ACCEPTED ONCE ALL PHASES ME COMPLETE, A FINAL INSPECTION DF' NE ENTIRE PROJECT HAS OCCURRED. AND ALL ASSOCIATED PUNCHLIST ITEMS HAVE BEEN COMPLETED IN ACCORDANCE WIN THE PROJECT PLANS AND PROJECT MANUAL TO THE SATISFACTION E THE OWNER, s�P Lubboc LMBBOCR RRESTO. SMITH FIRERM GINM L AIR -- EAST OA RAMP REHABILITATION 110161) S ti \4kexC^.f J NMitxi9..,.I> Revlsloxa PA'rt IoeiMPN MAa<H AP. RPY7 E. E PWAWM,WW fSMWKeP En BN ...... -.... W A a1a0Ge300. 'W GENERAL CIVIL NOTES �G004 w � ��., r'..' �_� (.�.. Fr'-'--�1 ���' /"—^ �--------• :ram--�� r��—r r�-'----•F :.•—� ^'—� `r'� � r-'_� '_'_'� I �� iwarlAa D+l4YM1CrSI *� s�larr�lsluaYe.[�4 �r� '' II y� Nm�GnA.w RUILDIHa L. qp T 4 HOTK TOR COMRd PoRRS f TXRN e.X 6 CONTROL COORDINATCS ARE TEEMS NORM CENiPA1 4202 S VE PLAW N083 COOSOMTES. ALL A, IRON ROD M Rm CAPS ARE N m 'CONMOL PONY CP-1 - 1J' 9t011 ROD M RCD CAP CP-4 - fy' I" ROD MffN RED CAP N: >302>38.56' N. >300632.>Y C: 959m3.>4' C: D5.B25,M' ,X 3254.77' NAVD68 DAM 325D.28' NAVD66 CP-2 - "IP CXISE M OII CONCRETE CP-5 - Y4' IRON ROD Y6M Rm CAP N: >302028.64' Nt >30D222.64' D.,.82• V D59B02,43' [LEV; 3255.6Y 1MVD66 ELEV: 3261.60' NAVD66 CP-3 - If' IRON ROD NRH REO CM CP-B - Y• CNISELEO ON CONCRETE N: >301410.61' N; 729D825.55' E• 959629.87' L 959>58.24' ELM 3256.61' NAVM ELEV: 3283.D1' µAVD86 RTf'Ok RAW AY M;M IL 77 t ° Aw CONiROI CODIm11MTE5 ARE TE%15 CEM 4W2 STATE NOTE: AVw N DOES^... ... . COORDINATES . DISTANCES NOT AL1011 PFRiECRY FIIH n#Nwmar A5w1� Y S OWYEO ATA SCAKY Lubboc 1r4 LNRwcYL nmraw awnl wrorR..SaRLL .nrro,r i EAST BA RAMP REHAWU TATYOM PEMC a IUrR DRCY Y.�# :,� } COA3515 ZTi000i006 u4vrTTru R3eorEcr ura►r . AM SURVEY . - I I 4 s CONTROL - ® R.... e.R.. 07ol z 0 NO F80 HANGAR 9.114 JOINT FLYA G, SN ACCORDANCE 'MT �—,A r - DETAIL 1-CP501 (lYP PHASE 1 NOTES: PHM I PAO PENADMATIM LIM 1. PHASE 1 IS THE REHIAJ1UpN Of TIE IOQ11W1ED PORTpNS OP 1HE EAST GA RkIP, WSDE THE TDFA ADJACEW M 1HE D. SAWW. REMOVE. AND DISPOSE OP ENISTWG PAVEIEM, FDO 4wa AND HANW ACCESS TA*LYC, POW I NORTNW FASfMO I m 9 7302467 95WM.07 Vol- W x TIE — — K ALLOWED— — '0 ALTERNATEl4O. I IS AWARDED ADD ACOWNA. 7 CA.DiW DAIS TvWL 73021 23 MM-55 3=11 W W 3M MOT' W ftr 3, — MTW PHASES I AND 2 WY NOT W COHMM, WORK WIMW PHASE 3 WY K Co.LLTED COKARRMY E. PERFORM REMMM PROOF POLLING OPERATIONS. _10 11 T30 lom 32 m w 39 nm' wor a' 54.4r M CIIHCIt PHASE I OR PHASE 2, F. PERTWM AND RVPLAUM OF UNSDRABIE 1315E AATERIYS. 150.5R" YOWTI tiS -ii NXT 29M" *lot' W 5694* 1, . F. . AMCPIFT A. THE HANCAR ACCESS TVADXfKDANTWS W Of TIE T�O BE CLOSED m A�SS�p0m, O. CON5IPUCT PAVEMENT SECDDN. )FE�TM FAW� A� MONDEUMWFOTf� PAAREA M TKE A— � PO� M K� COMPACTOR PDWf& A"W R TIE SAT SAGEOF A*"A7, K. ROCA AW DKPOU OF TEANOP.AA,' SWPPP Cd0POl5 PRgR 10 REOPEMIG TIE aOSCD PAVEMENT ARCAS, 5, CONS11WIlON TASKS FOR PHASE I ARE AS F OiM 1. PERFATM A FNIAL CLFANMO OF THE WONT AREA A. COD1O001E THE UOSCRE OF APPROPWR PAVETQTS MIH iflE OWilFA. J. PEWX RYWAM. EOUP4M, WrDNALS. W COMPACTOR PUW*&L iRpl TIE WORK AREA S. NNWSH AND ASTAL. INZIMADES AT THE LOCAT04 SIM. K CODFORATE WITH THE 0*0 M REOPEN TIE CLOSED PAVDFNT AREAS C. NRIISI AND NSTAL. TDiORART S*PPP OONTROLS, L PAVEWW K~GS POR THE PHASE I WON( AREA WILL BE COMPLErED DtRNO PNASE 2 RSW L"-u b �6- EAST GA PAW RE"ABUJTATM NOTE. AgRML R.m Does NOT AI PMMY WTIN RWIM DATA omvNS. PUS*% DEINDUMN, AND 0 z SWPPP PLAIN - PHASE I G102 SCALE IN FEET ❑n FBO HANGAR MILT vr. DETAIL I. PWSE 2 5 TIE COIWLE OF TIE RDNBIITAf OF TIE COMM M PORTIONS OF THE FAST CA RNIP. D, MI COI. REWwE, AND DIS OF 0051H0 PAVEMENT. 2. TIE NNTPACTOR W'LL M ALLOWED 15 CALMWt MYS TO COWIVIEIE PHASE 2. E%RIpIf10 FRYL WR 00 OPERA1 . W ALTERWTE W. 1 IS AWAL✓DED, ADO AH I. ANY OWOSEO STRUCILKS IWISf BE Tp/O+ED TO BELOW 111E DEPTH OF TIE ENSRMO AOQEGAIE MY WiE1IAL ADDRIONAL ] CAL00AR DAYS. E. PERFOPoA RE0IAED PROOF ROLkIO OPERATIOfAS 3. WORT( Wllitlll WHYS 1 AAD 2 WY IIOT W CONCIRRFHi. WORIt WDIFM PI SE 3 WY M COMPLETED CONCMRDMY WTRI ERHER PHASE I OR PHASE 2. A. THE FOLLOWMM APikiD AgfJ+M TRkFFC OPOUTI WILL BE WODFICD DL WIDE 2: F. PERFOW REOU ED REMOVAL AAD REPLACOXW OF IAy51RAMX BlSE / SUBOPADE WTEXNIS. A RWWY M-35R IWLL EE CLOSED. RUMWAY 1TL-35R WWL BE USED A5 A T—Y FOR AMCPNT OPEMTMN O. CONSDD1Ci HW SURFACE CO R 4 TTID PNLV.LEL TAKAAY AND NORM CONNECTOR TA Y WRL BE CLOSED. H. ROM ND DSPOSE Of TDIPOR/RI SWPFP COMRQS PRIOR TO REOPDWIG TIE CLOSED PAVER AREAS. C, TIE HAAA'.NA IGCESS iAtlL SOUM OF TIE M BULDNO WILL Y CLOSED TO ALRCRAET LNOER POWER. FACILITATE ARCPAFT MOVER RAIDER TOW 1HROIIOI TIE A FElb A i CLE—IC OF illE WOIE( AREA ARLA TO THE WMM.M EXTFM POME BY REWIO'.W COMPACTOR FTOtS01IlE. AND EOUPMDR FOR THE M E PASSAGE OF AIRMArr, W ADTW. � DDES NOT ALAON PERFECTLY W11H SLRM.YED MTA SURhY cc, R . 5. COI6TRLCTION TASKS FOR PHASE 2 ARE A5 FOURS: J. RDIOIE BMMICADES. EOIWWD9 WTOUL& AAD CONRACTOR PERSOMU FROM TIE WDRK ARU A COIXiDLNTE THE CL09/RE OF /PPRwgATE PAVEMENTS W11H THE OMER, N, CPOADNATE W11H THE OMER 10 REOPEN THE CLOSED PAVEWEM TAUS. � I. THE OWNER W'LL PROM LOOS RUNWAY CLOSURE WAKEAS TO THE CWWTOR FOR USE WHIO PHASE 2 CONSTRUCTION OPERATIONS, THE CONTRACTOR ILL M. FLftW AAD WSTALL SURFACE MN"M FOR THE WEFT( If6.15 OF WAYS 1 AAD L W IE55 THW 30 DAYS AFTER THE CCWPLLTpN OF ASPWLT OPEPAT06 Z PMALL. MW *I. MOE AD RET" TO THE OWWR THE RLWRWY CLOSURE OMM AT TIE MECDOI OF TIE ENCPEER AND / OR ObER THE CONTRACTOR 6 RESPOMBLE FOR THE RERW OF M WE TO THE RUNWAY CLOSURE WACERS CVAEO BY THE CONTRACTORS EWPWW AND PERSOWIELL FOR THE LOAF AREAS PRIOR TO THE A➢RA".ATM OF PANT. THDMJ>JLY CLEAN TW ASWNLT PAYDEM TO RD 4 DUST, DIRT CRAZE. AND OTHER SURFACE DEPORTS. B, FLRIPAI AAD W6TALL 81RRNiV;6 AT RE LOGTpfS SHOYN. I. THIS L A ~IL TD*DRATY CLOSURE OF THE PAYEAM AREAS. COORDLATE THE CLOSURE OF APPROPRIATE PAWETAEMS WTH THE OANFR PROTECT WLREOUPE I11 SURRttWNC PAVEWEM. STRUCTURES. ALRCRAET, ETC FROM OAEHSRRAY, SCALE IN FEET EASY to RAMP' RRHAYRRATHM ]3%W1C06 PHASMO, DBWU TM, AND SWPPP PLAN PHASE 2 G103 FBO . -. I HANGAR „ BU�DMIG L—„—.—„—.—. .—. .—.—„—. „—„— l ° N M M M Al ) � v HANGAR ACCESS T�1�ANE ° z aBr 12.Ar 24.81' 256] eOJ]OB ° —CEOT E WA c0 Sp ir, \ PIECE AND NATfJI EA$ F C T 'D-�x'•'y'"k;".s� X, ` ° EIEv,.naNs AT EDCEs of CONCRETE ' .PHASE I< ✓Y, w.w `«,.. , �'A.� Y lOFA1-7OFA 7OFA <K,r \.( .�A'"SQp'1309 iOFi{ + OPA TOPE -� TOPE — TOPE 17. � 5t '� ,� •, "°x "�,y Xx�l�:\ t. 1 .. �C V .. _ _ _ • 'fit` � Prd% 21 i l x?AI ° " L 9T, PROTECT EASnN WATER LINE RUNWAY in-38R HMA SURFACE REMOVAL AND HMA OVERLAY NOTES: 1. i THE RL E W 5 NPARDED, COWREIE THE N A SURFACE RENOYN. AND HW NEKAY M ACCORMNCE NTiH OETNL 2-CP501. F ALTERNATE NO, 1 R ANIRDED• OCARLEE THE H A SURFACE R AL BASE STAVE AT10N, NIO NW Mh y M ACCORDANCE WITH DUAL 7-CP501 2. DRWING CWNT (SHORN AT 0.1 FEET NTFRJNS) MI T T[ SIpFKE OF E„LSTRO GRADE. PROPOSED CONTOLRS (SHOIRI 0 0.1 FEET RTERVNS) INOGTE N GRA0L5 AT TE TOP OF THE PROPOSED SLpF . 7. TIE-IN LOCAT06 ND ELEwTCNS SNDAII ARE A°PROYRMTE. VERIFY THE TIE-M LOCAT, 1 .YID ,ISSpCNTEO ELEVATORS TO CM1M PAVEWM AND / OR STRUCTURES WITH TE DMW PRIOR TO WNSIRUCTW THE PAYDOIT SECTION. H. USE THE ORAXW PLAN AS A CNOE TO ENSURE T1AT NO PVNOMO OF WATER OCCURS R THE NOR,, AREA OR ADNCENf AREAS )VON COIFLLIION aF THE PRO.ECT. RELORM AREAS OF PO WATER AFTER THE COMPLL"TIOII aF CONSfRI1CTgN AL 10 ADOR1pN1L EIPERSE TO THE OWNER. lIIITI. IIITlg4TT01YL -FF m � I - e ° ewar a nArr "M"ft-(fAT10M x 2E3.20' ) S \ 5 01 • 1�1 � � �� � 110161 .L._._ �i+1i�ia nn 0^,A)000.1D06 EAST GA RAMP GEOMETRY AND GRADING PLAN CP707 ,. � � »� ,ate..-� x > � .... .. .. ` .. �. w. � �. �. _. n w.. � ' 1 'REWN Nam: o ',. WWCLIRNG SMALL BE fERF ITEM - ACCORDANCE ..rtEN G-,Op, ONLY SAWCUT TO THE ,'TOREWIRED MNWNG DEPTHPAVEMENT roSAX`CLTrm BELOW THE "I5AWCUTREWIRED MILLING DEPTH EAISnNG AGDREGft P Y REQUIRE REMOVAL-AVID N 111 TO RE1WN III, li��, REPLACEMENT AT THE I NNRtACTDR,S EXPENSE HIM REM I JUST PRIOR 1 OWl NEYE NINA PAVEMENT INSTALL MITI SX`C`T ::X 12' MN L'WCUT AND RFIMDVE 1MIIHlM 70 MLL DEAN 12' Of EXISTING IAA MATERIALPROPOSED PAVEMENT EOSIBC P"HA 10 SURFACE REMAIN N� �Sx�91 1 .�WTSTNG E REMAIN FINAL SAWCUT MATCH PROPOSED PAVEMENT 70 E%BiMMG PAVEMENT GPADFIET MDdT1 AD WWGT �� 1JLL SAWAND D REAAOLE MINIMUM f REMOVAL VA1� 12' YN %12, OF EISTNG PIRA MATERIAL `DhW BASE INTERN. TO RD" SAWCTT MATCH PROPOSED TO EX51NG PAVEMENT a=1. SAWCVTTNG SHALL BE PERFORMED IN ACCORDANCE MATH TOM G-109. i41SAWCUT DETAIL . FULL DEPTH PAVEME S.AWCUf N .WrtM _....CONCREIC�IdM JOkrt y NOTE , DETAIL 1-CP5O1 (ryP, /r SEAL N ICCOFDVICE ",TH /-SEE NOTE 6 / OE7NI 6-C%0, (1YP,Rsaf SEE NOTE 5 aVEI1ENT O REMAIN C%ISTRG G PAVEMENT ro AM p511 ACGE -SEE NOTE 4 !` WIERIAL NOTE 2 r-SEE NOTE 3 bats: 1. REMOVE EOSTNG HMA PAVEMENT TO THE TOP OF THE EX671NG UNDERLYNO AGGREGATE BASE MATERIAL IN ACCORDANCE WTM FM TEM P-101, REMOVAL T ICIWESSES ANAL VARY. REMOVE EX671NG AGGREGATE BASE MATERIAS. AS REWIRED. TO ACCOMMODATE A MNIMUM HMA OVERLAY THICKNESS Of Y MEETING POSED THE PROELEVATIONS OF THE GRADING PLAN, F THE REMOVAL OF ONLY THE EXISTING HMA WTERML RESULTS N A IPA OVERLAY TWCIONESS MEETING OR EXCEEDNC 2'. NO REMOVAL OF EX6TklG AGGREGATE BASE MAiEPoA15 WILL BE REQLVRED. PAYMENT FOR HIM PAVEMENT REMOVAL IS IWLUSNE OF ALL WTERMLS REMOVED TO THE APPROPRMTE REMOVAL DEPTHS. 2. PROOF ROLL EXISTING EXPOSED AGGREGATE BASE AND/OR StJBCRADE MATERIAL IN ACCORDANCE WTTH TXDDT THEM 216. UNDERCUT AMY LOOSE. YIEIDNG. OR OTHERWISE LNSUTAEIE MATERIALS TO A DEPTH OF APPROXIMATELY e' IN ACCORDANCE W11H TXpOT TEM 110. REPLACE MATH GRADE 2. TYPE D AGGREGATE BASE MATERAL N ACCORCWICE WTTH TXDOT TEM 247. VERIFY LOCATIONS AND DEPMS *TH RPR, 3. ANY EXPOSED STLCTURES MAST BE REMOVED TO BELOW THE DEPTH OF THE ETSTNG AGGREGATE EASE MATERIAL REMOVAL OF THE 51RUC1URE5 (I.E. TIEOOMNS) 6 CONSIDERED AS AN UNSUITABLE WW.. TER REPLACE THE RESUI M MAIM GRADE 2. TYPE D AGGREGATE BASE MATERIAL IN ACCORDANCE WITH TXDOT TENT 247. 4. INSTALL BTLRBNWS TALI( CHIT N ACCORDANCE WITH FM TENT P-603, 5. INSTALL HMA OVERLAY CDU S N ACCCRDANCE WITH TO REM P-A01. MRMAY DEPTHS MAY VARY - TO MEET 711E PROPOSED ET.EVATXNS OF THE GIADNO PLAN, MNNUM OVERLAY TH-HESS 6 Y. An hTE 4 1-1/2LP N DETACTA 5-CPSGI (TYP.) SEE 0 SEE NOTE 3 A�4AwtirAA�am SEE NOTE 2 c KSLBGADEOC N A 111MGCR NNYffON I. REMOVE EXISTg4G NNA SLNFACE AND AGGREGATE BASE MATERNLS TO BOTTOM OF EX6 AGGREGATE MIl11111ROWT10MY BASE LATER. ASSUMED MINNUM DEPTH OF REMWAL IS 11. VERRY DEPTHS W11H R PRIOR TO f PERFORMINO PROOF ROLLING WORN. 2. PROOF ROLL EX61MG EXPOSED SUBGRADE MATERIAL N AGYVROAHCE WTM TXDOT ITEM 216. UNDERCUT ANY LOOSE YIELDNG, GE OTHERWISE IHSUTABLL MATERU S TO A DEPTH OF APPROXIMATELY e' N ACCORDANCE WTM TXDOT TEM 110. REPLACE WTM GRADE 2, TPE D AGGREGATE BASE MATERIAL N ACCORDANCE WTM TXDOT ITEM 247. VERIFY LOCATIONS AND DEPTHS WTH RPR. EA" E31 RAMP 3. INSTALL APPROXIMATELY 6 GRADE 2, TYPE D AGGREGATE BASE COLIM N ACCORDANCE WITH TXDOT ITEM REHM MATEN 247. DEPTH OF MATERIAL MAY VARY BA5E0 ON REWIRED REMOVAL DEPTHS. VEIOFY DEPTHS WTM PPR PRIOR TO PERFORMING WORK. TAPER BOTTOM OF AGGREGATE BASE LAYER TO SLOPE TOIVARD UNDFAOR4N, F APPLIC'EIE, 4. PNVALL BITUMINOUS PRIME CHIT N ACCORDANCE WITH FM ITEM P-602, S. INS'ALL e' COMA SURFACE COURSE N ACCORDANCE WTM FM TENT P-401, 1/8 t/4 /A- - 3/6' BELOW SOWADE PAVEHMA MENT'\ H 11 -.L' ', 1 1/1 - JOINT SFHANT (FM _- SLOPE 3- IVVn.d.. - • , 3/4' COIVRE551BLE NON-SNWMING ppAN AWAY FROMt PAVEMENT) ii %�ii NON-PFACTNrt TO JOINT SEALNR, T NONPOLYETHYLENE BACKER 4 JOINT LINE ROD LTM�PMTK E I-I/2' LP FROM TOP OF PAVEMENT ro EX61NG LllBWXAIENT PROPOSEDI bum BASE COURSE ADJACENT FM9ED GRADE AT EDGE OF ALL 1. CYAN ALL JOINTS AFTER SAWCUTRIO. IMMEDIATELY Rd OR TO THE NSTILUTNN OF JOINT ENT CONSTRUCTED N THIS PRWECT, jLµT THE BASE COURSE, WHEN NECESSARY. N 2. SE CANT RESW.NR BRED TO PR0.9DE PROPER SHAPE FACTOR, W/0 SEAIAMTS REDLINE TO PROVIDE THE REQUIRED 4' TOPsol DFFERENT SHAPE FACTORS FOR OPT" PERFORMANCE. SEALANT RESERVOIR TO BE SIICUI .PAVEMENT EDGE GRADING AFTER NEW PAVEMENT «RE 6 COMPLETE,E EDOE GREXND DISTURBANCE ro THE CP50SLNL H T.s.3. BAGXER ROD MATERIAL MUST BE COMPATIBLE YATH THE TYPE OF SEALANT USED SITED TO PRONOEM EXTENT ROSSIBIE. NO SFPNATE PAYMENT THE DESIRED SINE FACTOR,E MADE FOR EDGE GPADNG. TOFSOBNO, OR IAiIOR. THESE TEMS ARE SUBSIWAY TO THES BE TENS OF THE PRO,EC1. _ ... 6 CONCRETEIHMA JOINT SEAL _ CPSD SCALE: N.T.S, .. ...._.. ___.._ ....... Q SAW:UT N ACCORDANCE [SEE NOTE I DETAIL 1-CP501 (TYPJ w I. REMOJE EXISTING I HMA, PAVEMENT TO THE TOP OF THE EX6'TING UNDERLYING AGGREGATE 6MC SEE NOTE 6 BASE MATERIAL N ACCORDANCE WTM FM TEIA P-101, REAbJIl THICKNESS HILL VARI'. sAYM m Puss m..._�..,M._......, 2. PROOF ROLL ATTH TG EXPOSED AGGREGATE UNDERCUT AND/OR SUBGRAJDE WIE TH IN EIfISTNG IBAA %/ ���/Xr q iAf ��J:%j PAvEIOJr TO REUIJ+ ACCORDANCE ATE uS T nEM FTe, F APPROXIMATELY Am LOosE, YIELDING. as oTIER TXD aw UNSUITABLE REPLACE To A DEP2. of APAAGGRE ATE B N ACCORDANCE CCO TANCE rtEM TID REPLACE MATH GRADE 2. TYPE D AGGREGATE TH MATERIAL N ACCORDANCE EXISTING AEAEWTE ELSE '� "'V,�iI y �.,, `". MATH TXDOT REk 247, VERIFY LOWTpNS IND DEPTHS "ROTE RAP. AwvTrrtu (5[C NOTE 4s. AW EXPOSED STRUCTURES MUST BE RE O TO BELOW TIE OEPTR OF THE EX - SEE NOTE 5 EXIS'TkHG IGCREGAR BASE . , !4'!'?^� AGGREGATE BASE MATERW.. REATJAL OF THE STRUCTURES V. TEDOWHS) IS W1ERMl TO REMAIN ;=�,%'�. ^�.XaTCpISIDERFD IS AN UNSUITABLE MAiE171A1 REPLACE THE RESUITNG Vqp WTM GLADE 2. PAVEMENT TYRE D AGGREGATE BAY MATERIAL IN ACCORDANCE WTH TXDOT ITEM 247. DETAILS 4. TREAT THE ERSTNG AGGREGATE BASE MATERIALS MATH CEMENT N ACCORDAHCE MATH SEE NOTE 2 SEE NOTE 3 TXDOT ITEM 275 TO A DEPTH OF 6. THE SURFACE OF THE TREATED BASE MATERIALS MUST BE FIN6HED TO ACCOMMODATE A CONSISTENT Y HMA WERLAY COURSE MEETING �EXBIRID SUBGBA�DE� THE PROPOSED ELEVATIONS OF THE GADWG PLAN. DISPOSE OF ANY EXCESS MATERIALS aw.wwa wAw� TO REMAIN OFFSTE AT NO DIRECT PAY. �4LTERNATE NO. MMA SURFACE REMOVAL AND OVERLAY -CEMENT BASE TREATMENT 5. NSTALL BITV4INOU5'ACX `EAT N ACCORDANCE "TTH FAA ITEM P-603, CP607 CP50 SCNF N.T,S, 6. INSTALL Y MIA OVERLAY CWRSE N ACCOFI WITH FM TENT P-401 TO MEET THE $ED ELEVA OF TH GRADING SCTD (FM ITEM 4' TORSOII (FM ITEM I_ I-1/2- LIP 0 RS&H LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT EAST GA RAMP REHABILITATION CITY CONTRACT NO.12234, AMENDMENT NO. 5 TECHNICAL SPECIFICATIONS INDEX FAA General Provisions Section 10 Definition of Terms Section 40 Scope of Work Section 50 Control of Work Section 60 Control of Materials Section 70 Legal Regulations and Responsibility to Public Section 80 Execution and Progress Section 100 Contractor Quality Control Program Section 105 Mobilization Section 110 Method of Estimating Percentage of Material Within Specification Limits ieral Specitications Al Item G-205 Temporary Construction Items Item G-206 Removal of Markings Item G-209 Sawcutting Item G-215 Aircraft Tiedown Anchors Standard Specifications, FAA Advisory Circular 150/5370-10G Item P-101 Surface Preparation Item P-401 Hot Mix Asphalt (HMA) Pavements Item P-602 Bituminous Prime Coat Item P-603 Bituminous Tack Coat Item P-605 Joint Sealing Filler Item P-610 Structural Portland Cement Concrete Item P-620 Runway and Taxiway Marking Item D-705 Pipe Underdrains for Airports Item D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures Item T-901 Seeding Item T-905 Topsoiling T)EDOT Standard Specifications for Construction and -Maintenance of Highways, Streets, and Bridges (Version dated November 1, 2014) Item 110 Excavation Al Item 204 Sprinkling Item 216 Proof Rolling Item 247 Flexible Base Item 275 Cement Treatment (Road -Mixed) Item 506 Temporary Erosion, Sedimentation, and Environmental Controls Revised per Addendum No. 1 RS&H Al ITEM G-215 AIRCRAFT TIEDOWN ANCHORS DESCRIPTION 215-1.1 This item shall consist of tiedown anchors installed in accordance with this specification at the locations and in conformity with the dimensions, designs and details shown on the plans. This item shall include the coring of a suitable hole as shown on the plans and placement of the tie -down anchor in concrete. EQUIPMENT AND MATERIALS 215-2.1 All equipment and materials shall be subject to acceptance through manufacturer's certification of compliance with applicable specifications or design shown on the plans. 215-2.2 Concrete used shall conform to the requirements of FAA Item P-610. CONSTRUCTION METHODS 215-3.1 The Contractor shall install tiedown anchors at locations indicated on the plans. Installation shall be completed as specified by the manufacturer. Excavation of a hole for this installation shall be made after paving has been completed. Special care shall be taken to the satisfaction of the Engineer to prevent coring debris and other construction materials from staining the newly paved surface. METHOD OF MEASUREMENT 215-4.1 The quantity of tiedown anchors to be measured for payment under this item shall be the number of each tiedown installed, completed and accepted. BASIS OF PAYMENT 209-5.1 Payment will be made at the contract price per each for tiedown anchor. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and placing the materials, and for all excavation, labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item G-215-5.1 Aircraft Tiedown Anchor — per each END OF ITEM G-215 LUBBOCK PRESTON SMITH INTERNATIONAL G-215-1 TECHNICAL SPECIFICATIONS EAST GA RAMP REHABILITATION ADDED PER ADDENDUM NO. 1 RS&H I INTENTIONALLY LEFT BLANK LUBBOCK PRESTON SMITH INTERNATIONAL G-215-2 TECHNICAL SPECIFICATIONS - EAST GA RAMP REHABILITATION ADDED PER ADDENDUM NO. 1 L- 7/21/2014 AC 150/5370-1OG L i ITEM P-101 SURFACE PREPARATION DESCRIPTION 101-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. EQUIPMENT 101-2.1 All equipment shall be specified here and in the following paragraphs or approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All work shall be subject to the inspection and approval of the Engineer. All machinery and equipment owned or controlled by the Contractor which the Contractor proposes to use on the work shall be of sufficient size to meet the requirements of the work and shall be such as to produce satisfactory work. Where only a portion of the existing pavement is to be demolished, special care shall be exercised to avoid damage to that portion of the pavement to remain in place. The existing pavement shall be cut to the neat lines shown on the plans or established by the Engineer, and any existing pavement beyond the neat lines so established which is damaged or destroyed by these operations shall be replaced at the Contractor's expense with no additional compensation from the Owner. The face of any sawcut shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/4 inch and no gradual offset greater than one (1) inch when tested in a horizontal direction with a 16-foot straightedge. Sawcutting depth may vary nominally and no extra payment will be allotted for varying depths. The equipment used by the Contractor to demolish and / or remove existing pavement shall be operated in a manner that will avoid damaging underlying base and / or subbase layers, underlying structures, cables, utilities and utility ducts, pipelines, drainage structures and facilities, bridge approach slabs, bridge decks and other facilities not also designated for removal. Accordingly, heavy pavement breaking equipment, such as hydraulic rams or guillotine type machines may not The method of removal of existing pavements is at the Contractor's discretion, unless otherwise noted in the plans or project manual. The method of removal chosen by the Contractor will not 101-3.2 REMOVAL OF EXISTING PAVEMENT. The Engineer and the Contractor shall mutually agree upon the pavement demolition and removal procedure based upon compliance with the criteria set forth in the plans and in this specification. Item P-101 Surface Preparation I of 6 Revised per Addendum No. 1 =,i AC 11011170-1OG 7/21/2014 ERemoval of existing pavements shall be measured and paid for by the layer of material per square yard removed. Existing pavement thicknesses to be removed, denoted in the project demolition plans, are approximate and may not accurately reflect actual existing pavement thicknesses. Removal of existing pavements shall include sawcutting, removal, and disposal of all material layers of the pavement section as required to meet the removal depth requirements listed therein. No additional payment shall be made if actual pavement sections vary from the pavement sections „ § shown in the plans, including thickened pavement edges. It shall be the Contractor's responsibility, as part of the bidding process, to determine the level of effort required to remove the pavement areas shown. All materials removed shall be disposed of as shown in the plans. MIN NTM JIM The , drainage the Gener-ete that damaged by bfeaking stfEtetur-es under- pavement. be r-emeyed. Any damage shall be r-epaifed slabs afe 4 the Gentfaeter-'s expense. under- b. Asphalt concrete pavement. Asphalt concrete pavement to be removed shall be sawcut to the P'" deptt, of the b:.,,.nine„s material around the perimeter of the area to be removed, as shown in the plans. The pavement shall be removed so the joint for each layer of pavement replacement is offset one (1) foot (30 cm) from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the ter-i ,' is to be wasted on the »., j..... ........ .. ....».. L ,... .,..,.�.,.. ... ...».......»... .,a ....,...... �......�. J L ........ ..... felle�d�tien� 101-3.3 PREPARATION OF JOINTS AND CRACKS. Remove A! vegetation and debris ffem efaeks to a mifaimum depth of 1 ifleb (25 ffiffi). if exteasive vegetation exists Ifeat the speeifie area with a eeneentrffted solution of awmef-basedd herrNeide appr-evedd by the Efigineef. Fill all er-aeks, ignefing hair4ine er-aeks (4 1/4 ineh (6 mm) wide) with a efaek sealant per- t. that the payemefi� er the pavement base sheuld be r-epair-ed of feplaeed as stated belew. Any exeess joint. of er-aek sealef an the stir-faee ef the pavement shall alse be removed ffem the pavement suf 101-3.4 REMOVAL OF PAINT AND RUBBER. All paifft and fubber- evef 1 feet (30 em) wide that will affeet the bond of the new evef4ay shall be (asphaltie eener-ete only), eeld milling, or- sandblasting may be used. Aany methods used sh Il 4not realumse, majer- damage te the pavement. Major- damage is defined as ehanging the pr-apet4ies of the pavemea4 of m: avemen't over- 1,18 ineh (3 mm) deep. if ehemieals are used, they shall eofoply with the state's p, t 2 of 6 Item P-101 Surface Preparation Revised per Addendum No. 1 it 7/21/2014 AC 150/5370-IOG shoulders. All wastes shall be disposed of in areas indieated in this speeifieation or- shown an the pla-ns--. 101-3.5 CONCRETE SPALL OR FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR.M „ Cold milling is not a required method of removal for existing pavements. The notes of this section only apply if the Contractor elects to utilize cold milling operations as the method of removal of Milling shall be pertormect with a power-operatect milling macrime or grmcter, capable of producing a finished surface that provides a good bond to the new overlay. The milling machine or grinder shall Al operate without tearing or gouging the under laying surface. The milling machine or grinder shall be equipped with automatic grade and slope controls. All millings shall be removed and disposed--W f as shown in the plans. If the Contractor mills or grinds deeper or wider than the plans specify, the Contractor shall replace the material that was removed with _ new material at no additional cost to the Owner. a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled with a straightedge in increments of 1 foot (30 cm) widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate milling machine, or areas t_ that are damaged because of his negligence, shall not be included in the measurement for payment. b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum width of 7 feet and it shall be equipped with electronic grade control devices that will cut the surface to the grade and tolerances specified. The machine shall cut vertical edges. A positive method of dust control shall be provided. The machine shall have the ability to either windrow the millings or remove the millings from the pavement and load them into a truck. c. Clean-up. The Contractor shall sweep the milled surface daily and immediately after the milling until all residual aggregate and fines are removed from the pavement surface. Prior to paving, the -' Contractor shall wet down the milled pavement and thoroughly sweep and/or blow the surface to remove any remaining aggregate or fines. Item P-101 Surface Preparation 3 of 6 d Revised per Addendum No. 1 AC 150/5370-1OG 7/21/2014 &iisting asphalt pavements indioated to be treated wM a &ur-faee tr-eatmeat shall be pfepar-ed as follows-i a. Pateh asphalt pavemefA sui=faees that have been seftened by pelfeletim defivatives or- have failed due to any other- eause. Remove damaged pavement to the Pall depth of the damage and Eeph-we with new asphalt eenefete similar to that of the w6sting pa-vement in aeoer-danee with pafagmph In b. Repair -joints and ..faekn in .,, eer-danee with ,..,..,,,.,.aph 101 3.7e. Remove oil or- grease thm has not penetmied the asphalt pavement by ser-aping or- by sepabb then wash ther-oughlywith elean watef. After- eleafling, tfeat these areas wit '. oil well with watef leaving no standing water-, or- a eombination of both, so that it is fFee of "st, detergent, d. Clean pa-vement surfaee immediately pi:ier- to plaeing the suffaee tFeatment by sweeping, flushing , film.grease, vegetation, oil or- any type of objeetionable siir-faee 101-3.8 MAINTENANCE. The Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by the Engineer. The surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at the Contractor's expense. 1013.9 9 PREPARATION A TION OF DINTS 1N RIGID PAVEMENT. -f7- 'iI 4Trf =Q�rD"r sawing,1013.9 1 Removal of Existing joint Sealant. All e*isting j E)ii# sealants will be femoved by plowing or- use ef hhafadj twAoks. Any remaining sealapA and or debris will be removed by use of wife bfushes or- athef tools as neeessar-y. Resaw joifAs removing no mer-e than 14 6 inA (2 w.n) ffam eaeb joint faee.- ln*nediately after- flesh eut joint with water- and other- tools as neeessafy to eempletely sealing.r-emove the sitm-f. Allow suffieient time to dry out joints pr-ief to 101 2 Cleaning prior- to sealing. lwAnediately befefe • , ' joints shall be eleafled by removing any remaining 4aitanee and other- foreign Faaffial. Clean joints by sandblasting, or- other- met appFaved by the Engineer-, on eaeh joint faee with fiezzle held at an angle and not Fner-e than thfe-e inAes (75 ffm4) from fitee. Following sandblasting, elean joints with air- fFee of oil and wa4en je 1013.10 PREPARATION OF CRACKS IN FLEXIBLE PAVEMENT. ..,., will be blown out with a hot air- lanee eembined with oil and wa4er- f+ee eampfessed ain 101 3.10.2 Removal of Existing Sealant. Existing sealants will be fe+aeved by r-outing [ random er-aek saw ]. Following [ r-et4iag I [ sawing ] any r-emaining debris will be removed ...... METHOD OF MEASUREMENT 101-4.1 Pavement removal. The unit of measurement for pavement removal shall be the number of square yards of each layer of pavement material, regardless of depth, removed by the Contractor, as i shown on the plans and called out for in the basis of payment. Any pavement removed outside the _., limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. 4 of 6 Item P-101 Surface Preparation Revised per Addendum No. 1 FFtiff_7:!}T.'WNtrTjw1.lrw.wr".a+ir�T PF.Rfn!w.q!nIWWRRMSMr.: Irp.WW WORSH!I3!T.o:L}�fJ:f�E�lr.!}S!t� BASIS OF PAYMENT Al 101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Item P-101-5.1 HMA (Asphalt) Surface Removal (Perimeter Road) — per square yard Item P-101-5.2 Aggregate Base Removal (Perimeter Road) — per square yard Item P-101-5.3 HMA (Asphalt) Surface Removal (East GA Ramp, Base Bid) — per square yard Item P-101-5.4 HMA (Asphalt) Surface Removal (East GA Ramp, Alternate No. 1) — per square yard MATERIAL REQUIREMENTSy ASTM D6690 Standard Specification For Joint And Crack Sealants, Hot Applied, For Concrete And Asphalt Pavements END OF ITEM P-101 Item P-101 Surface Preparation Revised per Addendum No. 1 5 of 6 -` AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 6 of 6 Item P-101 Surface Preparation Revised per Addendum No. 1 AC 150/5370-1OG 7/21/2014 g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures; and for modified binders include supplier recommended mixing and compaction temperatures. h. Plot of the combined gradation on a 0.45 power gradation curve. i. Graphical plots of air voids, voids in the mineral aggregate, and unit weight versus asphalt content. j. Specific Gravity and absorption of each aggregate. k. Percent natural sand. 1. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Anti -strip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conforinance with the JMF requirements specified in Tables 1 and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial production JMF has been approved by the Engineer and a new or modified JMF, including a new test strip when required by the Engineer, will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF. The Gyratory Desi n Criteria a licable to the project shall meet the criteria specified in ab a 1. Gyratory Compaction riteria Test Property Value Number of compactor 50 gyrations Air voids (%) 3.5 Percent voids in mineral See Table 2 aggregate, minimum Table 1. An 4 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements Revised per Addendum No. 1 275 Item 275 Q Cement Treatment (Road -Mixed) � 1. DESCRIPTION 1 , Mix and compact cement, water, and existing subgrade or base (witty went after removal of the existing asphalt concrete pavement surface course) inthe roadway. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. jNotify the Engineer of the proposed material sources and of changes to material sources. The Engineer will verify 1_ that the specification requirements are met before the sources can be used. The Engineer may sample and test project materials at any time before compaction. Use Tex-100-E for material definitions. 2.1. Cement. Furnish hydraulic cement that meets the requirements of DMS-4600, "Hydraulic Cement," and the Department's Hydraulic Cement Quality Monitoring Program (HCQMP). Sources not on the HCQMP will require testing at the Contractor's expense and approval before use. 2.2. Subgrade. The Engineer will determine the sulfate content in accordance with Tex-145-E and organic content in accordance with Tex-148-E before cement treatment begins. Suspend operations when material to be treated has a sulfate content greater than 7,000 ppm or an organic content greater than 1.0% and proceed as directed. 2.3. Flexible Base. UR!esG 9th@Fwi6e shown an the plaRS, fMi6h base material that meets the requffiFement6 of IterA 247, " Utilize existing aggregate base materials in place. 2.4. Water. Furnish water free of industrial waste and other objectionable material. 2.5. Asphalt. When permitted for curing purposes, furnish asphalt or emulsion that meets the requirements of (tern 300, " ," as shown On the PIaA6 9F diFeGted FAA Item P-603. 2.6. Mix Design. Reimburse the Department feF subsequent mix designs E)F partial designs AGG966itated by Ghanges on the mat Af the mix Utilize six percent (6%) cement by weight (approximately 45 pounds per square yard for an eight inch treatment depth). 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work, with item 210, "Rolling" Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. _. 3.1. Cement Storage Facility. Store cement in closed, weatherproof containers. C 3.2. Cement Slurry Equipment. Use slurry tanks equipped with agitation devices to slurry cement on the project or other approved location. The Engineer may approve other slurrying methods. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. Equip the distributor truck with an approved sampling device. 3.3. Dry Cement Distribution Equipment. Provide equipment to spread cement evenly across the area to be treated. 1 of 6 Added per Addendum No.1 275 Provide equipment with a rotary vane feeder when shown on the plans. 3.4. Pulverization Equipment. Provide pulverization equipment that: ■ cuts and pulverizes material uniformly to the proper depth with cutters that will plane to a uniform surface over the entire width of the cut, ■ provides a visible indication of the depth of cut at all times, and ■ uniformly mixes the materials. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. 4.1. Preparation of Subgrade or Existing Base for Treatment. Before treating, remove existing asphalt concrete pavement in accordance with the plans and FAA Item P-401 pertinent Items and the plans oF as diFeGted. Shape existing material in accordance with applicable bid items to conform to the typical sections shown on the plans and as directed. proof roll the roadbed in accordance with Item 216, 'Proof Rolling," before pulverizing or scarifying existing material. Correct soft spots as directed. 4.2. Pulverization. Pulverize or scarify existing material after shaping so that 100% passes a 2-112 in. sieve. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to plan depth. 4.3. Application of Cement. Uniformly apply cement using dry placement unless otherwise shown on the plans. Add cement at the percentage determined in Section 275.2.6., "Mix Design." Apply cement only on an area where mixing, compacting, and finishing can be completed during the same working day. Start cement application only when the air temperature is at least 350F and rising or is at least 407. The temperature will be taken in the shade and away from artificial heat. Suspend application when the Engineer determines that weather conditions are unsuitable. 4.3.1. Dry Placement. Before applying cement, bring the prepared roadway to approximately optimum moisture content. When necessary, sprinkle in accordance with Item 204, "Sprinkling." Distribute the required quantity of dry cement with approved equipment. Minimize dust and scattering of cement by wind. Do not apply cement when wind conditions, in the opinion of the Engineer, cause blowing cement to become dangerous to traffic or objectionable to adjacent property owners. 4.3.2. Slurry Placement. Mix the required quantity of cement with water, as approved. Provide slurry free of objectionable materials and with a uniform consistency that can be easily applied. Agitate the slurry continuously. Apply slurry within 2 hours of adding water and when the roadway is at a moisture content drier than optimum. Distribute slurry uniformly by making successive passes over a measured section of the roadway until the specified cement content is reached. 4.4. Mixing. Thoroughly mix the material and cement using approved equipment. Mix until a homogeneous mixture is obtained. Sprinkle the treated materials during the mixing operation, as directed, to maintain optimum mixing moisture. Spread and shape the completed mixture in a uniform layer. r 2 of 6 Added per Addendum No.1 ri 275 After mixing, the Engineer may sample the mixture at roadway moisture and test in accordance with Tex-101-E, p' Part III, to determine compliance with the gradation requirements in Table 1. When strength requirements are shown on the plans, the Engineer may sample the mixture to verify strength in accordance with Tex-120-E and adjust cement content to achieve the target strength for work going forward. Table 1 Gradation Requirements Minimum % Passing Sieve Size Base Subgrade 1-3/4" 100 100 3/4" 85 85 #4 — 60 4.5. Compaction. Compact the mixture in one lift using density control unless otherwise shown on the plans. Complete compaction within 2 hours after the application of water to the mixture of material and cement. Sprinkle the treated material in accordance with Item 204, "Sprinkling," or aerate the treated material to adjust the moisture content during compaction so that it is within 2.0 percentage points of optimum as determined by Tex- 120-E. Measure the moisture content of the material in accordance with Tex-115-E or Tex-103-E during compaction daily and report the results the same day to the Engineer, unless otherwise shown on the plans or directed. Adjust operations as required. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least one-half the width of the roller unit. On super elevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph, as directed. Before final acceptance, the Engineer will select the locations of tests in each unit and measure the treated depth in accordance with Tex-140-E. Correct areas deficient by more than 1/2 in. in thickness or more than 1/2% in target cement content by adding cement as required, reshaping, re -compacting, and refinishing at the Contractor's expense. Remove or rework areas that lose required stability, compaction, or finish, as directed. When a section is reworked more than 4 hr. after completion of compaction, add additional cement as directed. Provide additional work and material at no additional cost to the Department. 4.5.1. Ordinary Compaction. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and re -compacting. 4.5.2. Density Control. Achieve at least 95% of the maximum density determined in accordance with Tex-120-E when compaction is complete. The Engineer will determine roadway density and moisture content in accordance with Test Method Tex-115-E. The Engineer may verify strength in accordance with Tex-120-E and adjust cement content to achieve the target strength for work going forward. Remove material that does not meet density requirements or rework by adding the target cement content, reshaping, re -compacting, and refinishing at the Contractor's expense. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.6. Finishing. Immediately after completing compaction, clip, skin, or tight -blade the surface of the cement treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Roll the clipped surface immediately with a pneumatic -tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines and grades shown on the plans or as directed. Finish grade of constructed subgrade to within 0.1 ft. in the cross-section and 0.1 ft. in 16 ft. measured longitudinally. 3 of 6 Added per Addendum No.1 275 Correct grade deviations of constructed base greater than 1/4 in. in 16 ft. measured longitudinally or greater than 1/4 in. over the entire width of the cross-section in areas where surfacing is to be placed. Remove excess material, r reshape, and roll with a pneumatic -tire roller. Correct as directed if material is more than 1/4 in, low. Do not surface f, patch. 4.7. Microcracking. When shown on the plans, maintain moisture content of the finished cement treated base for a period of 24 to 48 hr. During this time, but not sooner than 24 hr., roll the finished course with a vibratory roller to induce microcracking. The vibratory roller must be in accordance with Item 210, "Rolling," with a static weight equal to or more than 12 tons and the vibratory drum must be not less than 20 in. wide. The roller must travel at a speed of 2 mph, vibrating at maximum amplitude, and make 2 to 4 passes with 100% coverage exclusive of the outside 1 ft. of the surface crown, unless otherwise directed by the Engineer. Additional passes may be required to achieve the desired crack pattern as directed. Notify the Engineer 24 hours before the microcracking begins. 4.8. Curing. Cure for at least 3 days by sprinkling in accordance with Item 204, "Sprinkling," or by applying an asphalt material at the rate of 0.05 to 0.20 gal. per square yard, as shown on the plans or directed. When a section is microcracked, cure section for an additional 2 days after microcracking. Maintain the moisture content during curing at no lower than 2 percentage points below optimum. Continue curing until placing another course. 5. MEASUREMENT 5.1. Cement. Cement will be measured by the ton (dry weight). When cement is furnished in trucks, the weight of cement will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, "Weighing and Measuring Equipment." When cement is furnished in bags, indicate the manufacturer's certified weight. Bags varying more than 5% from that weight may be rejected. The average weight of bags in any shipment, as determined by weighing 10 bags taken at random must be at least the manufacturer's certified weight. Cement slurry will be measured by the ton (dry weight) of the cement used to prepare the slurry at the jobsite or from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 5.2. Cement Treatment. Cement treatment will be measured by the square yard of surface area. The dimensions for determining the surface areas are established by the widths shown on the plans and lengths measured at placement. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid in accordance with Section 275.5.1., "Cement," and Section 275.5.2., "Cement Treatment." Furnishing and delivering new base will be paid for in accordance with Section 247.6.2., "Flexible Base (Roadway Delivery)." Mixing, spreading, blading, shaping, compacting, and finishing new or existing base material will be paid for under Section 275.6.2., "Cement Treatment." Removal and disposal of existing asphalt concrete pavement will be paid for in accordance with FAA Item P-101 Sprinkling and rolling, except proof -rolling, will not be paid for directly but will be subsidiary to this Item, unless otherwise shown on the plans. When proof -rolling is shown on the plans or directed by the Engineer, it will be paid for in accordance with Item 216, "Proof Rolling." Where subgrade is constructed under this Contract, correction of soft spots in the subgrade or existing base will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade or existing base will be in accordance with pertinent Items ." WheFe subgrade to be treated i0dpr thiq CnntrAPA hAq sulfates greater than 7,000 ppm, weFk will be paid for in Asphalt used solely for curing will not be paid for directly but will be subsidiary to this Item. Asphalt placed for the ,i 4 of 6 Added per Addendum No.1 _3 275 purpose of curing and priming will be paid for under FAA Item P-603 Item 310, "Prime Coat." 6.1. Cement. Cement will be paid for at the unit price bid for "Cement." This price is full compensation for materials, delivery, equipment, labor, tools, and incidentals. f 6.2. Cement Treatment. Cement treatment will be paid for at the unit price bid for "Cement Treatment (Existing Material)," "Cement Treatment (New Base)," or "Cement Treatment (Mixing Existing Material and New Base)," for the depth specified. No payment will be made for thickness or width exceeding that shown on the plans. This price is full compensation for shaping existing material, loosening, mixing, pulverizing, spreading, applying cement, compacting, microcracking, finishing, curing, curing materials, blading, shaping and maintaining shape, replacing mixture, disposing of loosened materials, processing, hauling, preparing secondary subgrade, water, equipment, labor, tools, and incidentals. END OF ITEM 275 �- 5 of 6 Added per Addendum No.1 275 INTENTIONALLY LEFT BLANK 6 of 6 Added per Addendum No.1 City of Lubbock TEXAS EAST GA RAMP REHABILITATION CONSTRUCTION SAFETY PHASING PLAN (CSPP) City ITI3 No. 17-13295-TF City Project No. 8552.8304.30000 RS&H Project 2230003005 Prepared by RS&H, Inc. for the Lubbock Preston Smith International Airport Lubbock,Texas RSW INTENTIONALLY LEFT BLANK LUBBOCK PRESTON SMITH INTERNATIONAL EAST GA RAMP REHABILITATION CONSTRUCTION SAFETY AND PHASING PLAN REVISED PER ADDENDUM NO. 1 f.' RS&H LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT EAST GA RAMP REHABILITATION CITY CONTRACT NO. 12234, AMENDMENT NO. 5 TABLE OF CONTENTS TITLE PAGE A. OVERVIEW......................................................................................................................................1 B. PROJECT SCOPE...........................................................................................................................1 C. PLAN REQUIREMENTS................................................................................................................. 3 1. Project Coordination......................................................................................................... 3 a. Pre -design Conference.......................................................................................... 3 b. Pre -bid Conference................................................................................................3 C. Pre -construction Conference................................................................................. 4 d. Contractor Progress Meetings............................................................................... 5 e. Weekly Safety Meetings........................................................................................ 5 f. Scope or Schedule Changes................................................................................. 6 g. FAA ATO Coordination.......................................................................................... 6 2. Phasing.............................................................................................................................. 6 a. Phase Elements.....................................................................................................6 b. Construction Safety Drawings..............................................................................10 3. Areas and Operations Affected by the Construction Activity....................................10 a. Identification of Affected Areas............................................................................10 b. Mitigation of Effects..............................................................................................11 4. Protection of NAVAIDs...................................................................................................12 5. Contractor Access..........................................................................................................13 a. Location of Stockpiled Construction Materials.....................................................13 b. Contractor Escorts...............................................................................................13 C. Airport Operations Security Badging....................................................................14 d. Vehicle and Pedestrian Operations..................................................................... 15 6. Wildlife Management......................................................................................................18 a. Trash....................................................................................................................18 b. Standing water.....................................................................................................18 C. Tall grass and seeds............................................................................................18 d. Poorly maintained fencing and gates...................................................................18 e. Disruption of existing wildlife habitat....................................................................18 7. Foreign Object Debris (FOD) Management..................................................................18 8. Hazardous materials (HAZMAT) Management.............................................................19 9. Notification of Construction Activities.........................................................................19 a. Points of contact/list of responsible representatives............................................19 b. Notices to Airmen (NOTAM)................................................................................19 C. Emergency Notification Procedures..................................................................... 20 d. Coordination with ARFF Personnel......................................................................20 e. Notification to the FAA......................................................................................... 20 10. Inspection Requirements............................................................................................... 21 a. Daily (or more frequent) Inspections.................................................................... 21 b. Lighting and Signage Inspections........................................................................21 C. Final inspections.................................................................................................. 21 LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT i CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 _..a RS&H 11. Underground Utilities 22 12. Penalties..........................................................................................................................22 13. Special Conditions..........................................................................................................22 14. Runway, Taxiway, and Taxilane Visual Aids................................................................22 a. General................................................................................................................23 b. Markings...............................................................................................................23 C. Lighting and visual NAVAIDs...............................................................................23 d. Signs.................................................................................................................... 23 _r 15. Marking and Signs for Access Routes.........................................................................23 16. Hazard Marking and Lighting.........................................................................................24 , a. Purpose................................................................................................................24 b. Equipment............................................................................................................24 17. Protection of Runway and Taxiway Safety Areas ........................................................ 24 a. Runway Safety Area (RSA)................................................................................. 24 b. Runway Object Free Area (ROFA)...................................................................... 25 C. Taxiway/Taxilane Safety Area(TSA/TLSA).........................................................25 d. Taxiway/Taxilane Object Free Area (TOFA/TLOFA)...........................................26 e. Obstacle Free Zone(OFZ)................................................................................... 26 f- f. Runway Approach/Departure Surfaces............................................................... 26_ 18. Other Limitations on Construction...............................................................................27 a. Prohibitions.......................................................................................................... 27 b. Restrictions 27 LIST OF ATTACHMENTS ATTACHMENT A — PROJECT SAFETY, SECURITY, AND PHASING EXHIBITS LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ii CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 ., RS&H A. OVERVIEW Aviation safety is the primary consideration at airports, especially during construction. The airport TM; operator's Construction Safety and Phasing Plan (CSPP) and the Contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with Airport Operations. These documents identify all aspects of the construction project that n pose a potential safety hazard to Airport Operations and outline respective mitigation procedures for - each hazard. The CSPP sets forth benchmarks and requirements for the project to help ensure the highest levels of safety, security and efficiency at the airport during construction. Guideline requirements for the CSPP are developed from Federal Aviation Administration (FAA) Advisory Circular (AC) 15015370-2, Operational Safety on Airports During Construction, current edition, latest change. Reference website: http://www.faa.gov/regulations Policies/advisory circulars/index.cfm/go/document.information/docum entlD/1019533 The CSPP is a standalone document written to correspond with the safety and security requirements set forth in AC 15015370-2, current edition, latest change, the airport safety and security requirements, as well as local codes and requirements. The CSPP must be used by all personnel involved in the project. The CSPP covers the actions of not only the Contractor personnel and equipment, but also the actions of inspection personnel and airport staff. This document has been developed in order to minimize interruptions to Airport Operations, reduce construction costs, and maximize the performance and safety of construction activity on active airfield surfaces. Strict adherence to the provisions of the CSPP by all personnel assigned to or visiting the construction site is mandatory for Airport Improvements Program (AIP) funded construction projects. The Contractor is required to submit a Safety Plan Compliance Document (SPCD) to the Airport describing how the Contractor will comply with the requirements set forth in this CSPP. The SPCD must be drafted as required in AC 15015370-2, current edition, latest change. The SPCD must be submitted to the Airport at least one (1) week prior to the date of the pre -construction conference. The SPCD must also include a certification statement by the Contractor stating that it understands the operational safety requirements detailed in this CSPP and SPCD. The Contractor's certification statement will also assert that there will be no deviation from the approved construction practices contained within either of these documents. In the event the Contractor's activities are found in non-compliance with the provisions of the CSPP or the SPCD, the Engineer will direct the Contractor, in writing, to immediately cease those operations in violation. In addition a safety meeting will be conducted for the purpose of reviewing those provisions in the CSPP / SPCD that were violated. The Contractor will not be allowed to resume construction operations until conclusion of the safety meeting and all corrective actions required by the Contractor have been implemented. This will not affect the overall or phase durations of the contract. B. PROJECT SCOPE The East GA Ramp, located adjacent to and east of Runway 17L-35R, is in various stages of pavement deterioration. The ramp serves as access to Chaparral Jet Center and various Airport owned box and T-hangars. The ramp also serves as overflow parking for General Aviation aircraft during peak demands. Portions of the ramp are constructed of an asphalt surface course with significant indications LUBBOCK PRESTON SMITH INTERNATIONAL 1 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H of pavement failure. Other portions, constructed of concrete pavement, also show visual indications of pavement deterioration with exception of the 50' wide taxilane and a 300' by 100' ramp directly west of Chaparral Jet Center. Figure 1 — East GA Ramp Additionally, a portion of the airfield perimeter road adjacent to the southwest corner of the Terminal Ramp, shown in Figure 2, has been damaged such that it is no longer a usable roadway surface. It is believed that trapped water has degraded the pavement material qualities and the strength of the pavement layers. The combination of presumed high moisture levels in the pavement section, assumed pavement material degradation and heavy traffic loading (i.e. fuel trucks) has caused irreparable pavement distresses. Figure 2 — Perimeter Road Repair Location at Terminal Ramp LUBBOCK PRESTON SMITH INTERNATIONAL 2 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H The project Scope of Work can generally be described as: 1. The rehabilitation of the Airport's East General Aviation (GA) Ramp (Work Area A only) through removal and overlay replacement of the existing hot -mix asphalt (HMA) surface. 2. The complete reconstruction of the damaged portion of the airfield perimeter road adjacent to the southwest corner of the Terminal Ramp. A primary objective for this pavement repair is to address the underlying water issues to prevent the new paving materials from being saturated or being exposed to high moisture levels for extended periods of time. This project will provide complete planning and design phase services along with limited construction phase services. The limits of the project area are identified graphically in the exhibits of Attachment A of this document. Necessary construction locations, activities, and associated costs have been identified and their impact to Airport Operations has been assessed. The impact of work to Air Operations Areas (AOA) is discussed in detail in Section C, Plan Requirements, of this document and graphically depicted in the exhibits of Attachment A of this document. These exhibits will be made part of the drawing set issued to the Contractor for bidding and construction. C. PLAN REQUIREMENTS Many of the requirements herein are not expected to apply to this project. The appropriate requirements have been noted as not applicable, but have been included in this report to provide direction should any of these items unexpectedly arise during construction. 1. Project Coordination Pre -design, pre -bid, and pre -construction conferences are used to introduce the subject of airport operational safety during construction. In addition, construction progress meetings, scope of schedule changes, and meetings with the FAA Air Traffic Organization (ATO) will be coordinated as required through the performance of the contract. a. Pre -design Conference A pre -design conference was convened on December 5, 2016 and conducted by the Lubbock Preston Smith International Airport (Airport) staff. In attendance were representatives from the Airport and representatives from RS&H, Inc. (the design consultants). This meeting was used to discuss various items relating to design parameters, airport safety, routing of aircraft and equipment, sequencing of construction operations, environmental considerations, and other requirements pertinent to the project. This pre -design conference was essential in identifying and outlining potential effects and / or conflicts to Airport Operations during the acquisition of data for design and the subsequent project construction. b. Pre -bid Conference The Airport will conduct a pre -bid conference to help clarify and explain construction methods, procedures, and safety measures required by the contract. This meeting will be held approximately 14 days prior to the bid opening date. LUBBOCK PRESTON SMITH INTERNATIONAL 3 CONSTRUCTION SAFETY AND PHASING PLAN r - EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H The pre -bid conference is not mandatory for all general Contractors intending to bid on this project. Typical agenda items included for this meeting are: • New or unique construction methods; • New construction procedures (i.e. statistical acceptance testing); • Operational safety requirements; and • Disadvantaged Business Enterprise (DBE) and other civil rights and labor requirements. One of the primary focuses of the pre -bid conference will be to cover relevant information concerning the Contractor's requirements for developing and submitting an SPCD for review and approval. This will include both general and specific elements required in the SPCD and information on how the Contractor must format the document to illustrate their plans for compliance with those provisions detailed within this CSPP. Changes or modifications recommended during the conference will be included in an addendum to the bid documents. A copy will be furnished to each prospective bidder. c. Pre -construction Conference A pre -construction conference, convened and conducted by the Airport and the design consultant, will be used to discuss operational safety and security, quality control testing, quality acceptance testing, labor requirements, environmental factors, and other issues. This meeting, among all parties affected by the construction will assist in a better understanding of potential problems and possible solutions for the course and performance of this contract. The pre -construction conference will be conducted as soon as practicable after the contract has been awarded and before issuance of the notice to proceed. The expected participants for this meeting include the following parties: • Sponsor's Engineer. • Airport management. • Testing laboratory representative. • Contractor and subcontractor(s). • Contractor's project superintendent. • Airport users impacted by the proposed construction. • Utility companies affected by the proposed construction. • Federal, state, or local agencies affected by the proposed construction. • Representative of FAA Airports regional or field office. • Representative of the Air Traffic Control Tower (ATCT). LUBBOCK PRESTON SMITH INTERNATIONAL 4 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 j RS&H The design consultant will prepare an agenda prior to the pre -construction conference. This will include but is not limited to: • The scope of the project, as well as the sequence and timing of all operations. • Relationship between the Airport representative and the Contractor. • Relationship between the FAA and the Sponsor. • Identification of the Contractor's superintendent and a discussion of his/her authority and responsibilities. • Designation of sponsor representative responsible for notifying the FAA Flight Service Station (FSS) serving the airport of the proposed start and completion dates of construction or of circumstances requiring a NOTAM. Planned coordination (Airport Management), control and communications needed for those closures and crossings identified for this project are discussed in detail in Section C.9, Notification of Construction Activities, of this document. • Scheduling of work and the need to perform certain items at various stages of the project, including operational safety problems that might arise because of the proposed work. • Notice to proceed date. • Safety during construction, including the responsibility for marking and lighting of closed and hazardous areas. Reference AC 15015370-2, current edition, latest change, and AC 15015340-1, Standards for Airport Markings, current edition, latest change, for detailed information. Also reference current edition, latest change, of the following safety FAA Advisory Circulars: o AC 15015200-18, Airport Safety -Self Inspection; 0 15015210-5, Painting, Marking and Lighting of Vehicles Used ON Airports; • Security requirements in secure airfield areas. • The need for continuing vigilance for potential or existing hazards relative to the items associated with construction operations on an active or closed airfield surface. d. Contractor Progress Meetings Weekly construction meetings will be held to discuss work progress and to address current or potential security and safety concerns. These meetings may be adjusted to a day-to-day basis as necessary for specific work items. Operational safety and security will be a standing agenda item for discussion during these weekly/daily construction progress meetings. These meetings will be conducted by the Airport and / or Engineer (or the Engineer's representative). e. Weekly Safety Meetings In addition to the Contractor Progress Meetings, the Contractor will conduct a weekly Safety Meeting for all Contractor personnel. These meetings must be open to the Airport, Engineer, Engineer's representative, and any other governing authority that would like to attend. _y LUBBOCK PRESTON SMITH INTERNATIONAL 5 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RSBH One week prior to starting work in a new phase the Contractor must conduct a meeting with all employees accessing the work area. This meeting must at a minimum address the specific phased work elements, work limits of the phase, haul routes to and from the phase, and required coordination tasks between the Contractor and the Airport. f. Scope or Schedule Changes Changes in the scope and / or duration of the project may necessitate revisions to the CSPP. The FAA Airports Regional or District office will be promptly notified of proposed changes to this CSPP. Changes to this document require review and approval by the Airport and the FAA prior to implementation. In addition, it may be necessary to coordinate proposed changes with appropriate local and / or federal government agencies (i.e. EPA, OSHA, TSA, state environmental agencies, etc.). g. FAA ATO Coordination (Not anticipated as applicable to the scope of this project) Early coordination with FAA ATO is required to schedule airway facility shutdowns and restarts. The Contractor must be aware and cognizant of all activities on the airfield and to follow those procedures referenced above for work required in, around, or near airfield Navigational Aids (NAVAIDs). 2. Phasing Construction phasing for this project must be coordinated with the Airport and local ATCT personnel. The construction phases established in this CSPP have been incorporated into the project design and are reflected in the contract drawings and specifications. The specific project phase areas associated with the performance of this project are represented graphically in exhibits located in Attachment A of this document. All of the phases identified have been evaluated and planned in order to reduce impact on airport users for the duration of construction associated with this work. The performance of work for each of these phases may require the reduction of aircraft access, re-routing of aircraft around the project work area, closures, and / or restrictions of various airfield surfaces. Exhibits showing the overall phasing layout and the safety and security elements associated with each phase have been provided in Attachment A of this document. a. Phase Elements Construction phasing for this project has been phased in order to maintain aircraft operations at an acceptable level of efficiency at the airport for the duration of this contract. Work within the phases of the contract may not be concurrent unless otherwise noted in the specific phasing plan sheets. General elements of phasing are as follows: Contractor staging / stockpile / storage areas — Reference Attachment A of this document for general safety and security notes as well as staging / stockpile / storage area locations. These areas are to remain outside of all Object Free and Safety Areas for all active airfield surfaces. LUBBOCK PRESTON SMITH INTERNATIONAL 6 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H Construction access and haul routes — Reference Attachment A of this document for routing layouts. Applicable control along Contractor haul routes for both safety and security must be maintained at all times. This is especially true at those locations that require the Contractor to cross or move through active airfield surfaces. Aircraft Rescue and Fire Fighting (ARFF) access routes — Emergency ARFF access in and around the site will be maintained by the Contractor, as required, for the duration of this project. Contractors must prominently mark open trenches and excavations within the construction site, prominently light them with red lights during hours of restricted visibility or darkness, and obtain approval from the Airport and Engineer. Ground Service Equipment (GSE) vehicle routes (not anticipated as applicable to the scope of this proiect) — GSE vehicle access in and around the site will be maintained by the Contractor as required for the duration of this project. Contractors must prominently mark open trenches and excavations within the construction site, prominently light them with red lights during hours of restricted visibility or darkness, and obtain approval from Airport Operations and the project Engineer. Required NAVAID Shutdowns (not anticipated as applicable to the scope of this project) x — The Contractor must coordinate all NAVAID shutdowns with the Airport, local FAA facilities manager and / or ATCT, as appropriate. No NAVAID shutdowns are anticipated for this project. Required hazard marking and lighting — Low -profile barricades, unlit taxi closure markings, lighting and / or safety flag details and usage requirements are provided in the exhibits of Attachment A of this document. Portable lighting units must be provided for construction that must occur during nighttime operations. The Contractor must provide sufficient units so that all work areas are illuminated to a level of five (5) horizontal foot-candles. The lighting levels must be calculated and measured in accordance with the current standards of the Illumination Engineering Society. Portable lighting units must be positioned in such a way that they do not (< impact air traffic control operations and must be approved by the Airport prior to use. Lead times for required notifications — The Contractor is required to coordinate this with the Airport. Lead times for required notifications will be established at the pre -construction conference. Construction will occur over the course of three (3) phases. Phase specific elements addressed and taken into consideration during the development of the construction phasing for this project are as follows: General Phasing Notes The construction phasing detailed in the plans is broken into multiple phases of work. All phases of work are within the AOA. Due to the importance of maintaining airfield operations, safety, and security during construction within these areas, the construction phasing has been divided into multiple phases of work, as detailed on plan sheets G102 through G104 in Attachment A. The phasing can generally be described as: a. Phase 1 is the rehabilitation of the identified portions of the East GA Ramp, inside the TOFA adjacent to the FBO. b. Phase 2 is the majority of the rehabilitation of the identified portions of the East GA Ramp. LUBBOCK PRESTON SMITH INTERNATIONAL 7 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 ', RS&H c. Phase 3 is the reconstruction of a damaged portion of the perimeter road adjacent to the southwest corner of the Terminal Ramp. The work includes the installation of an underdrain. 2. During the "pre -construction phase", the Contractor will perform the following activities: a. Complete Airport Operations -issued security badges and Airport Movement Area driver's training processes for Contractor personnel in order to have a sufficient work force badged and trained to operate vehicles and equipment within the AOA. b. Complete material submittals, shop drawings, and RFls and submit for review. Particular attention should be paid to critical submittals, including but not limited to safety plan(s), quality control plan(s), concrete mix designs, asphalt job mix formula(s) (JMF), electrical items, and other long lead time items. c. Begin mobilization, including set up of the staging / stockpile / storage area, procurement and stockpiling of project materials, and furnishment and set up of temporary facilities. d. Notify utility companies to have underground utilities located. e. Complete initial survey checks and verification of control monuments, along with establishment of temporary benchmarks. f. Procure temporary Stormwater Pollution Prevention Plan (SWPPP) controls and verify sufficient quantity for each phase once work is authorized to begin. g. Procure barricades and other safety items and verify sufficient quantity to close the required areas of each phase once work is authorized to begin. 3. The intent of the phasing plans is to minimize interference to aircraft movements, the amount of time each work area is closed, and disruptions to airport operations. The Contractor is expected to work in a manner to help meet these intended goals, including extended production hours when possible / practical. 4. Work within Phases 1 and 2 may not be concurrent. Work within Phase 3 may be completed concurrently with either Phase 1 or Phase 2. 5. The Contractor is expected to coordinate work efforts with the Engineer and Owner. 6. The Contractor is expected to coordinate aircraft operations schedules with the Owner and FBO operator and facilitate aircraft operations to the maximum extent possible. The Contractor is hereby made aware that aircraft operations adjacent to work areas may cause jet blast through the work areas. The Contractor is expected to move Contractor personnel and equipment as necessary in order to protect personnel, equipment, and materials from the effects of jet blast. 7. During the time any pavement or portion thereof is closed, it's associated lights and signs must be de -energized, jumpered out, or an alternative owner -approved light blackout method employed. 8. Prior to beginning each phase, the Contractor is expected to meet onsite with the Engineer and Owner to finalize and identify the work limits and tasks that must be performed in each phase. r Phase 1 — 7 Calendar Days for Base Bid, Additional 7 Calendar Days for Alternate No. 1 r 1. The following airfield aircraft traffic operations will be modified during this Phase: i LUBBOCK PRESTON SMITH INTERNATIONAL 8 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 t , [ RS&H a. The hangar access taxilane in front of the FBO hangar will be closed to aircraft under power. The Contractor will facilitate aircraft movements under tow through the area to the maximum extent possible by removing Contractor personnel and equipment for the safe passage of aircraft. 2. Reference the exhibits of Attachment A of this document for barricade locations and additional safety measures. 3. All work in Phase 1 may be completed during daytime construction hours. The Contractor will be allowed 7 calendar days to complete Phase 1 if the base bid is award. The Contractor will be allowed 7 additional calendar days if Alternate No. 1 is awarded. 4. Work within Phases 1 and 2 may not be concurrent. Work within Phase 3 may be completed concurrently with either Phase 1 or Phase 2. 5. Taxi routes — Reference the exhibits of Attachment A of this document for aircraft taxi routes impacted by the construction operations of this Phase. 6. Impacts to NAVAIDs — No impact to airport NAVAIDs are anticipated. 7. Marking changes — The permanent East GA Ramp pavement markings will change at completion of Phase 2. 8. Reference the exhibits of Attachment A of this document for detailed project scope notes. Phase 2 — 15 Calendar Days for Base Bid, Additional 7 Calendar Days for Alternate No. 1 1. The following airfield aircraft traffic operations will be modified during this Phase: a. Runway 17L-35R will be closed. Runway 17L-35R will be used as a taxiway for aircraft operations. b. The parallel taxiway and north connector taxiway will be closed. c. The hangar access taxilane south of the FBO building will be closed to aircraft under power. The Contractor will facilitate aircraft movements under tow through the area to the maximum extent possible by removing Contractor personnel and equipment for the safe passage of aircraft. 2. Reference the exhibits of Attachment A of this document for barricade locations and additional safety measures. 3. All work in Phase 2 may be completed during daytime construction hours. The Contractor will be allowed 15 calendar days to complete Phase 2 if the base bid is award. The Contractor will be allowed 7 additional calendar days if Alternate No. 1 is awarded. 4. Work within Phases 1 and 2 may not be concurrent. Work within Phase 3 may be completed concurrently with either Phase 1 or Phase 2. 5. Taxi routes — Reference the exhibits of Attachment A of this document for aircraft taxi routes impacted by the construction operations of this Phase. 6. Impacts to NAVAIDs —No impact to airport NAVAIDs are anticipated. LUBBOCK PRESTON SMITH INTERNATIONAL 9 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H 7. Marking changes — The permanent East GA Ramp pavement markings will change at completion of the phase. Q 8. Reference the exhibits of Attachment - A of this document for detailed project scope notes_ - - - - - - - - - - - - - - - - - Phase 3 —15 Calendar Days 1. The following airfield aircraft traffic operations will be modified during this Phase: a. Access to the south end of the Terminal Ramp will be closed. 2. Reference the exhibits of Attachment A of this document for barricade locations and additional safety measures. 3. All work in Phase 3 may be completed during daytime construction hours. The Contractor will be allowed 15 calendar days to complete Phase 3. 4. Work within Phase 3 may be completed concurrently with either Phase 1 or Phase 2. 5. Taxi routes — Reference the exhibits of Attachment A of this document for aircraft taxi routes impacted by the construction operations of this Phase. 6. Impacts to NAVAIDs — No impact to airport NAVAIDs are anticipated. 7. Marking changes — No marking changes are anticipated. 8. Reference the exhibits of Attachment A of this document for detailed project scope notes. b. Construction Safety Drawings Graphical exhibits specifically indicating operational safety procedures and methods in areas affected by construction activities associated with this project (by phase) have been provided with this CSPP and incorporated into the project drawing set. Reference Attachment A of this document. 3. Areas and Operations Affected by the Construction Activity Runways, taxiways and other airfield surfaces must remain in use by aircraft to the maximum extent possible without compromising safety. The performance of this contract will require the partial closures and / or restrictions of several airfield surfaces on a scheduled and phased basis. These areas are graphically illustrated in the exhibits of Attachment A of this document. In addition, reference Section C.2, Phasing, of this document. a. Identification of Affected Areas Reference the exhibits of Attachment A of this document for graphical identification of areas affected by construction operations. Of particular concern are the following: 1. Closing, or partial closing, of taxiways and ramps Phase associated pavement closures are graphically illustrated in the exhibits provided in Attachment A of this document. The term 'partial closure' means a portion of the pavement is unavailable for aircraft operations. Elements of the project work areas have been found LUBBOCK PRESTON SMITH INTERNATIONAL 10 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 L RS&H to penetrate the Taxiway/Taxilane Object Free Areas (TOFA and TLOFA) of the surrounding airfield surfaces necessitating actions to maintain safety and separation during construction. These areas have been identified in the exhibits provided in Attachment A of this document. 2. Closing of ARFF access routes (not anticipated as applicable to the scope of this project) Access into, through, and / or around the project work area by ARFF vehicles may be reduced during construction. It is the Contractor's responsibility to maintain access for these emergency response vehicles for the duration of each phase of work. 3. Closing of access routes used by airport and airline support vehicles (not anticipated as applicable to the scope of this project) It is the Contractor's responsibility to maintain access for GSE vehicles servicing aircraft around the terminal for the duration of each phase of work. This will be particularly important for aircraft fueling vehicles. 4. Interruption of utilities Several utilities have been identified within the project limits. These include but may not be limited to electrical service lines, water lines, and storm drain lines. Minimal interruptions of utilities are expected. 5. Approach/departure surfaces affected by heights of objects (not anticipated as applicable to the scope of this project) Contractor equipment conflicts, heights of objects, or staging area heights of objects are not anticipated to impact approach/departure surfaces. 6. Construction areas These areas include the project work areas, staging / stockpile / storage areas, and Contractor haul routes near or through active airfield surfaces. Contractor haul routes will cross active airfield surfaces. All crossings will be controlled and monitored by the Contractor. These specific project areas are identified graphically in the exhibits of Attachment A of this document. b. Mitigation of Effects This CSPP has established specific requirements and operational procedures necessary to maintain the safety and efficiency of the Airport during the construction of this project. All coordination pertaining to the Airport during construction will go through the Airport staff. Required NOTAMs that must be issued will be sent through and issued by the Airport. 1. Temporary Changes to runway, ramp, taxilane, and / or taxiway operations The affected airfield surfaces identified in Section C.3, Areas and Operations Affected by the Construction Activity, of this document as being temporarily closed to aircraft traffic, will be barricaded by the use of low -profile barricades placed as shown in the LUBBOCK PRESTON SMITH INTERNATIONAL 11 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 V RS&H exhibits provided in Attachment A of this document. Centerline lead-in lines that direct aircraft into the areas identified for closure for this project must be marked as closed with a temporary unlit taxi closure marking as indicated by the applicable phase (reference the exhibits of Attachment A of this document). Runway closure markings will be installed at each runway end of temporarily closed runways. The Owner will l provide runway closure markers to the Contractor for use during Phase 2 construction operations. The Contractor will install, maintain, and remove the runway closure markers at the direction of the Engineer and / or Owner. The Contractor is responsible for the repair of damage to the runway closure markers caused by the Contractor's equipment and personnel. For temporarily closed taxiways intersecting the runway, temporary unlit taxi closure markings will be installed at the entrance to the closed taxiway from the runway (not anticipated as applicable to the scope of this project). In addition, required NOTAMs must be issued on the various temporary changes to aircraft access through the affected areas. Detours for ARFF and other airport vehicles (not anticipated as applicable to the scope of this project) The project work site must remain open to all ARFF vehicles in emergency situations. The Contractor is required to maintain access in and around the project work area for all ARFF vehicles. Proper routing of this traffic will be effectively communicated to all supervisory Contractor personnel involved in the construction project. Vehicle routing must be maintained for GSE vehicles accessing aircraft parked at active terminal gates. 3. Maintenance of essential utilities (not anticipated as applicable to the scope of this project) Special attention must be given to preventing unscheduled interruption of utility services and facilities. Where required due to construction purposes, the FAA will locate all of their underground utilities. The Contractor must locate and / or arrange for the location of all the underground utilities. When an underground cable or utility is damaged due to the Contractor's negligence, the Contractor must immediately repair the affected cable or utility. Full coordination between airport staff, field inspectors, and Contractor personnel will be exercised to ensure that all airport power and control cables are fully protected prior to excavation activities. Locations of cabling and other underground utilities will be marked prior to beginning excavation. 4. Temporary Changes to air traffic control procedures Changes to air traffic control procedures must be coordinated with the Airport ATO. 4. Protection of NAVAIDs (Not anticipated as applicable to the scope of this project) Before commencing construction activities, parking vehicles, or storing construction equipment and materials near a NAVAID, coordination with the appropriate FAA ATO to evaluate the effects of construction activity and the required distances and direction from the NAVAID is required (reference Section C.9.e.iii, NAVAIDs, of this document). t_ _3 LUBBOCK PRESTON SMITH INTERNATIONAL 12 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 ' RS&H 5. Contractor Access This CSPP details those areas from which the Contractor must access the AOA. a. Location of Stockpiled Construction Materials Stockpiled materials and equipment storage are not permitted within an active RSA, TSA, Obstacle Free Zone (OFZ), and if possible should not be placed within an active OFA or TOFA. Stockpiling material within an active OFA or TOFA requires submittal of an FAA Form 7460-1, Notice of Proposed Construction or Alteration to the FAA for approval. The FAA must provide approval prior to stockpiling within an active OFA or TOFA. Stockpiled material must be constrained in a manner to prevent movement resulting from either aircraft jet blast or wind conditions in excess of ten miles per hour. Stockpiles must comply with obstruction height requirements for protected airspace (transitional surface or primary surface) as provided in the Code of Federal Regulations (CFR) Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace. Additional controls must be installed to prevent siltation of water ways by the use of silt fence or other such approved device used in the mitigation of storm water pollutants. Reference those controls and requirements detailed in TxDOT Item 506 of this project for additional details and requirements. Open trenches exceeding three (3) inches in depth and five (5) inches in width and stockpiled materials are not permitted within the limits of safety areas of operational airfield surfaces. In addition, all materials removed that are not designated for re -use or re -installation within the scope of the project, or designated as a salvageable material, must be legally disposed of offsite by the Contractor. Reference Section C.7, Foreign Object Debris (FOD) Management, and Section CAT Protection of Runway and Taxiway Safety Areas, of this document for additional information regarding stockpile management. b. Contractor Escorts 1. Contractor escort vehicle drivers must receive Airport Movement Area (AMA) driver training. 2. All vehicles responsible to the Contractor, including Contractor personnel, subcontractors, suppliers, or other vehicles under Contractor control, entering the AOA must be escorted by an approved Contractor escort vehicle from the point of AOA entry to the construction site. The Contractor escort vehicle must be clearly identified with required vehicle markings and lighting, as described in Section C.5.d, Vehicle and Pedestrian Operations. 3. The Contractor escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of the Contractor escort vehicle and the escorted vehicles, the driver of the Contractor escort vehicle must be approved for, issued, display an Airport Operations security badge. Further, the Contractor escort vehicle driver must be familiar with Airport security and safety procedures. LUBBOCK PRESTON SMITH INTERNATIONAL 13 CONSTRUCTION SAFETY AND PHASING PLAN - EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 1' RS&H c. Airport Operations Security Badging 1. The Contractor is responsible for obtaining photo -identification security badges issued by Airport Operations for each supervisor or foreman of each work crew working within the AOA. The Contractor must obtain Airport Operations security badges for at least one (1) member of each work crew working in separate areas of the AOA. All Contractor personnel, subcontractors, suppliers, or any other person under Contractor control, must either obtain and display an Airport Operations security badge, or obtain and display a Contractor -issued identification badge AND be escorted or directly supervised by an individual displaying a current Airport Operations security badge. 2. The Contractor is responsible for completing the required Airport Operations security badge application forms, and for submitting the forms to Airport Operations for their review as early in the project as possible to avoid construction delays. Forms must be submitted at least three (3) weeks in advance of issuance of a badge. Forms will be available through Airport Operations after award of the project. The Contractor must designate an Authorized Signature Holder (ASH) responsible for all Contractor badge applications. The ASH designee must complete training to become the authorized ASH, after which all Airport Operations security badge applications must be reviewed and approved via signature by the ASH. 3. The Contractor must conduct a background check of each applicant for an Airport Operations security badge utilizing standard background check forms provided by Airport Operations. Forms for completing the required background check will be available through Airport Operations after award of the project. The background check must show proof of a minimum five (5) year employment record and will be reviewed by Airport Operations. Any gap in excess of 30 days must be documented or explained. Airport Operations is responsible for reviewing the background checks. Only persons with an application approved by Airport Operations will be issued security badges. Airport Operations reserves the right to bar from the AOA any individuals found by the background check as, in the opinion of Airport Operations, a risk to AOA security or safety. 4. The Contractor may obtain Airport Operations security badges from the Operations Department at the Airport. Airport Operations reserves the right to limit the number of security badges issued to the Contractor. Airport Operations will charge the Contractor a fifteen dollar ($15.00) fee for each Airport Operations security badge issued. The cost for a fingerprint verification will be an additional $30.00, for a total non-refundable cost of $45.00. An additional fee will be charged, as noted herein, for lost or destroyed badges. 5. Airport Operations security badges must be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder must be familiarwith and must obey all security and safety rules and regulations. Airport Operations security badge may be confiscated and all security rights revoked by Airport Operations upon the breach of any security or safety regulations at the discretion of Airport Operations. The holder of an Airport Operations security badge must surrender the badge at the completion of this project, upon transfer or termination of employment, or at any other time at the request of Airport Operations. LUBBOCK PRESTON SMITH INTERNATIONAL 14 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 , RS&H 6. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, must be brought to the attention of Airport Operations and will be immediately confiscated w; by Airport Operations or the Airport Police. 7. At the completion of this project, the Contractor must return all Airport Operations -issued security badges to Airport Operations. Airport Operations will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed Airport Operations -issued security badge. All Airport Operations -issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all Airport Operations -issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. d. Vehicle and Pedestrian Operations Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The Airport will coordinate requirements for vehicle operations with the affected airport tenants, Contractors and the FAA air traffic manager. Specific vehicle and pedestrian requirements for this project are as discussed herein. All Contractor vehicles and personnel are restricted to the immediate work areas specified by the contract for this project. These areas include the haul routes into the work area, the designated Contractor staging / stockpiling / storage area, and the specific airfield areas under construction. Use of alternate haul routes or staging areas by the Contractor will not be permitted without prior notification and approval by the Engineer and / or the Airport. Access or haul routes used by Contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to the Airport. Construction traffic must remain on the haul road, never straying from the approved paths. Maintenance and upkeep of the haul roads are the responsibility of the Contractor. Dust must be removed from the haul roads by mechanical sweeping and vacuum trucks. Application of water on dirt or gravel haul routes must be provided as often as necessary. Haul roads in airport traffic areas must be especially monitored for dust and debris to prevent development of Foreign Object Debris (FOD). The Contractor must also perform a vehicle and equipment FOD and fluid leak inspection ' immediately prior to entering the AOA. The Contractor must also ensure that no gravel or other debris will shake loose from tires, beds, bumpers or any other area of the Contractor's vehicles or equipment, thereby becoming a hazard to aircraft utilizing the airfield surfaces. The Contractor is responsible for damage caused by construction traffic on the haul roads, regardless of whether such traffic is in an approved or unapproved traffic area. Following construction completion, the Contractor must grade, reseed, clean or otherwise restore the haul route areas to their original conditions prior to construction activities. Special attention must be given to ensure that if construction traffic is to share or cross ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul roads do not interfere with NAVAIDs or approach surfaces of operational runways. LUBBOCK PRESTON SMITH INTERNATIONAL 15 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 3 RS&H Contractor parking and equipment staging areas have been identified as the Contractor staging / stockpiling / storage area and are graphically identified in the plans and the exhibits of Attachment A of this document. The Contractor must service all construction vehicles within the limits of the project work area or the Contractor staging / stockpiling / storage area. Parked construction vehicles must be outside the OFZ and never in the safety area of active airfield surfaces. Inactive equipment must not be parked on closed taxiways or runways. In some cases a complex setup procedure makes movement of specialized equipment infeasible (i.e. slip form paving machines and concrete hard forms). If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees must also park construction vehicles outside the OFA when not in use by Contractor personnel (for example, overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to taxiways or runways under air traffic control nor obstruct runway visual aids, signs, or NAVAIDs. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by CFR Part 77 and on NAVAIDs and Instrument Approach Procedures (IAP). Reference Section C.9.c, Emergency Notification Procedures, of this document for further information. The project area(s) must be bounded by the low -profile barricades identifying Contractor personnel and vehicle area operation limits. These barricaded project limits, haul routes, Contractor staging / stockpiling / storage area, and associated safety and security details are also provided graphically in the exhibits of Attachment A of this document. All construction -related activity taking place within active areas of the AOA requires the presence of an Airport Operations -issued security badged, Contractor escort having the ability to communicate and receive commands from the Airport. At no time will Contractor vehicles or personnel enter portions of the secure AOA outside the contract area unless permitted and accompanied by an Airport -approved, Contractor escort. Contractor escorted vehicles are limited to three (3) vehicles per Contractor escort or two (2) 18-wheeler delivery vehicles per Contractor escort. Contractor escort must maintain positive control of all escorted vehicles at all times. All escorted vehicles and Contractor personnel must be within visual and verbal communication range and be able to receive and immediately respond to directives and commands at all times. The Contractor must furnish to the gate guard a list of authorized delivery vehicles to enter the gate and record the vehicle license plate, the vehicle driver's name and license number, time in and time out for each vehicle using the gate. The gate guard will also verify vehicle entry against the "No Access" list furnished daily by Airport Security. Pedestrian walkthroughs are not allowed through the vehicular gate. Contractor personnel that have been issued an Airport Operations security badge is responsible for challenging any person or vehicle found on the AOA or other non-public area who is not displaying a valid Airport Operations security badge, or who cannot produce a valid Airport Operations security badge, or who is not under escort or under the direct supervision of a person possessing a valid Airport Operations security badge. The challenge must consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, Airport LUBBOCK PRESTON SMITH INTERNATIONAL 16 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 i i RS&H i Operations must be immediately notified for further action, and the unauthorized person must j; be kept under surveillance until Airport Operations arrives. Contractor radios and / or mobile phones must only be used for the Contractor's internal communications, to communicate clearance for movement of equipment, Contractor personnel, etc., on or across active AOA areas. Use of radios must not interfere with frequencies used by the ATCT or the Airport. Use of mobile phones is restricted to work -related calls within the AOA; no personal calls will be allowed. The Contractor must maintain an up-to- date contact list with the Airport for the duration of all phases of work. In the rare occasion that emergency operations must occur due to an aircraft in distress or any other incident, personnel monitoring Contractor radios and / or phones must have the means to communicate with the superintendent or foreman of the project to stop truck traffic and perform the requests of airport personnel in regards to routing traffic or vacating the site. Any command or instruction given by the ATCT, the Airport, flagmen, or spotters must be immediately obeyed by the equipment operator. All Contractor vehicles and equipment that are authorized to operate routinely on the Airport in the active AOA must meet the following requirements: • Be equipped with an automatic signaling device to sound an alarm when moving in reverse. Display a company logo / placard identifying the vehicle with block -type characters of contrasting color that are easily legible at 150 feet. Display either: o A yellow, flashing, dome -type light on the uppermost part of the vehicle structure. The light must be visible from any direction, day and night, including from the air. Lights must have peak intensity within the range of 40 to 400 candelas (effective) from zero (0) degrees (horizontal) up to 10 degrees above the horizontal and for 360 degrees horizontally. From 10 degrees to 15 degrees above the horizontal plane, the light output must be one -tenth of peak intensity or between four (4) and 40 candelas (effective). Lights must flash at 75 t 15 flashes per minute. o A three (3) feet x three (3) feet or larger, international orange and white checkerboard L.- construction safety flag, each checkerboard color being one (1) foot x one (1) foot, fixed on a staff, may be attached to the vehicle so that the flag is readily visible to supplement the flashing light or for transient vehicles or those specifically onsite for the _..} day to complete a specific task during daytime operations only. Vehicles and equipment operating in the AIDA during the hours of darkness must be equipped with a yellow, flashing, dome -type light. • Be escorted under the control of a Contractor escort vehicle. At no time will active taxiways or runways be crossed by construction vehicles or equipment without notification and proper approval/clearance from the Airport and ATCT. Aircraft traffic will continue to use existing runways, ramps, and taxiways of the Airport during the time that work under the project is being performed. The Contractor must, at all times, _s LUBBOCK PRESTON SMITH INTERNATIONAL 17 CONSTRUCTION SAFETY AND PHASING PLAN -- EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 l_ .' RS&H conduct the work in such a manner that no hindrance, hazard, or obstacle to aircraft using the Airport is created. The Airport and the Contractor must maintain a high level of security during construction when existing gates are utilized to permit access by construction vehicles to the project work site. 6. Wildlife Management Construction Contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports. a. Trash Food scraps from Contractor personnel activity must be collected. b. Standing water Water will not be allowed to collect and pool for more than a single 24-hour period. c. Tall grass and seeds The use of millet seed in turfing and seeding operations is not permitted. d. Poorly maintained fencing and gates (Not anticipated as applicable to the scope of this project) The Contractor must maintain all installed permanent or temporary fencing and gates for the duration of the project (reference Section C.5.b, Vehicle and Pedestrian Operations, of this document). e. Disruption of existing wildlife habitat Not applicable to this project. 7. Foreign Object Debris (FOD) Management Special care and measures will be taken by the Contractor to prevent Foreign Object Debris/Damage (FOD) when working in an airport environment. The Contractor is responsible for implementing an approved FOD Management Plan as a part of the SPCD. The FOD Management Plan will have procedures for prevention, regular cleanup, and containment of construction material, trash, and debris. The Contractor will ensure all vehicles related to the construction project using paved surfaces in the AOA are free of debris, prior to entering the AOA, which could create a FOD hazard. Special attention will be given to the cleaning of cracks and pavement joints. All taxiways, ramps, and runways must remain clean. Special attention will be given to securing lightweight construction material (concrete insulating blankets, tarps, insulation, etc.). Specific securing procedures and / or chain -link enclosures may be required. LUBBOCK PRESTON SMITH INTERNATIONAL 18 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H The Contractor must provide his/her own equipment for vehicle and equipment washing and clean up. The cost of all cleaning equipment, operation of said equipment, and labor and incidentals required for cleaning operations must be included for payment under the item(s) of this specification. The Contractor must provide an adequate numberof sweepers, vacuum trucks, and additional cleaning equipment to keep all haul routes, active airfield pavements within the limits of work, and other pavement areas traversed by the Contractor's vehicles and equipment clean and free of mud, dirt, debris and other FOD. The Contractor must sweep and / or vacuum, as necessary, or as directed by the Airport, immediately after each active airfield pavement crossing by the Contractor's vehicles or equipment. The Contractor must additionally ensure that all active airfield pavements affected by construction operations are kept free of FOD. 8. Hazardous materials (HAZMAT) Management All Contractor personnel operating construction vehicles and equipment on the Airport must be prepared to notify the Airport immediately and contain and clean-up spills resulting from fuel, hydraulic fluid, or other chemical fluid leaks within one hour of the spill occurring. Transport and handling of other hazardous materials on an airport also requires special procedures. To that end, the Contractor is required to develop and implement spill prevention and response procedures for vehicle operations. The Contractor must incorporate these procedures into the SPCD. This includes maintenance of appropriate MSDS data and appropriate prevention and response equipment on - site. 9. Notification of Construction Activities Following is information and procedures for immediate notification of airport users and the FAA of conditions adversely affecting the operational safety of the airport. In the event of a life threatening emergency, the call to 911 should not be delayed. The Airport should be contacted after 911. Non- life threatening emergencies may be reported to the Airport. a. Points of contact/list of responsible representatives Emergency Telephone Number (Police/Fire/Rescue): National Emergency Number 911 Additional Information Contacts: Airport: Deputy Director: Steve Nicholson (806) 775-2036 Operations Supervisor: Zeb Austin (806) 775-3144 b. Notices to Airmen (NOTAM) Only the Airport may initiate or cancel NOTAMs on airport conditions, and the Airport is the only entity that can close or open a runway or taxiway surface. The Airport must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (ATCT, approach control, or air traffic control center), and must provide information on closed or hazardous conditions on airport movement areas to the FAA FSS so it can issue a NOTAM. The Airport must file and maintain a list of authorized representatives with the FSS. Only the FAA may issue or cancel LUBBOCK PRESTON SMITH INTERNATIONAL 19 CONSTRUCTION SAFETY AND PHASING PLAN —, EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 t..e RS&H NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the Airport. Any NOTAMs for planned airfield closures for this project must be coordinated through the Airport manager and the airports duly appointed construction management representative. Reference Section 2, Phasing, for planned closures for this project, which require issuance of a NOTAM. c. Emergency Notification Procedures In the event of an emergency, the Contractor is required to contact the Airport. Airport: Deputy Director: Steve Nicholson (806) 775-2036 Operations Supervisor: Zeb Austin (806) 775-3144 In the event of an aircraft emergency, severe weather conditions, or any issue that may affect aircraft operations as determined by the Airport, Contractor personnel and / or equipment may be required to immediately vacate the area(s) affected. Points of contact for the various parties involved with the project will be identified and shared at the pre -construction conference among the various parties (reference Section CA.c, Pre -construction Conference, of this document). Specific emergency notification procedures must be incorporated into the Contractor's SPCD. d. Coordination with ARFF Personnel (Not anticipated as applicable to the scope of this project) The Contractor must coordinate, through the Airport, with ARFF personnel, mutual aid providers, and other emergency services if construction requires the following: • The deactivation and subsequent reactivation of water lines or fire hydrants, or • The re-routing, blocking and restoration of emergency access routes, or • The use of hazardous materials on the airfield. Procedures and methods for addressing planned or emergency response actions on the airfield concerning this project will be established and implemented prior to the start of construction. e. Notification to the FAA (Not anticipated as applicable to the scope of this project) Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in CFR Part 77, must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i.e. cranes, graders, other equipment) on airports. FAA Form 7460-1 can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. This form will be completed by the Airport and submitted for FAA review. The Contractor is required to comply with stipulations set forth in the approved FAA Form 7460-1. ii. Part 157. With some exceptions, CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the Airport notify the FAA in writing LUBBOCK PRESTON SMITH INTERNATIONAL 20 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 i RS&H whenever a non -Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office. It is not anticipated that Part 157 notifications will P 9 P �- be required for this project. NAVAIDs. For emergency (short -notice) notification about impacts to both Airport -owned and FAA -owned NAVAIDs, contact Airport Deputy Director: Steve Nicholson (806) 775-2036. 1) Airport -owned, FAA maintained (not anticipated as applicable to the scope of this project) If construction operations require a shutdown of more than 24 hours, or more than four (4) hours daily on consecutive days, of a NAVAID owned by the Airport but maintained by the FAA, provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdown. 2) FAA Owned (not anticipated as applicable to the scope of this project). The Airport must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of45 days prior to implementing an event that causes impacts to NAVAIDs; impacts to FAA equipment covered by a Reimbursable Agreement (RA) do not have to be reported by the Airport. Coordinate work for an FAA -owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA -owned NAVAIDs. In addition, provide seven (7) days of notice to schedule the actual shutdown. 10. Inspection Requirements a. Daily (or more frequent) Inspections Inspections must be conducted by the Contractor at least daily, but more frequently if necessary, to ensure conformance with the CSPP. A sample checklist is provided in AC 150/5370-Z Operational Safety on Airports During Construction, current edition, latest change of this document of this document. In addition to the Contractor's required inspections, the Airport will inspect the construction site to ensure compliance with the CSPP and the SPCD. b. Lighting and Signage Inspections. Inspections must be conducted by the Contractor at least one (1) hour before sunset on any airfield lights and / or signs affected by the Contractor's operations that day. Coordination for approval is required with Airport Operations. c. Final inspections New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service (not anticipated as applicable to the scope of this project). Coordination is required with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. r, LUBBOCK PRESTON SMITH INTERNATIONAL 21 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H 11. Underground Utilities (Not anticipated as applicable to the scope of this project) Special attention must be given to preventing unscheduled interruption of utility services and facilities. Where required due to expected construction operations, the FAA will locate all of their underground cables prior to the start of work. The Contractor must locate and / or arrange for the location of all the underground cables. When an underground cable is damaged due to the Contractor's negligence, the Contractor must immediately repair the cable affected. Full coordination between airport staff, field inspectors, and Contractor personnel will be exercised to ensure that all airport power and control cables are fully protected prior to excavation activities. Locations of cabling will be marked prior to beginning excavation. 12. Penalties Failure on the part of the Contractor to adhere to prescribed requirements may have consequences that jeopardize the health, safety or lives of customers and employees at the Airport. The Airport may issue warnings on the first offense based upon the circumstances of the incident. Individuals involved in non-compliance violations may be required to surrender their Airport Operations security badges and / or be prohibited from working at the Airport, pending an investigation of the matter. Penalties for violations related to airport safety and security procedures include the following: a. Warning citation, Airport Operations security badge confiscation, (if applicable) retraining, and a letter from the employer stating what action has been taken to prevent this from happening again. b. Project shutdown and / or removal of Contractor personnel involved from the AOA. Note: project shutdown citations may be issued on a first offense. When construction operations are suspended, activity cannot resume until all deficiencies are rectified. 13. Special Conditions In the event of an aircraft emergency, Contractor personnel and / or equipment may be required to immediately vacate the area. The Contractor will receive notification from the Airport and / or Engineer when special conditions require the construction site to be vacated. Extreme care must be exercised should Contractor personnel identify an ARFF vehicle with emergency lights displayed. This will generally mean that an emergency situation is imminent (reference Section C.9.c, Emergency Notification Procedures, of this document). 14. Runway, Taxiway, and Taxilane Visual Aids Runway, taxiway, and taxilane visual aids include marking, lighting, signs, and other visual NAVAIDs on the airfield. Those areas where aircraft will be operating must be clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, the Contractor must inspect and verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs and visual NAVAIDs remain in place and operational. fi z LUBBOCK PRESTON SMITH INTERNATIONAL 22 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 i RS&H a. General Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not A misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings All taxiway and taxilane centerline markings leading into the project work site for each phase must be barricaded and / or marked as closed to the start of construction of each phase. Locations of those centerline markings are graphically illustrated in the plans. These markings are also graphically shown in the exhibits provided in the exhibits of Attachment A of this Y document. Markings must be in compliance with the standards of AC 15015340-1, Standards for Airport Markings, current edition, latest change, and the drawings and technical f specifications of this project. c. Lighting and visual NAVAIDs (Not anticipated as applicable to the scope of this project) All taxiway edge lights in those sections of taxiways closed to aircraft traffic will be either de - energized or blacked out by use of an appropriately cut length of PVC pipe or other Airport - approved device. Centerline lighting that conflicts with the temporarily relocated or closed taxiway routing must be either de -energized, removed from the circuit by use of jumpers or as detailed in the project drawing set. Reference Attachment A of this document for locations and details. d. Signs (Not anticipated as applicable to the scope of this project) Airfield signage directing aircraft into the closed airfield surfaces for this project will be blacked out (reference Attachment A of this document). 15. Marking and Signs for Access Routes Location of haul routes on the airport site are as specified in the project drawing set and as provided graphically in the exhibits of Attachment A of this document. It is the Contractor's responsibility to coordinate off -site haul routes with the appropriate owner who has jurisdiction over the affected route. The haul routes, to the extent possible, must be marked and signed in accordance with FAA airfield signage requirements, the Federal Highway Administration Manua/ on Uniform Traffic Control Devices (MUTCD) and / or state highway specifications. Signs adjacent to areas used by aircraft must meet the airfield general frangibility requirements as required by the airport and subsequent approval by the Owner. Meeting airfield frangibility requirements may require modification to size and height guidance in the MUTCD. LUBBOCK PRESTON SMITH INTERNATIONAL 23 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H 16. Hazard Marking and Lighting a. Purpose Hazard marking and lighting prevents pilots from entering areas closed to aircraft, and prevents Contractor personnel from entering areas open to aircraft traffic. To that end, comprehensible warning indicators for an area affected by construction that is normally accessible to aircraft, personnel, or vehicles must be installed and maintained by the Contractor for the duration of construction operations. b. Equipment Low -profile Barricades of the type detailed in the plans with omnidirectional flashing red lights and orange and alternating white flags must be placed outside the safety area of intersecting taxiways at the edge of the closed airfield surfaces and the project work limits. Layout locations for this equipment are as shown in the project drawing set and in the exhibits of Attachment A of this document. The Contractor must have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The Contractor must file the contact person's information with the Airport. Lighting must be checked for proper operation at least once per day, preferably at dusk. 17. Protection of Runway and Taxiway Safety Areas Safety area encroachments, improper ground vehicle operations and unmarked or uncovered holes l and trenches in the vicinity of aircraft operation surfaces and construction areas are the three most recurring threats to safety during construction. Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces is a standing requirement for the duration of the project. Reference Section C.9, Notification of Construction Activities, and Section C.14, Runway, Taxiway, and Taxilane Visual Aids, of this document for taxiway closure requirements. Reference Section C.16, Hazard Marking and Lighting, of this document for hazard marking. Reference Section C.18, Other Limitations on Construction, of this document for height restrictions (as required). r� a. Runway Safety Area (RSA) A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway by aircraft. No construction may occur within the existing RSA while the runway is open (not anticipated as applicable to the scope of this project). Construction between the RSA and hold line must be approved with the Airport prior to starting work. The Airport must coordinate adjustments of RSA dimensions, to meet the above requirement, with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. LUBBOCK PRESTON SMITH INTERNATIONAL 24 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 �^ RS&H } Open trenches or excavations are not permitted within the RSA while the runway is open. The Contractor must backfill trenches before the runway is opened. Coverings are not allowed in r^ runway safety areas. After the Runway has been closed, the Contractor must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the Airport, and light them with red lights during hours of restricted visibility or darkness. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. It is not anticipated that elements of this project will require work within the RSA. b. Runway Object Free Area (ROFA) Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material cannot be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a FAA Form 7460-1 and justification provided to the appropriate FAA Airports Regional or District Office for approval. -Runwsly ROFA Distance from ROFA Width ROFA Length ffom End of Centerline {#t) (ft) Runway (ft) F � F . ADG B-1 200 c. Taxiway/Taxilane Safety Area (TSA/TLSA) 0// a 240 The taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. No construction may occur within the TSA while the taxiway is open for aircraft operations. T- AITLSA Distance from T,xi vay.�Taxilar�e TSA(TLSA Width (ft.) Centerline (ft-j k� I ADG 1 24.5 89 Open trenches or excavations are not permitted within the TSA while the taxiway is open. The Contractor must backfill trenches before the taxiway is opened. Coverings are not allowed in taxiway safety areas. After the taxiway has been closed, the Contractor must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the Airport, and light them with red lights during hours of restricted visibility or darkness. LUBBOCK PRESTON SMITH INTERNATIONAL 25 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway/Taxilane Object Free Area (TOFA/TLOFA) Unlike the ROFA, aircraft wings regularly penetrate the taxiway and taxilane object free areas during normal operations. Thus the restrictions are more stringent. No construction may occur within the TOFA while the taxiway is open for aircraft operations. r� Reference Section C.2, Phasing, of this document for details on taxiway and taxilane closures associated with this project. e. Obstacle Free Zone (OFZ) Contractor personnel, material, and / or equipment may not penetrate the OFZ while the runway is open for aircraft operations (not anticipated as applicable to the scope of this project). The OFZ is a defined volume of airspace centered about and above the runway centerline. It is not anticipated that construction activities will take place within or otherwise penetrate the OFZ for this project. f. Runway Approach/Departure Surfaces (Not anticipated as applicable to the scope of this project) All Contractor personnel, materials, and / or equipment must remain clear of the applicable threshold siting surfaces. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. Construction activity in a runway approach/departure area may result in the need to partially close a runway or temporarily relocate the existing runway threshold. Partial runway closure, the temporary relocation of the runway threshold, or the closure of the runway and other portions of the movement area also require coordination through the Airport with the appropriate FAA air traffic manager (FSS if non -towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. It is not anticipated that there will be impacts to the approach departure surfaces by construction activity. LUBBOCK PRESTON SMITH INTERNATIONAL 26 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H 18. Other Limitations on Construction a. Prohibitions The following prohibitions are in effect for the duration of this project: 1) No use of tall equipment (cranes, concrete pumps, and so on) unless a FAA Form 7460-1 determination letter is issued for such equipment. 2) No uses of open flame welding or torches unless fire safety precautions are provided and the Airport has approved their use. 3) No use of electrical blasting caps or explosives on or within 1,000 ft. (300 m) of the airport property. 4) No use of flare pots within the AOA. b. Restrictions 1) Construction suspension required during specific Airport Operations — N/A 2) Areas that cannot be worked on simultaneously —Contractor must follow phasing notes as shown in the plans. 3) Day or night construction restrictions — For the performance of night work, reference Section C.5.b, Vehicle and Pedestrian Operations, of this document. 4) The Airport reserves the right to suspend construction operations for short periods of time (i.e. while an aircraft passes), daily, or between construction phases, and / or change the order of construction phasing during the project if it is determined as in the best interest of airport operations or safety. The Contractor may be directed to move Contractor personnel, equipment, and materials to a safe location and / or evacuate the site in order to enable aircraft operations. Necessary extensions in contract time will be granted or a stop work order will be issued due to these delays. However, there will be no adjustments in contract price due to these delays, unless otherwise noted in the contract documents. LUBBOCK PRESTON SMITH INTERNATIONAL 27 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H INTENTIONALLY LEFT BLANK 1. i LUBBOCK PRESTON SMITH INTERNATIONAL 28 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 RS&H ATTACHMENT A SAFETY, SECURITY, AND PHASING EXHIBITS LUBBOCK PRE TON SMITH INTERNATIONAL EAST GA RAMP REHABILITATION CONSTRUCTION SAFETY AND PHASING PLAN REVISED PER ADDENDUM NO. 1 RS&H INTENTIONALLY LEFT BLANK LUBBOCK PRESTON SMITH INTERNATIONAL CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION REVISED PER ADDENDUM NO. 1 LEGEND: FPROPOSE MMA PAVEMENT — TOFA TAXMAT/TA%ILANE OBIELT MEE AREA (TOFF) 1:9 PROPOSED SAFETY ENO TREATMENT Rsw AD. AREA TO BE COMPLETED THIS PHASE PHASE DE —CATCH —ff—....TEMPORM! SEGMENT CONTROL —a "�------�-�" LOW -PROLE BARRICADE TEMPORARY HLET PROTECTION BARRIER r�rurr�` war WORN AREA COMPLETED IN PREVIOUS PHASE 000 CONSTRUCTION BARREL -...�. F .._..___'�. EXISTING ELECTRICAL LINE ELECTRCAL MANHOLEEx i EX STING SECURITY FENCEExSTNc �tubb6� EXISTING HMA PAVEMENT SING NRFORT PROPERTY LINEEXISTING CKIIING WATER LANE AA I� r� EXISTING AG ACCESS CAME vROPOSEO E.NTPA , ACCESS ROUTE LUBROCR MRRiOM I EXISTING CONCRETE PAVEMENT _ / l!Y TABLE IOGION POINT 80M INIWOIRE[RNATIORIIL � y PROPOSED apCRAR HAVL RWIE X ELEVATION GRID LOEATON MARKER CONTRACTOR ❑ ❑ STAGING/STOCK%lf/STOMGE ARE9 O GEOMETRY PND GKADING POMR CENIRER (ROW/COLUMN) EAST 6A RAMP CP-j SURVEY CONTROL POINT y PROPOSED AIRCRAFT HAUL ROUTE REHABILITATION TYPE I RDLK CONSTRUCTION EXIT ——3255.00— — PROPOSED CONTOUR ® TEMPORARY PERIMETER ROW VD EXISTING CONTOUR PROPOSED UNDERORAIN UNIT TFNI CLOSURE WAVER ABBREVIATIONS/DEFIN ISTIONS AC AMA ADV GORY CIRCULAR AIRPQ MOEMENT AREA SEA SPED SECURITY IOEN IFICATION DISPLAY AREA CONTRACTORS SAFETY PLAN COMPLIANCE DOCUMENT ANV AAA AMER,CAN NATIONAL STANDARDS INSTITUTE AIRPORT OPERATIONS AREA STA, SWPPP STATION STORMWATER POLLUTION PREVENTION PLAN ARM AST M AIRCRAFT RESCUE AND FIRE FIGHTING AMERICAN SOCIETY FOR TESTING AND MATERIALS SY FRO SQUARE YARDS TO BE DETERMINED ATCT BMP AIR TRAFFIC CONTROL TOWER BEST MANAGEMENT PRACTICES) TEMP, TEEFF Tp%IWAORARY 1ECi FREE AREA CFS EL CUBIC FEET PER SECOND CENTERUNE FS, TWI TAXIWAY SAFETY AREA TAXIWAY CP CSPP CONTROL POINT CONSTRUCTION SAFETY AND PHASING PLAN 1YP. TYPICAL CSSO CT8 CONTRACTOR SECURITY AHO SARTY DMCER CEIAENT TREATED BASE OW. DIAMETER DS ACME/OPEN (WITH RESPECT TO PAVEMENTS) NOT CLOSED TO AIRCRAFT TPAFFIC EA n, EACH ELEVATION AIRPORT REFERS TO WBBOCX PRE90N SMITH INTERNATIONAL AIRPDRT. TERM FAA FBO FOG FEDERAL AVIATION ADMINISTRATION FIXED BASE OPERATOR FOREIGN OBJECT DEBRIS 5XALL ALSO BE INTERPRETED TO MEAN "AIRPORT MANAGEMENT AND/OR OPERATIONS STAFF." FPS MET PER SECOND BARRICADE 5XALL BE USE THROUGHOUT THE PLANS AND SPECIFICATIONS TO FL GA I GENERAL L PVMTON GENE UNNERSAU.Y INDICATE BARRICADES, SIGNS, DANGER SIGNMS, HAZARD LIGHTING. AND/OR ANY OTTER SAFETY MI-URES TO BE INSTALLED BY GAL XMA GALLON MOT MIX ASPHALT THE CONTRACTOR PRIOR TO COMMENCING WORK IN AN AREA. THE CONTRACTOR :HALL BE RESPONSIBLE FOR FLRNISHING, INSTALLING, AND RNIf10R! ILS IRS INSTRUMENT LANDING SYSTEM NVERT INLET PROTECTION BARRIER MAINTAINING THE NECESSARY BARRICADES FOR THE PROTECTION OF THE WORK AND SAFETY OF ME AIR -- --- 7 ISEA INTERNATIONAL SAFETY EQUIPMENT ASSOCIATION cTIY LUBBOCK.TEA. REFERS TO THE CITY OF CN. E%.e_S, TERM SHALL ALSO BE LF LF MLUMP LINW LINEAR FEET SUM INTERPRETED TO REFER TO THE CITY REPRESENTATIE(S) WITH AUTHORIATIVE APPROVAL OF ME VARIOUS COMPONENTS OF THE AX. PH MAXIMUM MANHOLE ROIECT. MIN. MINIMUM R HOUR CONTRACTOR REFERS TO THE EMPLOEES OF THE CONTRACTOR, SUBCONTRACTORS MPH MILES PER PERSONNEL NAVD NOSUPPLIERS, AND ALL OTHER PERSONS UNDER CONTRACTOR CONTROL RTH ER HOUR ERTICAL DATUM N0. NUN ER OWNER REFERS TO THE LEGAL OWNER OF THE AIRPORT. TERM SHALL ALSO BE NOH NOTAM NOTICE OF INTENT NOTICE TO AIRMEN INTERPRETED TO MEAN 'OWNER'S REPRESEMATME." TERM MAY BE USED Wn UNIw MARax fa, tali NTS NOT TO SCALE INTERCHANGEABLY WRH THE TERM "AIRPORT' OR "CITY," AS APPLICABLE. OL OD OFZ ON CENTER OUEHDE DIAMETER OBSTACLE FREE ZONE DOB M AWN BW aTULoxeom EDx ......... nLfZ1000JW! PPRECISION APPROACH PgTN INDICATOR PC POINT OF CURVATURE PCC PI PO TI.ANDCEMENT CONCRETE PONTFINT OF INTERSECTION PT PN POINT OF TANGENCYP. ROLM CHLORID POINT OF ERTICALEINTERSECTION axm T,Tla INDEX OF R RCP RADNs REINFOPCED CONCRETE PIPE SHEETS, LEGEND, RFI R&A PO A REQUEST FOR INFORMATION AREA RUNWAY OBJECT FREE AREA AND SUMMARY OF QUANTITIES ROW RPR RIGHT-OF-WAY RESIDENT PROJECT REPRESENTATIVE IxuwLxe xuxaax RWY RUNWAY SF SQUARE MET G002 GENERAL NOTES: E. AIRPORT OPERATIONS SECURITY WOES MUST BE WORN IN AN EASILY VISIBLE ECKA ION ON THE PERSON ISSUED THE BARGE I. A YELLOW. F-HIND, DOME -TYPE LIGHT ON HE UPPERMOST PANT OF HE VEHICLE STRUCTURE. THE LIGHT MUST BE AT ALL TIMES WHILE WORKING WITHIN HE ADA, NE BADGE HOLDER MUST BE FAMIUAR WITH AND MUST OBEY ALL SECURITY VISIBLE FROM ANY DIRECiIN. WY AND NIGHT. INCLUDING FROM HE AIR, LIGHR MUST HAVE PEAK INTENSITY WITHIN 1. THE CONTRACTOR IS HEREBY MADE AWARE NAT HE NOTES WTHIN HE PLAN AND PROJECT MANUAL ME WRITTEN FOR HE AND SOFEII' RULES AND REGULATION, AIRPORT OPERATION SECURitt BADGES MAY BE CONFISCATED AND ALL SECURITY HE RANGE OF AD TO AGO CANDELAS (EFUCIW0 FROM 2CR0 (D) DEGREES NH tZONTAL) UP TO 10 DEGREES ABOVERsm CONTRACTOR'S ACTION, li 15 UNDERSTOOD THAT THE REQUIREMENTS OF THE PLANS AND PROJECT MANUAL ME MEANT AS RGXiS REVOKED BY AIRPORT PEPAilONS UPON THE BREACH OF ANY SECURITY N SAFETY REGULATIONS AT HE HE HORIZONTAL AND FOR 360 DEGREES HORIZONTALLY. MGM 10 DEGREES TO 1S DEGREES ABOVE THC HORIZONTAL REWIRED ACTIONS OF THE CONTRACTOR UNLESS EKPUCITLY NOTED AS THE REQUIRED ACTION OF ANOTHER INDMDUAL V$CRETION OF AIRPORT OPERATIONS. THE HOLDER OF AN ARROW OPERATIONS SECURITY RIDGE MUST SURRENDER HE PLANE, THE VGHT OUTPUT MUST BE ONE --INN OF PEAK INTENSITY OR BETWEEN FOUR (4) AND 40 CAHREDS BADGE AT iNE COMPLLTON OF HIS PROJECT, UPON TRANSFER OR TERMINATION OF EMPLOYMENT, OR AT ANY OTHER TIME (EFFECTIVE). LIGHTS MUST rDSH AT 25 S 15 RASHES PER MINUTE. 2. MAINTAIN RESPONSIBILITY FOR CONSTANT COORDINATION BETWEEN CONTRACTOR PERSDNNEL. SUBMIT PLANNED CONSTRICTION AT THE REQUEST OF AIRPORT OPERATIONS, ACRTIES TO THE ENGINEER FOR RENEW, il, A THREE (3) FEET X THREE (3) PUT OR LARGER, INTERNATIONAL RANGE AND WHITE CHECK REGARD CONSTRUCTION F. ANY EXPIRED OR ALTERED RIDGE, OR ANY BADGE BEANS A PHOTOGRAPH NOT MATCHING THE BEARER, MUST BE BROUGHT SAFETY FUG, EACH CHECKERBOARD COLOR BEING ONE (1) FOOT X ONE (1) FOOT, FIXED ON A STAFF, MAY BE ' ]. MONTE ALL COMMENT REOVIRED TO COMPLETE HE.. PROJECT. THIS IS SUBSIDIARY TD THE VARIOUS BID ITEMS OF THE TO THE ATTENTION OF AIRPORT OPERATION AND WILL BE IMMEDIATELY CONrl-D BY AIRPORT OPERATIONS OR THE ATTACHED TO THE VEHICLE SO THAT THE FLAG G RDDLY VISIBLE TO SUPPLEMENT THE FLASHING LIGHT OD FOR al.wnr�n•ruwr PRDIEP. AIRPORT POLICE. iR4NS1ENT VEIGClES OR HOSE SPECIFICAIIY ONSIE FOR HE WY H LOMPLE A SPECIFIC TASK DURING DAYTIME 4. R IS THE SOLE RESFONLBIUTY OF THE COMPACTOR TO OBTAIN M%MABLE PERMITS FOR CONSTMICTION AND EOVIPMENT, G, AT HE COMPLETION OF HIS PROJECT, HF. CONTRACTOR MUST RETURN ALL NRFPi OPERATIONS -ISSUED SECURITY BWGCR OPERATIONS ONLY. �AW��rRIu AFWI FRONDE COPIES OF PERMITS AS SUBMITTALS TO THE ENGINEER, PERMITS ME PART OF THE EOUIPMENT PFUNDEO BY THE THE PROIEtT. TO AIRPORT OPERATIONS. ARM" OPERATIONS WILL CHARGE AN IMMORAL ONE HUNDRED DOLLAR (SIM.BO) FEE FOR VEHICLES AND EQUIPMENT OPERATING IN THE AOA DURING THE HOURS OF DARKNESS MUST BE COUNTED WITH A YELLOW, COVRAGROR AND ME SUBSIDIARY f0 HE VARIOUS BID ITEMS OF 5. THE CNTRACTOR'S PROJECT SUPERINTENDENT OR HIS / HER DESIGNATED ASSISTANT MOST BE ON SITE DURING ALL WORK EACH LOST OR DESTROYED AIRPORT OPEPATIONS-ISSUED SECURITY BADGE, ALL AIRPONT OPERATIONS -ISSUED SECURTIY BARGES MUST BE ACCOUNTED MR AND SURRENDERED M THE COMPLETION DE HIS PROJECT, FAILURE TO ACCOUNT FOR FLASHING, OOME-IIPE UGHi. ACTMTIES. THE. CONTRACTOR'S PPOJUY SUPERINTENDENT IS THE DESIGNATED RESPONSIBLE CONTRACTOR REPRESENTATIVE AND MUST BE AVADSLE INCASE OF EMERGENCIES ON A 24-WUR BASIS. AND SURRENDER ALL AIRPORT PSAnON-ISSUED SECURITY BADGES WILL CONSTITUTE GROUNDS MR MHHOWING RUMMAGE FROM THE RW PAY ESTIMATE AMOUNT. C. BE ESCORTED UNDER THE CONiRW OF A CONTRACTOR ESCORT vENICIE, B NO PERSONAL VEHICLES ARE ALLOWED WITHIN HE ADA. PARK PERSONAL VEHICLES IN THE STACING / STOCKPLE / STORAGE F, CONTRACT PERSONNEL 11AT HAVE BEEN ISSUED AN AIRPNT PNATINS SECURITY BADGE ARE RESPONSIBLE FOR CTN ANDOOMEE SUBSIDIARY MWIN LTHE AVARIOUS ND I BID ITEMS OFPMENT RHE PROJECT, CATKIN ARE PART OF HE EQUIPMENT PROVIDE[ N' HE LDN COSTS L LJ UREA OR AS DESIGNATED M HE OWNER. SHUTTLE CONTRACTOR PERSONNEL 1'O THE PROJECT SR. CHALLENGING ANY PERSON OR VEHICLE FOUND ON HE AGA OR OTHER NON-PUBLIC MU WHO IS NOT DISPLAYING A VALID AIRFONF OPERATIONS SECURITY BADGE, OR WHO CANNOT PRODUCE 4 VALID AIRPORT OPERATIONS SECURITY BADGE. OR WHO IS F. iNE EXISDNG CONDITIONS SHOWN IN THE PLANS WERE DEVELOPED FROM INFORMATION PRONOW BY THE OWNER, SUPPLEMENTED NOT UNDER ESCORT OR UNDER THE DIRECT SUPERVISION OF A PERSON POSSESSING A VALID NRF NT OPERATIONS SECURITY 1CONTRACTOR VEHICLES AND EOVIPMENT BROMW HMO THE AGA SHOULD RE SERVICED AND MAINTAINED PRIOR TO ENTERING ENE BY CASUAL VISUAL DOSER.'ATONS, AND TOPOGRAPHIC SURVEY, THE DISTNG CONDTRONS ARE NOT WARRANTED AS ALL INCLUSIVE OR EXACT, BUT RATHER AS THE BEST AVAIU9LE KNOWLOGC AT THE TIME OF PROJECT DESIGN. VERIFY Mr. CONDMNS RIDGE. THE CHALLENGE MUST CONSIST OF NOTIFYING HE PERSON HAT HE 15 WITHIN A RESTRICTED ME& AND INFORMING HE PERSON OFAN APPRPNATE CAB PONE SHOULD THE UNAUTHORIZED PERSON REFUSE TO EXIT THE RESTRICTED MEA ARMPIT AGA TO PREVENT NEXHAUST HYDRAULIC FLUID, OR OTHER CHEMICAL FLUID LEAKS AND EXCESSIVE EXST THAT MAY ULISE ENVIRONMENTAL ISSUES, VEHICLES AND EOVIPMENT THAT MAY CAUSE E'MMENMENTALLY DETRIMENTAL LONOHOM+' MLL BE LUSROCIA PRESTON M I RN FNERM TwMID T.- AND NOTIFY THE ENGINEER OF DISCREPANCIES IMMEDIATELY IF FOUND, PRIOR TO PERFORMING CONSTRUCTIONACTIVITIES. OPERATIONS MUST ILBE IMMRET �p Y NOY ED FOR FURTHER ACTION, AND THE UNAUHORIZEO PERSON MUST BE KEPT UNDER IL HS PROCONTRACTOREERS UNTOUSLY CONTAIN CONSTRUCTIONVEHICLES SPILLS AND ENGPMENT OTIB IBM AND PERSONNEL MUST NOTIFY EHAGA, HOWEVER, FROM AMRPORT 8. KEEP ONSITE A COPY OF THE PUN, PROJECT MANUAL AND ALL REFERENCED STANDARDS CITED MD, AT ALL TIMES. GIVE THE NEL HYDRAULIC FLUID, OR OTHER CHEMICAL FLUID LEAKS WITHIN ONE (1) HOUR OF HE SPILL OCCURRING TRANSPORT AND OWNER ACCESS HERETO. N VIOLATION OF D PERMANENTLY E JOB SITE ANO MAY BE SUBJECT TOENSES. AIRPORT RULES, RENLMAM�. 8.�ANA��r.ENG�RPG�CO.URI JMNOUNG OF OTHER HA2MBOUS MATERIALS ON AN AIRPORT ALSO REOUIRES SPECML PROCEDURES. TO TNT END, DEVELOP AND IMPLEMENT SPgL PREVENTION AND RESPONSE PROCEDURES FOR VFNCLE OPERATIONS. INCORPORATE THESE PROCEDURES INTO :. 9. CNSTRUCDON CANNOT COMMENCE UNTIL: A. A NOTICE i0 PROCEED HAS BEEN ISSUED, 9. V GATED MON OPEN UCE ! OR THE SPED, THIS INCLUDES MAINTENANCE Of APPROPRIATE MSC$ DATA MD APPROPRIATE PRELENDON AND RESPONSE EOUIPMEM ON -SITE, TRANSPORTATION SECURITY ADMINISTRATION MAY ISSUE HE CNTRACTOR A CITATION. THE CONTRACTOR IS RESPONISEE FOR ALLNLY BE USED FOR THE COURT COSTS AND IMPOSED PINES. IN ADIXTION. A CHARGE OF P TO $11.000,00 MAY BE LEVIED BY THE OWNER AND/ OP 10' OR MWILE AND OR UCD1LFPMNtE NEWIPMENTES MUST �PER50N OfD PAD OS EAST GA RAMP B. BARRICADES ME M PUCE AND APPROVED BY THE OWNER TO CONFINE THE WORK AREA AND CREATE A BARRIER BETWEEN AIRCRAFT AND VEHICLE MOVEMENT AREAS AND HE CNSHIICIION UREA. TRANSPORTATION SECURITY ADMINISTRATION FOREACH VIOLATION SO DOCUMENTED, FOS COMMUNICATE MOVEMENT EL ETC.. NOR ACROSS IC'i AWAMFAS.MUSE MUST NOT INTERFERE WIN FREOUENCIES USED BY HE ATCT OR HE ARROW USE OF MOBILE PHONES IS RESTRICTED TO REHABILITATION C. STEM EQUIPMENT FOR CONTRACTOR PERSONNEL AND CONSHUCTON EOVIPMENT IS IN PEACE AND OPERABLE. 10, PAYMENT OF ALL FINES ASSESSED TO HE OWNER. DUE TO VIOLATIONS M THE CONTRACTOR OF FAA / TRANSPORTATION WORN -RELATED CALLS WITHIN THE ADA, NO PERSONAL CALLS MLL BE ALLOWED, THE CONTRACTOR MUST MANTAN AN UP-TO-DATE CONTACT UST WITH THE AIRPORT FOR THE DURATION OF ALL PHASES P WORK, D. REQUIRED PERMRIR ME IN PEACE. SECURITYAAMN MONIES DUE THE LOR WETTDCTOR REQUIREMENTS. F THE SOLE RESPONSIBILITY OF THE CONTRACTOR AND WILL BE 11. CONSHUCTIN MAY OCCUR AAIACENT TO ACME ARFIELO PAVEMENTS, CONSTRUCTION TRAFFIC MUST ROD TO AFLWFT AT ALL 10. FOLLOW GOOD HOUSE KEEPING PRACTICES. CLEAN UP DIRT AND LOOSE MATERIAL AS CONSTRUCTION PROGRESSES. AGAIN THE TIMES' SIE REGULARLY TO KEEP 511E FREE OF TRASH' FOR' AND OTHER CONSTRUCTION DEBRIS. AIRFIELD SAFETY REQUIREMENTS: 12, ONLINE CONTRACTOR OPERATIONS AND TRAVEL TO HE AREA WITHIN THE DEFINED WORK LIMITS SHOWN PERSONNEL. EOUIPMENT.CONTRACTION 11. THROUGHOUT THE COURSE OF CONSTRUCTION, SHARE EACH CONSTRUCTION AREA i0 MIINTAN POSTURE (CONTINUOUS AND -'---""-'- GO I IN THE PLANS. GO NOT ALLOW CNEWAFT PERSONNEL TO ENTER OR REMAIN IN PART OF HE MA M1HCX BE L ROMNG) NXNAGE DE SURFACE WATER DURING EACH CONSTRUCTION OPERATION AND NOT RESTRICT D sYNG DRAINAGE FLOW 1. HE OWNER, AT ALL TIMES, H S COMPLETE JURSDICTON OVER HE WETY OF NFRPMT OPERATIONS DURING THE WORK. ES.O TO PERSONS OR i0 IPMTNT OPERATION, NTORT COONSTR C PERSDNNEI. OF THE RPVIES. OVEME AND IFTRACTOR PER EOUIL AND MATERIALS i0 THE CONSTRUCTION SR AND RESTRICTIONS 10 MOVEMENT OF IF PATTERNS. WHEREVER THE SAFETY DF AN TRAFFIC IS CONCERNED. THE TCCG ON OF THE OWNER MLL BE FINAL AS TO METHODS, PROCEDURES AND MEASURES 115Ep. OCCURDUN OCCURSC WITI EQUIPMENT OR CONTRACTOR PERSONNEL WIHN HE AGA. A, IF NECESSARY, FURNISH AND INSTALL DRAINAGE PROW SIONS (I.E. STRUCTURES) TD MEET THESE REOUIREMENTS. B. PUMP LOUL2ED MINDING SURFACE WATER IMMEOATELY AFTER A ANON EVENT FPN EACH CONSTRUCTION MFA AIR 2. FARILIARIZE COMPACTOR PERSONNEL S HC NR D E TO AND OPERATIONS THAT ME INHERENT TO TARS R TRAFFIC CURRIER ARDENT, CONDUCT AL CONSTRUCTION ACED TO CONFORM TO ALL PoMNE AND EMERGENCY AR TRAFFIC IJ, HE AFTIER RESERVES THE RIGHT E SUSPEND CONSTRUCTION OPT,/ OR FOR SHORT PERIODS OF TIME CT WHILE AN AND / OR CHANGE HE ORDER P CONTRVE PHASING AIRCRAFT PASSES), ONLY. OR BETWEEN CONWRVCTIGNHE BEST HEREIN REQUIREMENTS AND GUIDELINES ON SAFER' AS SPECIFIED NEREM OR M DIRECTED BY HE OWNER, IN CO DURING THE TT IF IT IS DETERMINED AS IN HE BEST INTEREST RPORT OPA W C SAFETY. HE C, AT HE END NT TKE PROJECT, RESTORE ALL GRADES, PER DESIGN PLEAS, AND REMPE ANO DISPOSE P ALL 1EMPOR/Rf OPNNAGE PROVISIONS. COMPLY WITH AND ACQUAINT CONTRACTOR PERSONNEL MTN CURRENT EDITION. LATEST CHARGE. OF THE FOLLOWING SAFETY FM MATERIALS R EVACU TE MAY BE DIN OR D 70 HOVE CONIR RAFT PERSONNEL EQUIPMENT, AND ONSINTO A SAFE LOCATION AND / OR EVACUATE DIRECTED E HE LRE IN ORDER TO ENABLE AIRCRAFT OPERATIONS. NECESSARY EXENSIONS IN CONTRACT TURF WILL BE GRANTED OR A STOP D. THE COST OF TEMPORARY DRAINAGE AND DENATERING IS SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE FROJECE AOVROW CIRCUWRS / SAFETY DOCUMENTS: WORN CARDER MLL BE ISSUED DUE TO THERE DCLA HOWEVER, THERE WILL BE W ADJUSTMENTS IN CONTRACT PRICE DUE TO THESE DELAYS, UNLESS OTHERWISE NOTED IN HE COMPACT DOCUMENTS, A150 / 5370-2, OPEPATIONAL WETY ON AIRPORTS DURING CONSTRUCTDN; 12. PROTECT SURVEY MONUMENTS IN PUCE. UTILIZE THE SERNCES P A TEXAS REGISTERED PROFESSIONAL LAND SURVEYOR TO RESTORE DISTURBED OR COVERED MONUMENTS. B. 150 / 5200-I8, NRPORT SAFETY -SELF INSPECTION; AND IA, DO NOT EXCEED 15 MPH WITHIN HE ADA, 13, iNE PROJECT PAY ITEMS PROVIDED ME INCLUSIVE OF ALL WORK THAT MUST BE PERFORMED AS SHOWN IN THE PLANS OR 15. FURNISH AND INSTALL BARRICADES AT THE LOCATIONS SHOWN IN THE PLANS. FURNISH AND INSTALL BARRICADES T THE BESETS IN THE PROJECT MANUAI., WORK DESCRIBED IN THE PLANS OR PROJECT MANUAL HAT IS NOT PAD FOR DIRECTLY BY SPECIFIC BID ITEM IS SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT, C150 / 52t0-5PAIHIIHG. WANING AND IGHTING OF VEHICLES USED ON AIRPORTS, . , BEGINNING OF EACH PHASE TO REMAIN IN PEACE WH CE THROUGHOUT THE PEASE. EXCEPT ERE NOTED. IN HE EVENT RAMIUpES ARE -LISTED OR REMOVED TO ALLOW VEHICLE TRAFFIC THROUGH OR FOR CONSTRUCTION ANN. SUPPLY FLAGMEN TO PREVENT D, CSPP. AIRCRAFT FROM INADVERTENTLY ENTERING THE WORK UREA. FLAGMEN MUST REMAIN UNTIL HE BARRICADE IS REPLACED IN THE POSITION. HOURS PER WY ON CALL PERSONNEL FOR EMERGENCY MAINTENANCE P aRPoNT AIRPORT SECURITY REQUIREMENTS THESE DOCUMENTS AND RELATED REQUIREMENTS ME DESCRIBED IN RAPE DETAL IN HE PRpJER WMIJAL. D PARRI2A S A PART MAZMD LIGHTING AND PARNIUDES. INTEGRATE BARRICADES AS A DENT OF THE SPCA. WIND 1. COMPLY WIN ALL SECURITY REOUIREMENS SPECOED HEREIN AND AS REOUIRED BY THE OWNER OR AIRPORT OPERATIONS. 3. PREPME AMID SUBMIT FOR APPRW% A SPLD IN ACCORDANCE WITH FM AC 150 / 5370-2. CURRENT EOITION, LATEST CHANGE. 16, PWVFG AN ADEQUATE NUMBER OF SWEEPERS AND VACUUM TRUCKS TO KEEP HAUL ROUTES, AIRFIELD PAVEMENTS WITHIN THE LIMITS OF WORK, AND OTHER PAVEMENT AREAS WITHIN 250 FEET OF CNSTRUCTN AREAS TRAVERSES W VEHICLES NO 2. DRM.RS OF ALL CONTRACTOR VEHICLES AUTHORIZES TD ENTER HE AGA MUST BE EXPERIENCES IN HE ROME OR GUIDED BY SOBMi HE SFCO PRICK TO A NOTICE i0 PROCEED BONG ISSUED, REFER TO HE CSPP FOR ADDITIONAL SPoD BEOUIREMENIS. TO IPMENTCLEAN NG EPEE OF MOD, GIRT, DEBARS. WISE. LOOSE MATERIALIN AND NGINOTHEF00 CAPABLE P CAUSING DAMAGE TO AIRCRAFT IANDINf. GLWS OR PROPELLERS AND / N BEING INGESTED M JET ENGINES. PROVIDE ENOUGH EQUIPMENT AND AN RPORT OPERATIONS -APPROVED. SECURITY BARGED ESCORT VEHICLE. THE CONTRACTOR IS RESPONSIBLE FOR TRAFFIC CONTROL TO AND FROM THE VARIOUS CNSTRUEMH AREAS N THE SITE AND FOR THE OPERATION AND SECURITY OF HE ADA FURNISH ANO INSTALL O COMFNENIS OF HE ST A AT HE BASISAN OH TINES AS SPECIFIED IN E COMPACT DOCUMENTS, INSPECT [VERY ASPECT OF HE SKID DN AT LUST A ONLY AND ENSAJRE ALL COMPONENTS FUNCTIONING PROPERLY.' OPERATORS TO ENSURE AN IMMEDIATE RUPONSE TO PROPERLY KEEP ALL ACTIVE AIRFIELD PAVEMENTS AFFECTED BY CONSTRUCTION OPERATIONS ME KEPT FREE OF FOO, SECURITY ORES TO THE SITE. HE CONTRACTOR MUST MENTOR AND COORDINATE ALL CONFRACTN TRAFFIC AT THE MA (OTHEME IMMEDIATELY Y CORRECT DEFICIENCIES AN ENGINEER (OR HE ENGINEER'S NOTED BY HE OWNER AND ! SECURITY GATES WITH SECURITY. FDSE2 IN OR PR OPERATIONS, TH NSLWLEY CHECK BMRIUM FlASNING LIGHTS ON A WILY BMIS, 30 MINUTES BEFORE SUN5ET FOR PROPER OPERATIONS. THE IF, WEAR XIGH_NSNIUIY WARNING GwMINRS MO IDEMIfIABL HARD XA15 IN ACCORDANCE WITH APPLFABLF. OSHA, ANSI, FSFiL ]. 00 NOT PERMIT C PERSONNEL RE HE SIZE. PROHIBIT OF SYSTEM ELEMENTS THAT MST BE INPECED ARE AS FOLLOWS LOCAL, STATE. AND / OR FEDERAL REGULATIONS WHEN NSRE. AN VEHICLE LOOK ALL ACC SE SITEAT TIMES WHEN NOT AUTHORIZED VEHICLE. LOCK AND SECURE AIL AN SECURITY APES TO THE LIE AT ALL TIMES WHEN ATTENDED VEHICLES BEHIND AN CONTRACTOR ATTENDED BY HE CONTRACTOR, IF THE CONTACTOR [NOOSES TO IFAVE AN AW SECURITY WE PEN, IT MUST BE ARENBED A BARRICADES SR PROPERLY AND ALL FLASHING WARNING LIGHTS. OPERATING PRPEREY, iB. PREVENT SPILLAGE OF DEBRIS FROM CONSTRUCTION VEHICLES AND COMMENT OUTSIDE HE IMMEDIATE WORK AREA SY CONRUCNR PERSONNEL WHO ME FNAIUAR WITH THE REQUIREMENS OF THE ARPORT OPERATIONS SECURITY PROGRAM, B, ALL CONTRACTOR PERSONNEL AND AGA SECURITY CARES MANNED AMC SECURITY PROCEDURES IN PLACE. 14. ADMITS TES ME IN HE RSA, OF2. AND WHEN CONSTRUCTION, METH, OR ME WITHIN 4. FURNISH THE OAT GWRO A LIST Al DELIVERY VEHICLES TO EVILER HE IOW SECURITY CAE AMID RECORD HE VENICLES WAKED IN ACCORDANCE WIN HE REOUIREMENTS OF HE CONTRACT DOCUMENTS, TON HE PSI. O L AIR D. UNLESS THOSE AREAS WILL BE CLOSED i0 ALL AIRCRAFT OPEPATIONS OR RESTRICTED. UNLESS OTHERWISE HE RSA OFT, N SE AR S IC TIME VEHICLE LICENSE FLAE, THE IN, AND TIME OUT FOR EACH VEHICLE USING HE CAE. OUT FOR C ALL AND EOUIPMEW UGHTM / PTOPA.HASING INDICTED IN THE PHASING PEAK SHEER OR AS APPROVED BY HE OWNER, 5, PEDESTRIAN WALKTHROVNS ARE NET ALLOWED THROUGH HE VENICUUR WE. 0. CONTRACTOR USE OF UNAUTHOR12M ADA SECURITY APES CHECKED, 20, IT IS THE SOLE RESPONIMLITY OF THE CONTRACTOR TO SEE THAT ALL SHEETING. SHORING AND SPACING IS DONE IN ACCORDANCE WIN CURRENT' OSHA REGULATION AND REQUIREMENTS, SHEETING, SAIMHG AND BRACING IS AN INCIDENTAL PART 6. THE CONTRACTOR IS RESPONSIBLE FOR AIRPORT OPERATIONS SECURITY BPDGING AS FCLLOWS: THE OWNER AND / OR F,NGINUR MLL NOTIFY THE CONTRACTOR IN WRITING OF HE MOVE SAFETY AND SECURITY ITEMS IDENTIFIED M DEFICIENT. MAKE A CONCERTED EFFORT TO ENSURE AL SARTY AND SECURITY ITEMS ARE IN PROPER WORKING OF THE WORK AND IS SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT, EXCEPT AS PROVIDED IN THE PNXIECT MANUAL. ORDER EACH WY DUE TO THE SECURITY STATUS OF THE ARPOM. 21, USE, MANAGE, HANDLE. AND ErSMSE OF ALL 'HAZARDOUS MAERMLS IN STRICT ACCORDANCE WITH All APFJCA&E A. HE COMMdiDR IS RESPONSIBLE FOR OBTAIMN PHOTO-IOENTIFIGTON SECURITY BADGES ISSUED BY NRPoR1' OPERATIONS ESPO IB EACH WORN CREW WORKING WITHIN HE ACM, HE CONTRACTOR 'AIMUSR OBTAIN AIRPORT FOR FACIA AST`SUPIS FORM ITT DENTDOS 4 SUBMIT A DESTRUCTIVE / INCLEMENT WEATHER PUN TO SET FORTH GENERAL GUIDANCE: AND NFORMATION FOR THE CONTRACTOR ENVIRNMEMAL UPS FOR THE PURPOSES OF THIS PROJECT, THE TERM 'HAZARDOUS WEPALS7 IS OWNED IN HE BROADEST SENSE TO ENCOMPASS SUBSTANCES, MATERIALS, WASTES, POLOMMM. OR OU REFERRED TO IN ANY ENMONMEMAL TAW AS SECURITY FOR AT LEAST NEW MEMBER WI EACH WORN CREW WORKING IN SEPARATE ARTS HE OPERATOAGA, ALL CDNRACTOR PERSONNEL MUST EITHER MAN AND DISPLAY AN AIRPORT OPERATIONS SECURITY RIDGE, OR OBTAIN TO COORDINATE PREPAREDNESS NANS WHEN DESTRUCTIVE WEARER HREATNS THE IMPORT ENVIRONMENT, TOXIC gAB10ADME, DANGEROUS, OR SIMILAR TERM, ENVIRONMENTAL CAWS ARE DEFINED TO MEAN All APPLCABL FEDERAL. STATE, AND LOCAL STAMM. ORNNANCES. REGULATIONS, RULES, ROOKIES, CODES. AND GUIDELINES IN EFFECT DURING THE AND DISPLAY A CONRACROR_ISSUEO IDENTIFICATION BADGE AND BE ESCORTED OR SAINTLY SUPERVISED Br AN INOMBI DISPLAYING A CURRENT AIRPORT OPERATIONS SECURITY RIDGE. 5. CONDUCT A WEEVILY SARTI' DIEING MR ALL CONTRACTOR PERSONNE'4 CDNgJLT THESE MEETINGS BILINGUALLY 1N Nf4ISH TERN OF TH P WECT, AND SPANISH, THESE MEETINGS MUST BE OPEN TO THE ENGINEER (OR HE ENGINEER'S REPRESENTATIVE), OWNER, AND ANY OTHER GOVERNING AUTHORITY NAT WOULD UKE TO ATTEND, HERE WILL ALSO BE A MANDATORY WEEKLY CONSTRUCTION MEETING, 22. CONSTRUCTION FOUIPLIENT MUST HAVE A MAWIMUM HEIGHT OF 30 FEET. SNOULD THE USE OF CONSTRUCTION EOUIPIIEAT WIN B. THE CONTRACTOR IS RESPONSIBLE FOR COMPLETING THE REWIRED AIRPORT AERATIONS SECURITY BADGE APPLICATION FPMS. HE TO THE DATE AND TIME OF WHICH WILL BE ESTMUSHED PRIOR 10 HE START OF MNSTMICTKN, WITH NE OWNER THAT MUST BE M REWIRED, AM 110-1 ToTIMHE MR AP9PRp NAAL. THE TS ER THAN SO FEETPRIOR FAA AND FOR SURM71NG FORMS NRITNT OPERATIONS FOR THEIR REVIEW AS EARLY IN THE PROJECT AS FOSSIME TO AVOID CONSTRUCTION DRAYS, FORMS MUST BE SUBMITTED AT LEAST THREE (3) WEEKS IN NNANCE OF ATTENDED BY THE CDNRP CTOR'S SENIOR FIELD STAFF, INCLUMG BUT NOT LIMITED TO SUPERINTENOENTS AND ENA LEADERS, CDSUBMIT HE FAARM FM MUST PR i0 USE D, TRESPONSE TAKE ISSUANCE OF A BADGE FORMS MLL BE AVAILABLE THROWN AIRPORT OPERATIONS AFTER AWARD OF THE PROJECT. THE CONTACTOR MUST DEWNAE AN AUTHORIZED SIGNATURE NOLCEP (ASH) RESPONSES FOR ALL CONTRACTOR RIDGE 6. CONTRACTOR PERSONNEL AND EOUIPMENT ME NOT AMAEO WITHIN PROTECT WORN AREAS UNTIL HE AREA HAS BEEN CLOSED 23. IN511HTE DUST CONTROL MEASURES TO MITIGATE CURRENT OR POTENTIAL COST ISSUES. SPENL ATTENTION TO DUST CONTROL AMUCATKNS. HE ASK DESIGNEE MUST COMPLETE TRAINING TD BECOME THE AUTHORZED ASH, AMR WHIN ALL AIRPORT OPERATIONS SUMITY BARGE APPUCATONS MUST RE RMWED AND APPROVED VIA SIGNATURE SY HE ASK, TO AIRCRAFT AND NOTMIS HAVE BEEN ISSUED. I$ RECURRED WHEN EARTHWORK OR HAUUNG PERADNS ARE W PROGRESS P WHEN WIND AND WEATHER CONDITIONS CAUSE UCE.SSIVE BLOWING OF OUST REGULARLY APPLY WATER TO KEEP DUST DOWN, PR%10E 24 HOURS PER DAY ON CAL C. THE CONTACTOR MUST CONDUCT A BACKGROUND CHECK OF EACH APPLICANT FOR AN ARPORT PEPATINS SECURITY T. COMPACTOR ESCORTS MOST MEET THE FOLLOWNG REQUIREMENTS: CONTRACTOR PERSONNEL MR EMERGENCY CAST CONTROL OPERATION, RESPOND WITHIN 20 MINUTES DURING HLES WHEN THE CONTRACTOR 15 ON SIZE AND WITHIN TWO (2) HOURS WHEN NO WORK 15 REIN PERFORMED, BA BE REOURED UTILIZING PROVIDEFOOEC�HE THE RPOW D BYAPOOPERATIONS. FORMS BACKGROUND MCHECK KWILL LI BE PAID LETERMSND CHECK NHROUGH AOPERATIONS AMR AWARDOFTHEPROJECT. A. CONTRACTOR ESCORT VEWCL DRIVER MUST RECEIVE AIRPORT MOVEMENT DRIVER EA (AMR)DRIVER iPNNfNG. 24, AT THE COMPLETION OF EACH WORK PERIOD, CLEAN THE PROJECT WORK AREA AND REMOVE EQUIPMENT, MATERIALS, AND BACKGROUND CHECK MUST SHOW PROOF OF A MINIMUM FIVE (5) YEAR EMPLOYMENT RECORD AND WILL BE REVISED BY B. ALL VEHICLES RESPONSIBLE TO THE CONTRACTOR ENTERING HE ASIA MUST BE ESCORTED BY AN NRPNT CONTRACTOR PERSONNEL MOM THE PROJECT DUNK AND, SWEEP AND / OR VACUUM PAVEMENTS PRIOR i0 VACATING HE WORK AIRPORT OPERATIONS, ANY GAP IN EXCESS OF 30 DAYS MUST BE OOCUMENTED OR EX-NED, AIRPORT OPERATIONS IS RESPONSIBLE FOR REVIEWING THE BACKGROUND CHECKS. ONLY PERSONS WHIN AN APPLICATION APPROVED Br AIRPORT OPERATIONS -APPROVED CONTRACTOR ESCORT VEHICLE FROM HINT OF POADA ENTRY TO THE CONSTRUPON SITE, MU, ENSURE THAT ACTIVE INFIELD SURFACES AFFECTED MCNSHUCTN OPERARNS ME KEPT TREE OFNO DEPOSITED BY EITHER CONSTRUCTION TRAFFG. CNSTRMYON OPERATIONS, WINDBLOWN DEBRIS, DR DEBRIS DEPOSITED AS THE RESULT OF OPERATIONS MUST BE ISSUED SECURITY BADGES. ARFORT ORPATGIIS RESERVES THE RIGHT TO BAR FROM HE MA ANY INOMOUALS MONO SY THE BACKGROUND CHECK TO BE. IN THE PINION OF AIRPORT OPERADONS, A RISK TO AGA C. TO FACILITATE SALE MOVEMENT OF CONTRACTOR ESCORT VEHICLES AND ESCORTED VEHICLES. DRIVERS OF CONTRACTOR OTHERSRCES. SEWROY OR SAFETY. MOW VEHICLES MUST BE APPROVED FN, ISSUED, AND LAST- AN AIRPORT DPERATIONS SECURITY RIDGE. TURNER. CONTRACTOR ESCORT VEHICLE ORMN MUST BE FAMIWP WITH AIRPORT SECURITY AND SAFETY PROCEDURES. 25. BLASTING WILL NOT BE PERMITTED, D, THE CONTRACTOR MAY OBTAIN Al FORT OFFRATON SECURITY BADGES FIN THE OPERATIONS DEPARTMENT AT THE AIRPORT H AIRPORT OPERATIONS RESERVES E RIGHT TO UNIT THE NUMBER OF SECURITY BADGES ISSUED TO NE MMYRETN. AIRPORT OPERATIONS WILL CHARGE THE CONTRACTOR A FIFIEEN COLLAR (515.00) FEE FOR EACH AIRPORT OPERATION 8. CONTACTN VEHICLES AND EOUIPMENT NAT ME AVTHOKSZED i0 OPERATE ROUTINELY ON THE AIRPORT IN THE ADA MUST MEET THE FOLLOWING REQUIREMENTS:28. PEN -FLAME WELdN AND TORCH CUTTING WILL NOT BE PERMITTED. SECURITY BADGE ISSUED. NE COST FOR A FINGERPRINT VERIFICATION WILL BE AN ADDITIONAL 530.00, MR A TOTAL NON-REFUNDABLE COST P 145AG, AN ADDITIONAL RE WILL BE CHARGED, AS LADED HEREIN, FOR LOST OR DESTROYED BIDDER, A DISPLAY A COMPANY LOGO / NOMWO IDENTIFYING THE VEHICLE WITH BLOCK -TYPE CHARACTERS OF CONTRASTING COLOR NAT ME EASILY LEGIBLE AT 150 FEET. 21, PRO R TO OPENING FOR NPCRAFT USE AND THE DEPARTURE OF THE CONTRACTOR'S WORK CREWS, THE ENGINEER WILL ARRANGE FOR THE INSPECTION OF ANY NRFIELD PAVEMENT. RSA RSA, OFA, OR TOFI NAT HAS BEEN CLOSED FOR WORK, OR THAT HAS BUN USED FOR A CROSSING POINT OR HALL ROUTE BY THE CONTRACTOR. THESE AREAS MUST COMPLY WITH THE WETY REOUNEMETNTS, DEFINED B FEDERAL AVATN REGULATOR PARR 139, AS INTERPRETED BY THE OWNER, BEFORE PERM1551N B. DISPLAY EITHER: FOR iNE CONTRIASN'S WORK CREWS t0 DEPART MLL BE GRANTED. GENERAL NOTES G003 5 p -..,,,..w w...,..,,... .�.,. +�,�.__............. n..,-.-.-�..�..,., b,.,....---..,w Vow--.v-.,.w M ' .,ww.d *ss, W 6w -W✓9 4 � i*,n.,..,,..,.�.� a. ,. ,wvi _ .� ..x CONTRACTOR'S STAGING 1 STOCKPILE 1 STORAGE AREA NOTES: 1, THE STAGING / STOCKPILE / STORAGE AREA WILL BE AS SHOWN IN 111E PUNS, OR AS ADJUSTED IN ME FIELD AND COORDINATED WIN ME OWNER. 2. W NOT PLACE ME STAGING / STOCKPILE / STORAGE AREA WITHIN WATERS OF THE UNITED STATES, INCLUDING WETLANDS, WATERBODIES, AND STREAM BEDS. CONSTRUCT THE STAGING / STOCKPILE / 50ME AREA TO PROHIBIT THE RUNOFF OF POLLUTANTS AND CONTROL SILT / SEMMENT MOVEMENT, 5, DO NOT CREATE MINDING OF WATER OR ALTER DRAINAGE PATTERNS OF THE STAGING / STOCKPILE / STORAGE AREA DURING OR AFTER CONSTRUCTION, A, MMNTMH ME STAGING / STOCKPILE / STORAGE AREA IN A CLEAN AND ENVIRONMENTALLY SAFE CONDITION, 5. LIMIT STOCKPILED / STORAGE EQUIPMENT AID MATERIALS TO 111E SMALLEST POSSIBLE FOOTPRINT. PUCE MATERIALS STORED OR STOCKPILED ON THE AIRPORT AND CONDUCT WORK TO CAUSE NO GREATER OBSTRUCTION TO ME MR AND GROUND TRAFFIC THAN IS ALLOWED IN THE PUNS. EQUIPMENT / STOCKPILES MUST COMPLY WITH OBSTRUCTION HEIGHT REOUIREMEWS FOR PROTECTED AIRSPACE (PRIMARY SURFACE, TRANSITIONAL SURFACE, AND APPROACH / DEPNtTORE SURFACE OF AN ACTIVERUNWAY) AS PROVIDED IN THE CODE OF FEDERAL REGULATIONS, PART T], SAFE, EFFICIENT USE. ARID PRESERVATION OF THE NAVIGABLE ARSPACE. 6, STOCKPILED MATERIALS AND EOUIPMENT STORAGE ME NOT PERMITTED WITHIN AN ACTNE RSA TSA. OR OFZ, AND IF POSSIBLE SHOULD NOT BE PLACED WITHIN ANY ACTPAE OFA OR TOFA. STWKPIUNG MATERIAL WITHIN AN ACINE ORA OR TOFA REQUIRES SUBMITTAL OF AN FM FORM 24M I TO ME FM FOR APPROVAL. THE FM MUST FRINGE APPROVAL PRIOR M STOCKPILING WITHIN AN ACTIVE OFA OR TOFA T. STOCKPILE GEOMETRIES MUST COMPLY WITH ALL APPLICABLE OSHA REGULATIONS. 8, PRIOR TO THE COMMENCEMENT OF WORK, RECORD EXISTNG CONDITIONS OF THE STAGING / STOCKPILE / STORAGE AREA VN PHOTOGRAPH OR VIDEO DOCUMENTATION, SUBMIT ALL DOCUMENTATION TO ME ENGINEER PRIOR TO MMIRBING THE AREA 9. ME STAGING / STOCKPILE / STORAGE MCA MAY OR MAY NOT HAVE UTIUTES PRESENT. COORDINATE U11-11— REWIRED WTM ME RESPECTNE UTILITY OVMERS AT NO ADDITIONAL COST TO ME OWNER. 10. W VEWLES. EQUPMENT, OR WTERW. STOWE MAY OCWR MTHM TO' OF THE SCCURFY FENCE. 11. ME MAXIMUM EWIPMEHT / STOCKRIIE HEIGHT FOR STAGING / STOCKPILE /STORAGE AREA, AS SHOWN ON ME PLANS, IS DD FEET MOVE EXISTING GRACE. 12, TREAT STOCKPILED MATERIAL AND OPEN EXCAVATIONS TO PREVENT MOVEMENT RESULTING FROM AIRCRAFT BUST OR WIND CONDITIONS IN EXCESS OF TEN (10) MPH, 13. THE CONTRACTOR 15 RESPONSIBLE FOR iRE SECURITY OF EQUIPMENT AND MATERIALS. AND ASSOCIATED SECURfTY AP URTENANCES, SECURITY MEASURES DEEMED NECESSARY BY THE CONTRACTOR IN ME PROTECTION OF EOUIPMENT AND MATERIALS IS INCIDENTAL M ME OVERALL PERNRMANCE OF ME WORK ASSOCIATED WITH ME PROJECT. 14. PARK CONTRACTOR EOUIPMENT OUTSIDE THE ROFA/TOFA WHEN WORT( IS NOT BEING PERFORMED. 15. MAKE MODIFICATIONS WITHIN ME STAGING / STOCKPILE / 90WE AREA WHEN DEEMED NECESSARY W ME OWNER. 16. HANDLE AND STORE MATERIALS STOCKPILED ONSIIE SUCH TINT SEGREGATION AND CONTAMINATION BY FOREIGN SUBSTANCES IS PREVENTED. IF STWKPIIED MATERIALS W SEGREGATE REMIX THE MATERIALS TO THE REQUIRED CRADPTIDNS PRIOR TO PLACEMENT. DISPOSE OF MATERIALS THAT ME CONTAMINATED BY FOREIGN SUBSTANCES. IT RESTORE ME STAGING / STOCKPILE / STORAGE MCA UPON CDMPLETKW OF ME PROJECT INCLUDING. AT MINIMUM. REPAR OF EXISTING FACILITIES. REGRADING, AMID TOPSOILING AND ESTABUSHING VEGETATION, AS MPUCABLE. 18. ALL COSTS ASSOCIATED WIN ME FURNISHMENT, INSTALLATION, MANTENANCE, REPAIR, AND REMOVAL OF ME STALING Q/ STOCKPILE / STORAGE AREA INCLUDING LABOR. EQUIPMENT, MATERIALS. TEMPORARY SATPP CONTRDLS. AND INCIDENTALS ME SUBSIDWTY M ME VAROUS BID ITEMS OF THE PROJECT. HAUL ROUTE GENERAL NOTES: 1, ME LOCATION OF COKFWPGR ACCESS AND ONSITE HAUL ROUTES MUST BE AS SHOWN IN THE PLANS, SPECIAL REOUESTS MR ALL OTHER ACCESS ARE SUBJECT TO APPROVAL BY THE OWNER, ANWAR CONTROL AND PASSAGE THROUGH ANY AAA ENTRY PORT UIIUZED FOR CONTRACTOR ACCESS AND NOT STAFFED BY ME AIRPORT. 2. IT IS ME SOLE RESPONSIBILITY DF THE CONTACTOR TO COORDNATE OfTSITE HAUL ROUTES (STATE HIGHWAYS, COUNTY ROADS. AND / OR CM STREETS) WITH ME APPROPRIATE OWNER WHO HASJURISDICTION OVER THE AFFECTED ROUTE AND OBTAIN HAUL PERMITS AS REOUIRED, COMPLY WIN ALL FEDERAL, STATE, AND LOCAL LAWS REGARDING OFFSITE HAUL ROUTES AND ASSUME SOLE RESPONSIBILITY FOR DAMAGE CAUSED BY CONTRACTOR OPERATIONS, ]. IT IS THE SOLE RESPDNSIBILTY OF THE CONTRACTOR TO ASSESS ME VA3WTY OF EXISTING HAUL ROAOS, INCLUDING MOTH AND LOADING REOUXREMENTS, NECESSARY FOR ME CONTRACTOR'S PROPOSED OPERATIONS. ME CONTRACTOR MAY FURNISH AMID INSTALL TEMPORARY AND / OR WIDEN / STRENGTHEN EXISTING HAUL ROADS AS DEEMED MPROPMATE FOR ME CONTRACTOR'S PROPOSED OPERATIONS, 4. INSPECT ALL CONTRACTOR VEHICLES AND EQUIPMENT UPON ENTERING AND EXITING ANY ALA SECURITY GATE TO ENSURE THAT VEHICLES AND EOUIPMENT ME CLEAN AND FREE OF MUD, DIRE, DEBRIS, WASTE, LOOSE MATERIAL, AND / OR ANY DTHER MATERIAL CAPABLE OF CREATING FO0 OFFSITE). ON ANY HAUL ROADS (ONSITE DR ANY VEHICLE OR EQUIPMENT IN THREAT OF CREATING A TOO ISSUE MUST BE IMMEDIATELY DISPATCHED TO ME STAINING / STOCKPILE AREA FOR CLEANING, ALL COSTS ASSOCIATED WITH INSPECTION OF CONTRACTOR VEHICLES AND EDUIPME14T UPON ENTERING AND EXITING ANY ADA SECURITY GATE, AND SUBSEOUENT REWIRED CLEWING, INCLUDING LABOR, EQUIPMENT, MATERIALS. AND INCIDENTALS ARE SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT, S THE PRE- AND POSF-CONSTRUCTION CONDITION OF HALL RATES MUST RE JORTLY INSPECTED AND DETRAINED BY THE CONTRACTOR AND ME OWNER AND / OR ENGINEER (OR ME ENGINEER'S REPRESENiATKE). MAINTAIN EXISTING ONSITE HAUL ROAR THROUGHOUT CONSTRUCTION AS A PASSABLE ROADWAY FOR OWNER VEHICLES. RESTORE E%ISTING HAUL RANDS (INSIDE AND OUTSIDE ME AGA, TO THEIR PRE-CONSIRIJRION CONBTION, DR BETTER, WHEN NO LONGER NEEDED AS A HAUL ROAR. THE CONTRACTOR IS RESPONSIBLE FOR THE REPAIR OF ANY DAMAGE CAUSED BY THE CONRACTOR'S EOURRENT AND PERSONNEL REMOVE AND DISPOSE OF AND REPLACE ANY PAVEMENTS MW,GED TO AT LEAST TEN (10) FEET ON EACH SIDE OF THE VISIBLE MANAGE M ENSURE ALL PAVEMENT TRAVERSED BY THE CONSRUCTION EOLRPMENT IS REMOVED AND REPIACEO. 6. ALL COSTS ASSOCIATED WIN THE NRNISMMENT, INSTALLATION, MAINTENANCE, REMOVAL, AND RESTORAT'AN OF DNSIIE HAUL ROUTES INCLUDING LABOR, EOUPMENT, MATERIALS, AND INCIDENTALS ME SUBSIOIARY TO THE VARIOUS 810 ITEMS OF ME PROJECT, DEMOBILIZATION NOTES: 1. UPON COMPLLTION OF 111E PROJECT: A. CONDITIONS OF THE WORK AREAS AND SURROUNDING AREAS MUST BE AS GOOD AS OR BETTER THAN ME CONDOON PRIOR TO STARRING WORK, IN ADDITION TO THE WORT( ITEMS LISTED. B. REMOVE ALL EQUIPMENT, TEMPORARY FACIUDES. AND MATERIALS. UNLESS OTHERWISE DIRECTED BY ME OWNER. C. CLEAN AL HAUL ROUTES TO PREVENT OBSTRUCTION AND / OR CAUSE INCONVENIENCE TO NORMAL REGULAR TRATIC. ALL TEMPORARY HAUL RATES MUST BE REMOVED AND DISPOSED OF. D, RETURN PROPERTIES BELONGNG TO ME OWNER. 2. OEMOSUZATION WILL NOT BE COMPLETE UNTIL APPROVED BY ME OWNER AND / OR ME ENGINEER, COMPLETE DEMORIJ ON IN A MANNER TO MINIMIZE INCDNVENENCE TO AIRPORT OPERATIONS. REPAIR DAMAGE TO ME AIRPORT FACILITIES DURING DEMOBILIZATION AT THE CONTRACTOR'S EXPENSE, THE COST OF DEMOBIIBATION 15 SUBSIDIARY TO ME COST OF MOBILIZATION, GENERAL PHASING NOTES: 1. ME CONSTRUCTON PHASING DETAILED W THE PUNS IS BROKEN INTO MULTIPLE PHASES OF WORK, ALL PHASES OF WORK ME WITHIN ME ADA. DUE TO ME IMPORTANCE OF MANTANING AIRFIELD OPERATIONS. SAFETY, AND SECURITY DURNG CONSTWCTON WI NN THESE ARM NE CONSTRMTION PHASUNG HAS BEEN DMDED wo MULTIPLE PHASES OF D 0 GI ROM 104. PHAS CAR Y DESC AS: PHASE I 1�Fl �0" IDENTIFIED PORTIONS OF THE UST ��ENT�IHE ADJACENT TB. E 2 15N OFME IDF. IFIED PORTIONS C, PHASE D MAGED RRON 0 THE P IMETE SOUTHWEST CORNER OF ME TERMINAL RAMP. ME WORK INCLUDES THE FVRMSHMENT AND INSTALLATION OF AN UNDERDRNN. 2. DURING ME 'PPE -CONSTRUCTION PHASE', PERFORM ME FOLLOWING ACiMTIES. A. COMPLETE WONG AND ORVER'S TRAINING PROCESSES FOR CONTRACTOR PERSONNEL M ORDER TO HAVE A SUMCIENT WORK FORCE BADGED AND TANNED M OPERATE VEHICLES AND EOUIPMENT WITHIN THE A0A B, COMPLETE MATERIAL SUBMTRNS, SHOP DRAWINGS, AND RIFTS AND SUBMIT FOR RENEW. PMTICU4R ATTENTION SHWLD BE PAID TO C & SUBMITTALS, INCLUDING BUT NOT LIMIIEO TO SAFETY PLAN(S), DILI CONTROL PLAN(S), CONCRETE MIX DESIGNS, ASPHALT JOB MIX FORMUU(S) (JMF), ELECTRICAL ITEMS. AND OTHER LONG LEAD TIME ITEMS, C. BEGIN MOBILIZATION, INCLUDING SET UP OF ME STALING / STOCXPILE / STORAGE AREA, PROCUREMENT AND STWKPILING OF PROJECT MATERIALS, AND FURNISHMENT AND SET UP OF TEMPORARY FACILITIES, D, NOTIFY UTILITY COMPANIES TO HAVE UNOERGROVND UIWIIES LOCATED. E, COMPLETE INITIAL SURVEY CHECKS AND VERIFICATION OF CONTRA MONUMENTS, ALONG WIM ESTABLISHMENT OF TEMPORARY BENCHMARKS. F, PROCURE TEMPORARY SWPPP CONTROLS AND VERIFY SUFFICIENT WAWITY FOR EACH PHASE ONCE WORK IS AUTHORIZED TO BEAN. G. PROCURE BARRICADES AMID OTHER SAF. ITEMS AND VERIFY MMICIENT OUAJVTFY TO CLOSE THE REOUIRED AREAS OF EACH PHASE ONCE WORK IS AUTHORIZED TO BEGIN. O, THE INTENT OF THE PHAV. PLANS IS TO MINIMIZE INTERFERENCE M AIRCRAFT MOVEMENTS, ME AMOUNT OF TIME EACH WORK AREA IS CLOSED, AND DISRUPTIONS TO AIRPORT OPERATIONS. WORK IN A MANNER TO HELP MEET THESE INTENDED GOALS, INCLUDING EXTENDED PRODUCTION HOURS WHEN POSSIBLE / PRACTICAL 4. WORT( WITHIN PHASE i AND 2 MAY NT BE CONCURRENT WORK WITHIN PHASE 5 MAY BE CONCURRENT WIN EIMER PHASE 1 OR PRASE 2. 5, COORDINATE WORK EFFORTS WIN THE ENGINEER (OR THE ENGINEER'S REPRESENTATNE) AND OWNER, IF PROBLEMS OR CHANGES RISE DURING CONSTRUCTION SEOUENCNG. IMMEDIATELY NOTIFY ME ENGINEER REOUESTING ACTIONS TO RESOLVE SAID PROBLEMS PRIOR M CONTINUING ME WORT(. 6, COORDNATE ARCRAFT OPERATIONS SCHEDULES WAIT ME OWNER AND POO OPERATOR. FACIUTATE AIRCRAFT OPERATIONS M THE MAXIMUM EXTENT POSSIBLE BY REMOVING CONTRACTOR PERSONNEL AND EOUIPMENT FOR ME 54R PASSAGE OF A FL FT, ME CONTRACTOR IS HEREBY MADE AWARE THAT AIRCRAFT OPERATIONS ADJACENT TO WORN MFJS MAY CAUSE JET BUST THROUGH ME RAC WORK AREAS. MOVE CONTRACTOR PERSONNEL AND EQUIPMENT AS NECESSARY IN ORDER TO PROTECT PERSONNEL, EOUIPIAENT. AMID MATERIALS FROM THE EFFECTS OF JET BUTT, Z. DURING WE TIME MY PAVEMENT OR PORTION THEREOF IS CLOSED, IT'S ASSOCIATED LIGHTS AND SIGNS MUST BE DE-ENERGMED. JIMPERED OUT, OR AN ALTERNATIVE OYMER-APPROVED UGHT BLACKOUT METHOD EMPLOYED, B. PRIOR TO MORNING EACH PHASE. MEET NOTE WITH THE ENGINEER'S REPRESENTATNE AND OWNER TO FINAUZE AND IDENTIFY THE WORK LOUTS AND TASKS THAT WILL BE PERFORMED IN EACH PHASE, AT MIS MEETNG. PROVIDE A DETAILED WORK PUN FOR THE PHASE. THIS OPERATION MUST TAKE PLACE NOT LESS DARN ONE (1) WEEK IN ADVANCE OF PRASE COMMENCEMENT. 9. SPECIFIC CONSTRUCTION TASKS IDENTIFIED WITHIN ME INDMOMAL PRASE PLAN SHEETS ME NOT MEANT TO INCLUDE EVERY EMT OR PRECISE DEAL OF ALL WORK THAT MUST BE COMPLETED, BUT ME RATHER INTENDED TO PROVIDE A GENEPN. OVERNCW OF THE APPROXIMATE SEQUENCING OF ME PHASE. MINA' OF ME ITEMS LISTED WILL REWIRE PRECEDING AND SUBSEDUENT OPERATIONS M VARIOUS OTHER ITEMS LISTED, 10. ME CQMPLETION OF ANT PHASE OF WORK AND SUBSEWENT USAGE BY ME OWNER DOES NOT DEFINE FINAL ACCEPTANCE OF THE WORK IN THAT PHASE. ME ENTIRE PROJECT WILL BE ACCEPTED ONCE ALL PHASES ARE COMPLETE, A FINAL INSPECTION OF ME ENTIRE PROJECT HAS OCCURRED, AND ALL ASSOCIATED PUNCH UST ITEMS HAVE BEEN COMPLETED IN ACCORDANCE WIN ME PROJECT PLANS AND PROJECT MANUAL TO ME SATISFACTION OF ME OWNER. tiylrr �iNrAw J" cm,W YLubboc LMMB PREBTON BNRM IMIIRMATIONILL ,VIA EAST GA RAMP REHABILITATION N-U$ ONB A. w„tt F.,,�eMee, AMAWCX.�P,mn RmWWWW" ...BMO.., ....... 4Y LOX[R.LN.....EBN.................. Xs a3a00Ha006wLX GENERAL CIVIL NOTES G004 kti i 4✓ 'PHASE 1 WORK AREA - I E: R K w' y: PHASE 2 WORK ARE ry i 41 btl � 4 i cc I'R x i'; 4 L ,< p i ;ez. N 1 _ NDTr9 EDR cDNrRD1 mwr9 1 THROUON e: CONTROL COORDINATES ME TEAS NORTH CENTRAL 4202 STATE PLANE WD63 COOROTNATES. ALL 91'RON ROD 1WIH RED CAPS ARE MARKED "CONTROL PDWP CP-1 _ )i^ IRON ROD WITH RED CAP CP-4 - )i- IRON ROD WI1H RED CAP N: 7302736.M' H. 73]OS3z."' E: 959883,74' C 9S9825.38' EL1:V: 3234.77' NAVDW EIAV 3259 28' NA O CP -2 - "x" CHISELED ON CONCRETE CP-5 - )i' WON ROD WTIH RED CAP N: N 7300222.64' ;W2026.84' Et 5963I.82' E ,59802.43' ELEY: 3255.67' NA D ELEA 3261.80' NA 0 CP-3 - 15" PION ROD WITH RED CAP N: 7301410.81' CP-6 - "%" CHSELED ON CONCRETE N: 7299625.55' E: 939829.87' E 959756.24' EIF': 3256.61' WVD86 ELEY: 3283.0" WVD68 EAST INDEPENDENCE ..I •� APPROYJMATE —TRACT STApNO/STOCI(PILE/S AR FBO ;HANGAR; aBUILD 1- r:� 3i. , NORTH wALMIT x � I ROCK CONSTRV EMIT I 4 F% r a. CP i ' '. 4t 1p 1 CP Sip-6 x + yl. i E%ISTNC i � a E%ISTHG ZO SE FENCE 4 1 ` P t GOB C E55 i b 4 P{W9 R'T,N"5r""� w' EAST GA RAMIP „ , i t i i 1 � , BLVEflELO ¢ a R Nw Y A�1 L-VSR r .. . Tt 1 .�. PHASE51 AND 2 .. 1 «S N Ik {a ' ` c ra a r ' ��" 4"r 1'L ,,, `N�PHASE 3 CONtttACTOR y y A bACCE55�NX"ce f� aT' 4 ip 'r TYPE I ROCK coNsmucnoN Exrc * TERMJWAJ.' � IZO TERWMAL RAID DP w ,. ^ .'..' ''.� "•: CONTROL COORDINATES ARE TEYAS NORTH CF1rtRA1 4202 STATE PLANE HAD6] COORdNAlES. DISTANCES IRE GRID .f'„ t'R E%ISTNG } '. CP-7 ��', SECURItt FENCE - NOTE AERVL HNCE DOES NOT ALIGN PFI6ELRY W0H Cp-7 - SITE SENCHNARN PHASE 3 WORK AREA. , • Y _ W SMONLWENT N. 7301175.46' , + t E: 957064.6A t Y Lubber- qRX gET[11YTIOMIIL AIYOIR EAST EPA RAMP RENANLETATNNI rtavraw«e arvsm eaowl.w aos PROJECT LAYOUT ELEv 3253.A0 NAvoa6 + _ - ) AND SURVEY � ^ CONTROL CP-6 - K^ IRON ROD Wlifl RED CAP w w�' A ,n + co1ATACCE55 Z/\ wAwra �Aws N: ]300919.31' �, ;\ iE ' E: 957313.64' � � "...... V FIEV: ]253.43' NAVDee �,• T,,. ? G701 SCALE IN FEET .. � � � i a. � � _, � r .- 1 n ;m f o t ,.; »Jz,Y✓w G"kr " G1 { 1 s F!"ll"'N' '41,sr.Aanc/s oolraE ✓r FBG kFfy ��mvi F �f rE ��v HANGAR om NO RIMER THRWWI CONTRACTOR TO AIRCRAFT OPERAnONS N?� 4 ai W ✓-�;, N o sad r..;%"of`:,Kst3,:x��°u�x€ �, °. °' "`�*° To THE MA%IWM ExmN �.-HANGAR C ' TAXN SS q v 4W. i► I �. J TON 41 i �e HMA/COICRCTE JOINT (TN.) 1 J R�$ EAST OA RAMP w:^ ` REMAMUTATNIN v' r, 4 {,r. ./.a, r. 5± a ,a; tSs , h�,., „arcg:.M�a: , ka ', sv, r a�4 �..:,t ,. n1.•'2.x{r.w�, '4i;✓x< v/u�' S +u ,fi, rN,"u<,'�r ,mN • nsk^f'hryd.�fr,�S . .u,.,'.t,�- "i ,m41��k�Y61,!7 /,>,. aa✓�Sr:f�Rd/o-U?M.n W4'u.%Ara ,.i,. tS"1...;7:.1u. ,73J^6,..p"ed '#",�er$/�cz~.iN,M. n/kky .,"etiK&,n .,.C�.,. "5<�,.:: t YskS., i„3! ,��f+, ,t..; x ,,,,ry i,e.,. /rsa, f,,, f .m::% I r as h.?iY.,£ .t rf a r/ r r 'rar`r/ .`, AER -; NOTE RAGE RDNODE' S? t NOT ALIGN CTLY wnNl surtro w TA >,;,!k ��L PHASE 2 NOTES: 1. PIMSE 2 S TIE COMPLETION O THE RDOWATION O THE IOD FIED PORTIONS O THE W w RAW, D. SAW . REUML AND OSPOSE OF DOSM1IG PAVEMENT. 2. THE CONTRACTOR WTL BE ALDWED 15 CALETUW Dkn TO COMEETE PHASE 2. E%GlVONG FC MNIRp OPEMTg . F AITFANTE N0. I M AYIu✓DETI. ,BOO AN L ANY F%POSED SRI1CTAt6 WST BE REW+ED i0 BQON TIE DmM O THE D05TIN0 Al:0EGA1E 955E WTDWAL. ADOTpH41 T CAEIpW wYS. E PERFORM REwM PROOF ROUND OPDufIONi I WORI( WITHIN PMASES 1 A.D 2 WY NOT K COKURIEM, WORK WIRiIN PILISf 3 WY K COIBLETED WNIXRFmNTIY WITH ERNER PHASE 1 OR PHASE 2. 4. T11E FOLLOWING ARFIET.O AIRCRAFT TPARTC OPERATIONS WILL BE DURING PHASE 2: F, PERFORM REOURED RE A. AND RDkAMrEN1 OF UNSWA&E BASE / SLBGP/OC WTCRIAS. A R1NlWAY 12L-OSR NIL BE DOSED. RLNWAY 1%-D WILL BE USED AS A TAIDIWAY FOR ARCP.WT OPERATIONS. G. CONSMUCT RIU S WACE O]IMSE R. THE PARµ Z TAXIWAY ANO NORTI! OONEMOR TA -AY WILL BE CLOSED. FL AEMM AND OSPOSE OF TDO"ARY SWPPP CONTROLS PRFJR TO REOPENING THE CLOSED PAVEMENT ARDS. C. ME IMlNCA9 ACCESS TAxIAE SCUM OF THE FBO BUNTING WILL M QOSED TO ARCF/R LNDER POWER, FA ATE ARQViT MONEMENIS AFOOT TDW TVROUCJR TIE L PERFORM A FLAIL QEAWNG OF THE W09t AREA AREA TO THE WAX" EIOW POSSIM BY REIIOTIL CONTRACTOR PE W*a A!O EOUFIENT FOR THE SWE PASSAGE OF ARMFT. 5. COSFRUCTIOI TASKS FOR R 2 ARE AS FO2DWS J RDAM SOMICAES. EULWMENT AIATER11I5. Aw COMIRACiDF PER NSa FRO! THE WORX AREA A CWRDWLIIE 111E CLOSUE OF APPROPRATE PAVCI4R$ WITH ME ON14t K COORDINATE WITH TIE OWNER 10 REOPEN THE CLOSED PAVEMENT 2 L ME OWNER WILL PRO'.WE LIpNED RVMWAY CLOSURE ILWCDS TO THE CONTRACTOR FOR USE OIIIUq PHASE 2 NIISDRtIC110N OPERATIONS. THE CONIiVLTOR WILL M iLPN6H AO NSrA SOWACE WFIRILS FOR THE WOW AREAS OF PKAlZES I FAD 2, NO LESS MW N DAYS AFTER THE COPEETON OF ASPHALT OPERATIONS FOR 0 INSTALL, WYfTAN, RDg ,WO RERRN TO THE OWNIM TIE RI.NWAY CLOVU NARkERS AT THE ORECTION OF THE DW.NCER AND / OR OWNER. THE CONTP Ci[A M RE"SRLE FOR THE I EPAIR OF DW TO THE R AY a05URE YAMp6 wUSFD Bf THE NIRRAf TORS EWPK. AND PFASOOEL THE WORN AEAS PRIOR TO TIE APPU'.ITIO! OF PAW THDRDIWIILY CLEAN TIE A T PAKLIFNT TO KIAM OUST, DIRT. G"k AND OTNEA AWACE DEPOBRS. Z B. F1.RNASH AND WALL BARN'.A06 AT THE lCGigNS SRgWIN. I. DIS WILL REOARE A YWNWVL 1DIPCNNtY CLOSURE OF TIE PAVWENT AREAS. COORONATE THE CLOSURE OF APPROPRIATE PAVEMDRS WIM THE OWNER. PROTECT �!n Al SURIIOULNG PAVEMENT. STRIICIURES. ARCRAFT. ETC, FROM OERSPRAY, SCALE IN FEET �21000JNW6 PNAma, DEMOUTM,Ala SWPPP PLAN PHASE 2 G103 777 r^—r r", rl ^ r- r"`�----.-^', —,. t --- --�, rl --..- ,rc..---� ^----'1 - /►'�^""� .--'--•, .------) '—'---'�I .a--••-• D ,... L.. L. I, .. .Y l.. em RSW id N+srAu TEwoRARr � TER��1pIAL, OSLWE ° s. J W� k�JY'Y� ���L ✓ � / ✓�. � ',�,pZ�la Ir�"�J�k(��,�. �}` a `. DNUT TAV CL° RA1E4C 5 4 y / � r'r'}9/ e$fn S 1'S i „"�s„ hl' Yi'�' v% 9 N ✓s ld �i 4kS of MARK .� �Ya rs#r f,+�it;�it 4~>: '�',ws,Yl n 'ir n rc< ✓ ,{,� Lll}?rA + 9 Q V a �y i f "PROTECT �� �" % � T{'�Y, 1 Jq �1.. ,d. tIRM14RO1WT10RLL 7 ,{ YIIORr } . .. ... 'Q � £ E%ISTNG �"i t' f ,5➢', t�'� 0 7 ,'BARRICADEB 10' � `s � ^� t --' INSTALL PROPOSED UNOERORAIN sS�� � ;' � {j' r ,C (m) FROM e £ ) yld '' (BEE SHEET CU101) ( r 2�j Y , .f "f�S>i EAST to RA► P 8° 'r' '; Y �.� >y r HAMI ff r" IENTRI TARO SAVIp1T N ACCORDANCE v ? 7 I.. �`h ` y� �" k,• m+Te9uNE "Ts DErIJL 4-MCP r d,x, `ry d✓ � ^. a � t w Y s n s e,+ ,.. ✓ .'tom .,. ,� 2 3 h ! .,4, y7. h.. ,..<.... z., +: :, >",. � f:' �,,, e, >•.:, a9, .-, � ) 4 ,.i i?F. i ., ,t v ak,,,,tr�, , .,; . r:Y& �,:�: J/r ✓ . ,�:. G+" s ., ,.� ... rr. ... .� .., Y v�', .. � ,,., ... '� ,. � i � a.I:v.. ,., :. ,t ,..„ JlJ r t,rf'+✓ x 1`'.t.., . , n N N-.PP x t�. n .:�' b � w.. fi „t �.. t � ✓. .,��.r k, ✓f .� ,��x � � � v, bi . . �.� r w Y P .. , 12 d t7 ✓ h REMOVE AND REPLACE APPRO%VEMEN Y 2 B -`-i y„.,... e(+Y l... ;"?�,J' k rr'`tt;S' 7 G .k' s✓" .v�.. rf tJ W � .;C ,� 1 a�ri kt ld .✓, k OF EXISTING HMA PAVEMENT f, ..3,.„,,, a i n� Jo } t ✓k r - n m � .;.:fc,� ,. s „�:, .. , . . ,G ,'. c .7f 1 � ✓. ACCORDANCE AGGREGATE BASE IN _ DETAILS ] ePso1„n I>3 r: �� ?' ' � x �4'A � f" ��`r rs.-•---,�-""""".. 'Ms",""� ��i �s.�:� Sf,;��� �� x �� ��,' „ � � F5° . . nl���%�'�'^,�s ✓ i y>}� k � � ���L"n . Y ��' M't x �^>ryw� "f ,��a �;x,��tj`�k� � �� 1 i' <,`'�`-. PROTECT EXISTNG t1 xF } 'Y'Lk, L � f f h 5 3;f Y k1 i ��� ' UNDERGROVND ELECTRICAL ....�— f '" f. CIROVIT ANO MANHOLES ��f; }F %' Ytt, - f/d y )''�' S J 1. •^. £ d '"� f J i. �e: f ^ UNPERfiR0UN0 ELECTR CAL S fYP '+W m +,4' ` "4P txtYAIINR B7 w' � E 12' '" �' A �r�s�s �� `^7 �� '�✓�" A �� }�z`^f� �''tI� �i' „;: �„.. '�� �� ���, r�'#` ,�� `��� �i�.. / e.00'—LID —w—„f, v i, ` l.V 5 i%��t P X�u E%STNO GL09ED PAVEMENT Y TIED 7 3 .. ,. _ ,... v.. �� ., �,u.: C� "1- .+. � ,.,e .w �. $,� oe. ..a nK,9N.a„ .. w, �H,�iK F'c.,I DY � r�tifi✓: ��ti�MARKER TO BE PROTEC.,� G .. ... i,�"���.`. H U Z V- PROTECT ENISTNGz UNDERGROUND ELECTRICAL CIRCUIT AND MANHOLES EID_7'/ (CONFIR4 DEP1H TION. PRIOR TO FNL EXCAVATION, I CLEANUP,­AND REBTORATON. BHALL BEL NI 4 I f'Y H Y e"Yx$'I,.. TP4�h'( rk� I p 5 4 R L� INCLUDED IN THE TEMPORARY CONSIRUGTON ITEMS PAY ITEM�r `'k'L'tF / y`X +{YT>f J� kry, I}i fk ? hf%"v NOTE AERIAL NIY,C DOES ®"n ✓ $ Z b k 1 M 'pCkrt NOT ILIGN PERFECTLY MM SCALE IN FEET''j2Ff> YSjv CINJ�STRUCTION BARRELS {y J sq ,5 %;n f Im V "��' ^;�, c rykyn� i„frk"k AM.EYEO DATA A1MY ... '. f Y'kj `y, "S"✓� INSET J` - tr ',. ✓ >r ;v, ,� k"r, "/�; � "i s.wJ �`' ,' t.. .�xs%� ' _�:. .:.: FM/E3PAVME fE6WWATMUNn PoNi� hDIT.n FAs.p A r nnmAc PHASE 3 NOTES: . 13 7'301012AE Y5705952 326313 N]S 3p 17A7' -..— .... RIOT K 17Li _.._ ..__ I. R1ASE } IS THE RECONSTEICTIDN OF A OAAIAGm PDR110N1 OF TIE PpI4EtCR ROAD E COOR0114MF lE1PoPMRf FlEC11UG1L PEDUWOAERTB RIM THE ONTQt J. CONSTRUCT PAVFMEM SE_. _ W 14 1S )30094Y� 77WWY34 MJ705 M 9SAW.99 325 ]TSI.tE M]S >➢ IQl5' N1 9 /Q15*n0V n01 p 27AY N 27A0' AAPCEMF ro TIE SWTMEST CORNER OF TILE T[TMIML RAND. eMt 2. THE CONIIPACTOR NIL BE A1LW'ED 15 CALENDAR DAYS TO COMPLETE RINSE ].. L i1ff OMER rIEL TEMPORARILY REIq.E LIGHT FIXTL4rl5 FOR THE RAMP N. REMOVE AND DISPOSE OF IEINPOR.ARi PERYEIFR BOND. PEWETER LIIRlRNG, THE COHTP CfOR MUST PROVIDE TEMPORARY MT M 16 730094224 93700.1E2 325289 N1T ]9 tE.70 NIOr 42779' MVRN TOM. 3. lITIHIN PHASE ] WY BE COMPLETED CONCURRENTLY NITH EITHER PHASE I OR FOR THE dDIC IT CANS FTHE DURATION OF CONiIRUCOW. L PERFORM FMtSH GRADING ACTNRIES. ]17000I4pE 17 . 77]OOW2]9 3D0974.Y 95705770�=L" 957057M ]1S13C�NA M3S >➢ 1E1W >o I&W WOr q 27.ET 27LT PHASE 1. F. TILE OVER NEL L OUT / TM WT THE UNitETGTOIRlD ELECTRICAL CIRCUITS GOIFLE00tl OF GRADNO ACT"m, APPROPRIATE VEGETATION AeEDl41ELY MIEN NBL MOLYKD DURING IN THE MORN AREA WHEN REQUIRED BY 1HE CONTRACTOR. PROVIDE THE M' I`UBNSH AND WALL THE iE 19 -} 20 73W92479 1 7}OOi10.n 957M924 YSN/Y W 33525E .Y.,._ =12A0 NTS>01AE0' _. NL ]Y I&W nOV N n01 IY 27.96' .... _.... 11IOV 4Y 17SS 4, THE FULLONNG AARW.AFT ARRELD TRAFIIC OPERATIONS BE OMER N INCURS Ngil(i RINSE ]: , A ACCESS i0 TIE SOUTH Er10 OF TILE TERMw1 RAMP NBL BE CLOEID. L. PR0IECT M,NG ETECIRICN CIRCIATS. MAWgLES, AND LA:4R CVS N PLACE. N. REMOVE AND DISPOSE OF TEMPORARY BNPPP CONTROLS PRIOR TO REOPEMNG TIE PNASMQ UITWIIOI DEPTH OF UNDERGROUND ELECTRICAL PRIOR TO FULL IXGVA110N. CLOSED PAVEMENT AREAS. pEMOUj'M AND 21 22 i'-73004125 7]009W.N 95MI 74 967NA 10 ]fi2.m ]257.99 w ]Y 1E76 -. 1@ >0 7 n0/ _.. 497D.li n01 49 IE 5. CDNSITUCIpi TASItS FOR RINSE 3 ARE AS FOLLO/S: SwPPP PLAN - F. SANCUT. REMO& AND DISPOSE OF EYIBiPC PAVEYFM. 0. PERFORM A FINAL CIDANNq OF THE Nt]IEt AREA S ® PHASE a A COMMNTE THE CLO!U E OF APPROPRIATE PAVFIENTS NITH IK DASHER. G. FEIFORMI PEOINPLD PROOF RQLMD OPRNTDIlB. P, BIRRGAOES. EWPMFNT, MATERIALS. ANDCONIPACTOP PERSONNEL EACH 23 ]]0099QEE W701E3D ..... 3257d5 __..._-._ K33' 39 1725 �_. .. n01 49 2E.i4' ..... __.._ TIE B. FUPTI@I AND INSTALL BARRICADES AT THE LOCATIONS SNGMN. TIE MVRN AREA. O 24 �AO(p97.33 �770100].7E 95704244 Y67o]5A 3257.9E -1 +�w+u 14T ]9' I]�t' N701' 49' 29D7' Z 10 K PERFORM REWRED REMOVAL AND RfPLAC01LT1T OF UNSUITA&E $IIBGPIDE 0. COORDINATE Mrlll THE OMER ro REOPEN THE CLOSED PAVE31FIrT AREAS. Q FV4 C. F1FW95H AND INSTAL. TEMPORARY SYWP GpIfRQS, W1E11MLS. 76 26 7]O/Opt 14 96]G1.1]1 J73293_i 11J3' i I7,>0' n01 49 1D.15• P' 4 " NM1611 ESTALL 1ELTPORVtt PER9IUER PCAD. 1. i11PJlT5H AND WALL T1E UNCENRORIRI AND ASSOf)ATED A^PIIRiENANICES. ?7 '/301012E3 9570}321 ]2*+m NUS 39' 17.4P 19 n01' ' mia' D. AND SCALE IN FEET TAM CENIFRL !E (DIPECmN or TRAFFIC) I YELLOW SELF -POWERED RED LENS STANDARD 3-WAY, 6-VOLT OMNIORECTIONAL. BARRICADE LIGM SEE FM AC 150/5370-2. LATEST EDITION oPA /WHITE INCH REFLECTAE STRIPE E)EYdiNtl PffiIE6E tl4II5: 1. PROVIDE ONE UVUT TAXI CLOSURE MARKER FOR AENnFICATION EACH AT THE APPROURAM LOCATIONS NOTED N THE PLAJS PLACEMENT TIME AID EXACT LOCATIONS SHILL BE COORO MD w AIRPORT OPERATIONS. 2. PROVIDE AND MANTW IN WORKING ORDER UNLIT TAXI CLOSURE MARKER DEMCES IN NEW OR GOOD COIMITON. UNIT TAM CLOSURE MARKER SHALL BE YELLOW AND SMALL BE AOEWATELY SECURED AGAINST MOVEMENT DUE TO WINO AND/CR AIRCRAFT ENGNE THRUST. PLACEMENT. CONOInan. AND ANCHORAGE SH BE INSPECTED AND APPROVED BY AIRPORT CPER ATOM PLACEMENT AND REMOVAL SNAIL BE ONLY AT THE MRECTCN OF TIE ARPMRT AHO/OR ENONEER. UNLIT TAM CLOSURE MARKERS MAY BE CONSTRUCTED OF FABRIC, COIOFED PLASTIC, PAINTED SHEETS o PLYW0O0. OR S61M1.AR MATERIALS, UNLIT TAD CLOSURE MARKERS SHALL COMPLY WITH FAA AC 150/S370-2. OPERATIONAL SAFETY ON AIRPORTS WRING CONSMUCnOH. CURRENT MITCH, LATEST CHAHOE AND FAA AC 1S0/SSW-1, STANDARD FM AIRPORT MARKINGS. CURRENT MITCH. LATEST CNANOE. 3. ALL COSTS ASSOCIATED WITH TKE INSTALLATION. LNNTENAN(E. AND REMOVAL OF UNLIT TAM CLOSURE MARKERS R40LUDM LIBOR. EWIPMENT. MATERIAB. AND NCM WA.S %NLL BE SUBgDtARY TO THE TEMPORARY CONSTRUCTION BID HEMS. eUNLIT TAXI CLOSURE MARKER GS01 SCAEo N.T.S. CIEMRON CWt-e. DRNEWAY SIGN DTOA 1e' MO, TM KEG RIOHT RA SERIES, A. MA% OR AS APPROJED W ENGINEER NADLE aRLu u+uu DffiL'�1ELS1i4ID7M TOP SHOULD NOT L CCTION ALLOW OLLE OF WATTDE OR DEDR6 mmrAmw 9/16' DM. (TIP) FOR Sam DIRECTIONAL CHEVRON AND FLASHNO wIRNING LN'HT5 1. DRUMS. TRAFFIC CONES. AND ALL RELATED ITEMS SHALL COMPLY WITH THE REC UWtEMS OF THE (SEE DETAIL ON THIS SHEET) CURfIENT OF 'TEKAS MANUAL ONTRWM �ES CWCONTROLDEMLES (TARIMD) AND YNE TRAFFIC OMROL UNIFORM 2. DRUMS. CONES. BASES. AND RELATED MATERIALS SHALL D M GOOD WORKMANSHIP AND SMALL BE FREE rRW OBJECTIONABLE MARKS OR DEFECTS THAT WOULD ADVERSELY AFFECT THEIR APPEARANCE OR SERJICF_AaUYY. 3. CONTINUOUSLY IAMNTMN THE PIACENEM, LOCATION AND OPERATION OF A. BARRICADES FOR THE EACH DRUM SNALL A,AA A WNIMUN OF 1 ORAGE AND 2 DURATION OF THE PROTECT. BARRDES ICASEMLL BE INSPECTED DAILY BY THE CONTRACTOR AND THE OWNER AND ANY DRIOEHCIES FOND SNAL BE CORRECTED MMEOMMLY. WHITE STRIPES VSNG TYPE C RETROREFLECRJE SHEETING WITH A. WARNING UG OR DRECTIOWI CHEVRONS MAY BE INSTALLED ON A DRUM, TRW TOP SnUPE BEND ORANGE. S. WMMNO UGHIS SNAIL NOT BE INSTALLED ON A TRAFFM CONE OR ON A DRUM THAT NUS A SIGN, CHEVRON, OR VERTICAL PANEL TAPER T I.. I TAPER ro ALLOY roR 6. TRAFFIC CONES MAY BE USED FOR APPRO.ED TEMPORARY (LESS THOU 12 HOURS). NRFEID PAERf_M CLOSURES. A AIRRMUM OF FOUR 1PIFTTC CONES OR ONE FOR EVERY 20 FEET O A O 5 Oa A PAVEMFM TO BE CLOSED (WIRCFIVER 6 GREATER) IS REWIRED TO PROPERLY BARRICADE A SECIpN CF PAVEMENT. ' 1. ALL COSTS ASSOCIATED WITH THE INSTN1AlI0N, 4ANTENA CE, AND REMOVAL OF BAtRICAOM INCLUDING L.RBOR, EQUIPMENT. MATERIALS. AND INCIDENTALS SHALL BE SUBSIDIARY TO THE TEMPORARY CONSTRUCTION BID ITEMS. CONSTRUCTION BARREL AND TRAFFIC CONE BARRICADES OSN S , KTS 1. FUIMSN AID PLAC[ Low-PROFLE 6VR flDEs w+ERc NrnEO w THE PNASINc v1AN5. 1. DOWN UCH BARRKIDE Bt iHL1NG WI1H WATER. 3. PUCE EIAIeOODES A MAXMLM OF A FEET APART AT C0RSIAM0i10AM '.EHCLL ENTRY POINTS INTO THE WORK AREA PLACE —CiOES A NAKIRAIM O I2 FEEL ARAM. AD"S' BAD$ SUOM TNAT NO CAPS BETWEEN 6MRIC M` E CFFD 1 1 ET WHEN METIE 6 NO COMSiRVCfION ACTMtt. A T Vv CONTINUOUSLY MrtPUCENEM AIN THE . LOCATION NOPED — OF THE UGH15 FOR THE DUATION OF THE PROJECT. INSPECT 6ARNCADES DULY AND CORRECT ANY 0EFdQ016 OU V N9SDMTRY, CORRECT ANY DEFGENCES REPORTED TO THE CONTRACTOR IN AbRPORT OPERAMNS AHD/OR THE ENC,NEER. AAN S. SPAS BARRIG0[5, NCLUDNO SPAS LDMS AND eATTEF0E5. REPLACE DMMLED BARRICA06. NCLUDMO BATTERIES. NMEdATEY AT NO AO K— EXPENSE TO TIE OWNER. 6. ALL COSTS ASSOCIATED WTfH THE INSTALLATION.MNNRHNOE AND REM A. OF BARRKCADES NCLUDNO LABOR, EOUtPMENT, MATERIALS. AID NDIOENTAS SHALL BE SUBSI0— TO THE TEMPORARY CONSTRUCTION BIO ITEMS. eLOW -PROFILE BARRICADE CA1 ScAuE N.T.$. a� %t�i" ClN of Lubbocf1 �W}M MT80111TN0NIIL .DOLE, EAST GA NANP REHABILITATION AVIATION ORANGE RMe10M{ AVIATION WTIRE I OOe YIN rWeae'T AIVAUNI 3 MN, .., Ifi000i906 NOTE'. SMMTY FUG SNAL :C. [ PRONNENTLY r •• DISPLAYED ON^OSTRUCIDN EOXPLEM UKLES ;� FAvr mu MARKED WTTH N4SANG BEACON. SAFETY AND SECURITY eCONSTRUCTION SAFETY FLAG DETALS �( �tYII�YE D bePYwP na Call beta�e d G501 City of Lubbock, TX ITB 17-13295-TF East General Aviation Ramp Rehabilitation at LPSIA 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. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. 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 number. 8. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. 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 REQUIRED 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 2252908 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 FOUR BID SUBMITTAL. �ViT\i+nCY_, :rv\C.. (Type or Print Company Name) Pa2e Intentionally Left Blank City of Lubbock Front End Documents City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 0 INDEX 1. NOTICE TO BIDDERS M2. 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 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 k ..r 2 Pa2e Intentionally Left Blank City of Lubbock Front End Documents City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 21 0001 11-12 NOTICE TO BIDDERS ITB 17-13295-TF 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 March 15, 2017, 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: East General Aviation Ramp Rehabilitation at LPSIA 1 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 March 15, 2017, and the City of Lubbock City Council will consider the bids on April 13, 2017, 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. 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 March 7, 2017, at 10:00 a.m., Lubbock Preston Smith International Airuort. 5401 North Martin Luther King Blvd, 2nd Floor CFRM. Lubbock, Texas 79403. A site visit will be held immediately following the pre -bid meeting. 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 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. 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 4 GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish East General Aviation Ramp Rehabilitation at LPSIA per the attached specifications and contract documents. Sealed bids 1 will be received no later than 2:00 p.m., on March 15, 2017 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 17-13295-TF, East General Aviation Ramp Rehabilitation at LPSIA" 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 z 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract t 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 �a 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 March 7, 2017, at Lubbock Preston Smith International Airport, 5401 North Martin Luther KinE 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. 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 infonnation, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential infonnation 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 infonnation 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 infonnation 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 Govermnent Code, then such infonnation will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in confonnance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES ( Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local i" 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, l 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 REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing 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: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: tkflores@mylubbock.us Bidsync: www.bidsyne.com 13 TIME AND ORDER FOR COMPLETION I i 13.1 The construction covered by the contract documents shall be substantially completed within 60 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 pennitted 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 Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the r_ _ 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. tl 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. x (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX i. 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 darnage 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, r ' 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. 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 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 naive 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 17-13295-TF, East General Aviation Ramp Rehabilitation at LPSIA" f, 11 30 31 29.3.3 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening _ 1, 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 opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. t g (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 perfonn 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. 12 1 [,� 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 21 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 detennining 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 _F 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. 1 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: http://w-ww.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. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall 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. 14 BID SUBMITTAL FORM Pale Intentionally Left Blank City of Lubbock Front End Documents 00 01 11-12 City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 ,r z BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: MPACA4 72, 2c 1`7 PROJECT NUMBER: ITB 17-13295-TF, East General Aviation Ramp Rehabilitation at LPSIA 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 East General Aviation Ramp Rehabilitation at LPSIA, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID Item Estimated Extended No. Description Unit uantit Unit Price Amount 1 Mobilization and General Conditions LS 1 10 '7b,00n. �. ?Olt 000 2 Temporary Construction Items LS 1 °® 40 000. r oa tads too a , 3 Pavement Marking Obliteration LS 1 000 • 4 Aircraft Tiedown Anchor EA 12 {.pp• °r • e� 7, z6c'Do 5 Asphalt Surface Removal (Perimeter Road) SY 218 l $. 3, 9 a y. Do 6 Aggregate Base Removal (Perimeter Road) SY 226 i . S� 2t S9el. 7 HMA (Asphalt) Surface Removal (East GA Ramp, SY 23 349 �a 3• o 00 -701 `n. Base Bid) 8 HMA Overlay Course (East GA Ramp) TON 3,294 ao 1 Z0. �' 19q, o so." 9 6" HMA Surface Course (Perimeter Road) TON 72 SOD. 6y9 a 1, I.00, 00 10 Bituminous Prime Coat (Perimeter Road) GAL 57 o? D? 11 Bituminous Tack Coat (East GA Ramp) GAL 3,503 a, 5-2 19,-7S -%. 5= 12 Pavement Markings LS 1 111000. 11 t boo. 13 8" ASTM F-949 Smooth -Wall, Perforated PVC LF 91 "7o . °a (Ot �-76 . Underdrain Pipe 14 8" ASTM F-949 Smooth-WaII, Non -Perforated LF 52 b , 3 O PVC Underdrain Pipe " 15 Single Underdrain Cleanout EA 2 �r,o� 3e0.S03 16 Sloped End Treatment for 8" Pipe EA 1 5 1�511 , 651 17 Excavation (Unsuitable Materials) CY 393 So, DID 11 )7°1o. —1 18 Grade 2, Type D Flexible Base (Complete in CY 450 0-a-'Place) ' �' e 19 Rock Construction Exit EA 2 q, 0 $P000 20 Temporary Sediment Control Fence LF 308 7 ae 21 Inlet Protection Barrier EA 7 766. 22 SWPPP LS 1 7, , 7, 5-00. Total (Items 1-22) $ "j qg�) 'LS1. ALTERNATE NO. 1 item No. Description (D Unit Estimated nantit Unit Price Extended Amount 23 Remove Bid Item No. 7 - HMA (Asphalt) Surface SY {23,349) 3 -7a,oy~a=�^ Removal (East GA Ramp, Base Bid) 24 �L HMA (Asphalt) Surface Removal (East GA Ramp, SY 23,349 ® (7 7► 2-. Alternate No. 1 } 2S Remove 658 TON from Bid Item No. 8 - HMA TON (658) sa ► y®, -- / (-is "' Overlay Course (East GA Ramp) ,`a. 26 Cement (61/6) TON 526 ' -1. 5° 77, 98S. 27 Cement Treatment, 8" Depth SY 23,349 Total (Items 23-27) I® $ 1 is 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 <d2aysCompletiono 60 CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. If Alternate No. l is awarded, 14 ADDITIONAL CALENDAR (DAYS will be awarded to the Bidder to substantially complete the project. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,138.84 for each consecutive calendar day in excess L -t 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 that the deductive bid items of Alternate No. 1 (item Nos. 23 and 25) are quantities deducted from the Base Bid (Item Nos. 7 and 8, respectively). The unit prices for the Base Bid and corresponding Alternate No. I bid items must match such that the deduction of each unit results in a net zero cost for that unit. 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 R:k Bidder's Initials Enclosed with this bid is a Cashier's Check or Certified Check for N I -A Dollars (S t41A } or a Bid Bond in the sum of S ®/® Qv: 7 ®TA c GI a Dollars (S S'/ or q,ro h which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(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. , N C/�- (Seal if Bidder is a Corporation) O CIO VROre ATTEST: SEAL Secretary ESO� j Bidder acknowledges receipt of the following addenda: Date: Aaau ZZ, 7-DO (Printed or Typed Name) .ea%wae-V- , k"r- . Company Address 14%L e City, County ' 1 y M.zc® State Zip Code Telephone: tZ - q t 04q� Fax 1-1 - M1 °t t — QS '— Addenda No. Date 31101 zo 17 FEDERAL TAX ID or SOCIAL SECURITY No. Addenda No. Date Addenda No. Date (,5' 2 to 5 ci Addenda No. Date _ _ EMAIL: ('e—kL6n i n Ckt-n,tn NlAVBE Firm: Woman Black American Native American His anic American Asian i'acific American Other S cif 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. CNASUREN BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Duininck, Inc.. 4701 Hwy 377, Roanoke, TX 55440-9322, hereinafter referred to as the Principal, and National Fire Insurance Company of Hartford and Continental Casualty Company, 333 S Wabash Ave. Chicago, IL 60604, hereinafter referred to as the Surety, are held and firmly bond unto City of Lubbock 1625 1301 St. Room 204, Lubbock. TX 79401 hereinafter referred to as the Obligee, in the sum of Five Percent of bid (5 % of Bid ) for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for: Lubbock Preston Smith International Airport East Aviation Ramp Rehabilitation `; NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with Surety acceptable to the Obligee; or if the Principal fails 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 void, otherwise to remain in full force and effect. r SIGNED, SEALED AND DATED: March 15, 2017 Duininck Inc. (Principal) By (Seal) Ry Duininck, Vice President National Fire Insurance Company of Hartford and Continental Casualty Company (Surety) By (Seal) Myron Mulder, Attorney -in -Fact ►TATE OF- Minnesota )SS: ;OUNTY OF Kandivohi ) I, Verla K. Folkerts , Notary Public of Kandivohi County, in the State of Minnesota; o hereby certify that Myron Mulder , Attorney -in -Fact of the National Fire Insurance Company of Hartford ind Continental Casualty Company, who is personally known to me to be the same person whose name is ubscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that he signed,r, ealed and delivered said instrument, for and on behalf of the National Fire Insurance Company of Hartford and :ontinental Casualty Company, for the uses and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Prinsburg in said County, this 15th day of March 2017 11. III U 9 City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Bidder Must be submitted with Bid 1, 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. 4 Con ctor (Original Signature) Contractor (Print) !! CONTRACTOR'S BUSINESS NAME: ®UININCK INC. (Print or Type) 4701 HIGHWAY 377 ROANOKE, TEXAS 7626 CONTRACTOR'S FIRM ADDRESS: NOTE TO CONTRACTOR If the time requirement speciCed 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. 1TB 17-13295-TF East General Aviation Ramp Rehabilitation at LPSIA Pate Intentionally Left Blank City of Lubbock Front End Documents 0001 11-12 City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 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 factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. 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: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Bidder's Initials ! 11 " 1 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 V' 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. iIESTION 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 V e [I 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 shalt be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. ....NEW- , Title P 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: c- FEDERAL TAX III or SOCIAL SECURIT No. Li % " Signature of Company Official: Printed name of company official signing above:,_ R A-r ®UM' GkC b VP Date Signed:------- LIST OF SUB -CONTRACTORS 1 ITS 17-13295-TF East General Aviation Ramp Rehabilitation at LPSIA LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No I. ISTM I P C- -a — Z®rJE L7 m Qa,,s1at&-'t9c ❑ er 2. -Vao ett-t N ❑ ❑ 3. _ 1 sc4A Lw 6 P6, tv-__ITV 5 wi P rp R( ❑ 4. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ S. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ 12. ❑ ❑ ,, 13. ❑ ❑ 14. 0 ❑ . _ 15. ❑ ❑ 16. ❑ ❑ u;.ne t GK T✓�C. Company , !A-7 0% ki. W�.eJot 3 7't Address % ® �� a®•® s city, County C� -ce xa S -r 621b2 State Zip code Telephone: 02 - t r 02 &f6 Fax: reil - q R t -- 4 S: 2 E �. i I 4 • , . � 1, l 1 19 Page Intentionally Left Blank City of Lubbock Front End Documents 0001 11-12 City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 ITB 17-13295-TF East General Aviation Ramp Rehabilitation at LPSIA FINAL LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. SM9-1 PE -A - i' a &Rtwa PR��St�6,Tk ayemg-nAT %%i\ay4wL3 ❑ 9 2. 1 Ex 6p ?aawtsC �'Tx M %" k Nu, ❑ to 3. WAock1'1"k SVVP P ❑ 4. ❑ ❑ 5, ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ S. Cl ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ C gany Address Cittyy, County iZ,a►,s o �. c T"X 7b 2- � Z State Zip Code Telephone: 1 *1 - Acj 1 a 9 q% _. Fax: l� - °! t — �S- THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. 3 Pate Intentionally Left Blank City of Lubbock Front End Documents 0001 11-12 City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 PAYMENT BOND M Pau Intentionally Left Blank City of Lubbock Front End Documents City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase I 0001 11-12 Bond 929645339 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Duininck, Inc. (hereinafter called the Principal(s), as Principal(s), and National Fire Insurance Corrpany of Hartford and Continental Casualty C=a13Y 333 S Wabash Ave, Chicago, IL 60604 (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight Hundred Sixty -One Thousand Two Hundred Ninety -Four Dollars and Sixty Cents ($861,294.60) 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 27tn day of April, 2017, to East General Aviation Ramp Rehabilitation at LPSIA 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 8th day of May , 2017. National Fjr Insuran a any of Hartford and Continental �asualty �aan Duininck Inc Surety (Company Name) *By: �t (Title) Attorney -In -Fact 1 By: Ryan Duininck (Printed Name) (Signature) Vice President (Title) Pam Intentionally Left Blank ) ; The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Ford Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. National Fire Insurance Company of Hartford and Continental Casualty Company Surety * By. (Title) Attorney -In -Fact Approved as to form: City of L ock� By: t A e * 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 No Text STATE OF Minnesota )SS: COUNTY OF Kandivohi ) ( I, Verla K. Folkerts , Notary Public of Kandivohi County, in the State of Minnesota I do hereby certify that Myron Mulder , Attorney -in -Fact of the National Fire Insurance Company of Hartfor� and Continental Casualty Company, who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, apd acknowledged that he signed sealed and delivered said instrument, for and on behalf of the National Fire Insurance Company of Hartford an( Continental Casualty Company, for the uses and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Prinsburg in said County, thi 8th day of May , 2017 Notary Public C .W'VERLA K FFOLKERTSNotary Pub�Dumesofa C0=%WW EWkw Jan st, 2 6 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of d ! Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, --, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Myron Mulder, Roger Ahrenholz, Wes G Wieberdink, Individually of Prinsburg, MN, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. 4 This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto €€ affixed on this 1 st day of July, 2015. spy GAS uv<rj 1NStJR'd coRvoaarp � 19MOPW JULY 31, , t ea7 � kaR�F� • Continental Casualty Company National Fire Insurance Company of Hartford American Cas ilty Company of Reading, Pennsylvania /. Paul T. Bruflat Vice President State of South Dakota, County of Minnehaha, ss: On this 1st day of July, 2015, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. 4A4144►3MMAhN�4464titiwM4tir S. ETCH }{ ROTARY PU18L1C ;b$ , r SOUTH DAKOTA �'�ti4btidOri4hVtiriiliti,i�1M f My Commission Expires February 12, 2021 S. Eich 4otary Public CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 8th day of %Y 2017 . a� GAS 4 OWonare 1597 Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford d' � �arfc ;R American Casualty Company of Reading, Pennsylvania JULY 31, D. Bult Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of -� the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25'h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures'); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duty adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to ] execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Lj Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement To be attached to and from a part of Bond No. 929645339 In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.200(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 Forth F6944 PERFORMANCE BOND No Text Bond 929645339 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 Duininck, Inc. (hereinafter called the Principal(s), as Principal(s),and National Fire Insurance Company of Hartford and Continental Casualty Company 333 S Wabash Ave, Chicago, IL 60604 (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight Hundred Sixty -One Thousand Two Hundred Ninety -Four Dollars and Sixty Cents ($861,294.60) 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 r_ and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 271h day of April, 2017, to East General Aviation Ramp Rehabilitation at LPSIA 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) i 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 8thday of May , 2017. National Fire Insurance Company of Hartford and Continental Casualty Company Duininck Inc. Surety (Company Name) * By: .� (Title) Attorney -In -Fact 1 By: Ryan Duininck (Printed Name) (Signature) (Title) President Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. National Fire Insurance Corrpany of Hartfor and Continental Casualty Company Surety *By_ (Title) Attorney -In -Fact Approved as to City of L oc By: * 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 STATE OF Minnesota ASS: COUNTY OF Kandivohi ) f I, Verla K. Folkerts , Notary Public of Kandiyohi County, in the State of Minnesot. I do hereby certify that Myron Mulder , Attorney -in -Fact of the National Fire Insurance Company of Hartfon and Continental Casualty Company, who is personally known to me to be the same person whose name is [subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that he signed sealed and delivered said instrument, for and on behalf of the National Fire Insurance Company of Hartford an( Continental Casualty Company, for the uses and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Prinsburg in said County, thi! [ 8th day of May 1 2017 Notary Public W'VERLA POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Myron Mulder, Roger Ahrenholz, Wes G Wieberdink, Individually of Prinsburg, MN, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. -Y This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 1 st day of July, 2015. GASug4 ►%SIGN vt+Nr oa F %*9a"a+atFo JULY 11, , U SFJ1L I902 �aP 1897 � rtaRtFd�°� � Continental Casualty Company National Fire Insurance Company of Hartford American Cas lty Company of Reading, Pennsylvania 7— Paul T. Bruflat Vice President State of South Dakota, County of Minnehaha, ss: On this 1 st day of July, 2015, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, 'National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. t,►1\M4ti4M,titi4titiN,titi�a1► t i S. EICH ff • woMARY PUBLIC(MI . SOUTH oOlcot,�f My Commission Expires February 12, 2021 S. Eich otary Public CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 8th day of May 2017 ASUq�Ty 044 _. ►Nrp� oopaonntra' dwORPORAtFG __< u SEAL 1897 HAA7F Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania 10 D. Bult Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25'h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Director; has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duty adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25'h day of April, 20I2: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of Bice nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement To be attached to and from a part of Bond No. 929645339 In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.200(6) of the Texas Property Code any notice of claim to the named surety under this bonds) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 Form F6944 CERTIFICATE OF INSURANCE t �s 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. .r 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 $ ❑ 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 EAIPLOYERS' LIABILITY The Proprietor/ __ hicluded 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 44 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 By. 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 ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. t f i-. 2 CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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. 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; (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 i t i_ (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 E: are providing services. CONTRACT Page Intentionally Left Blank City of Lubbock Front End Documents 0001 11-12 City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 Contract 13295 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 27" day of April, 2017, 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 Duininck, Inc. of the City of Roanoke, County of Denton and the State of Texas hereinafter tenned CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and 1. perfonned 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: t ITB 17-13295-TF East General Aviation Ramp Rehabilitation at LPSIA 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. Duininck, Inc.'s bid dated March 22, 2017 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 t been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: k ti Duininck, Inc. By: --- PRINTED NAME: RYAN 1?111NI[NICK TITLE: VICE PRESIDENT COMPLETE ADDRESS: Duininck, Inc. 4701 North Highway 377 Roanoke, TX 76262 ATTEST: 1-� Corporate Secretary CITY OF L BOCK, AS (OWNER): By: Daniel M. Pope, Mayor ATTEST: Re ec a Garza, City Secretary APPROVED AS TO CONTENT: C -- A [� Nt h� Kelly C pbell, Director of Aviation ...� I,' � • � yam. istan Page Intentionally Left Blank City of Lubbock Front End Documents 0001 11-12 City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 CONFLICT OF INTEREST QUESTIONNAIR CHAPTER 176 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 71h 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 4 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 City for the sale or purchase q Y Y 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 f 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmental- websites/departments/purchasing/vendor-infonnation 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: httns://Nvww.ethics.state.tx.us/whatsnew/elf info fonnl295.htm GENERAL CONDITIONS OF THE AGREEMENT {\ Pne Intentionall -v Left Blank City of Lubbock Front End Documents 0001 11-12 yj City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 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 Duininck, Inc., who has agreed to perform the work embraced in this contract, t or their legal representative. ` 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Steve Nicholson, Deputy Director 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," Y pp "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 t , 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. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative 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 t 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. 4,.. 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 R 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 t 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 1..; 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 1 . Representative and Contractor. t_ 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 roan 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 inade 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 requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in confonnity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a _ claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; E 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 v 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 detennined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office inust 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 docu vents, 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 Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its 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 4, 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 ra 1] rim F 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 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Products of Complete Operation Endorsements Heavy Equipment Owner's and Contractor's Protective Liability Insurance. - NOT REQUIRED. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, 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. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 per occurrence on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least l 0$ , 00,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. t 1 Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodibeverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 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. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior 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 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 omthe 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. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. 10 (8) If policy limits are paid, new policy must be secured for new coverage to complete project. t... % (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; , (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the govermnental 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; (� notify the governmental entity in writing b certified mail or personal delivery, within 10 fY g h' g Y p rY� 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 4` 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, orproviding 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 (Lvww.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: 11 t (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. -- 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 12 1_ 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its 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 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. 1 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 perfonn 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. 13 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be cominenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,138.84 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. 14 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and 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 fonn, 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 furnishing of all necessary labor, equipment and material and the completion of all work I 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 t ' 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 -v with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there 15 i__ I'll are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the teens of the contract documents. An partial payment made hereunder shall not constitute a waiver b the Owner of an and all other rights to Any p Y Y Y g enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work P,.t 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 31st 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. 16 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 workinanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for sunder 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, 17 equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same teens 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 petsons 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. 18 I 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a perfonnance 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 I , 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 fonns 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 events special conditions are contained herein as art of the contract documents and said special conditions p P p 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. l 54. CLEANING UP 1 The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or forin, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a 19 Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 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). 20 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 a 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. Instructions for completing Form 1295 are available at: http:Hwww. ci lubbock.tx.us/depai-tmental-websites/departments/purchasing/vendor-information �_ _ 21 Page Intentionally Left Blank City of Lubbock Front End Documents City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase I 0001 11-12 0 DAVIS BACON WAGE DETERMINATIONS EXHIBIT A EXHIBIT A General Decision Number: TX170007 01/06/2017 TX7 Superseded General Decision Number: TX20160007 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 $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any 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 $10.20 per hour (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 2017. 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/govcontracts. Modification Number Publication Date 0 01/06/2017 * 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 LABORER 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 ........................$ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ........................$ 12.28 Loader/Baekhoe..............$ 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 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health - related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health - related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 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 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 confonnance (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 (fonnerly 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. Pa2e Intentionally Left Blank City of Lubbock Front End Documents City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase I J J ij SPECIFICATIONS I Pa2e Intentionally Left Blank City of Lubbock Front End Documents City of Lubbock Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 0001 11-12 rs City Of Lubbock TEXAS EAST GA RAMP REHABILITATION TECHNICAL SPECIFICATIONS OF � **• / ELLIOT NEPH •% /................................ 110 15 1 ; 1� j 0�.' /CENSI� a� � �SS�OMAI.ENG`= 20, 2017 Prepared by RS&H, Inc. forthe Lubbock Preston Smith International Airport Lubbock,Texas RS&H City ITB No. 17-13295-TF City Contract No. 13295 City Project No.: 8552.8304.30000 RS&H No.: 2230003005 INTENTIONALLY LEFT BLANK a H H RS&H LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT EAST GA RAMP REHABILITATION CITY CONTRACT NO. 12234, AMENDMENT NO. 5 TECHNICAL SPECIFICATIONS INDEX FAA General Provisions Section 10 Definition of Terms Section 40 Scope of Work Section 50 Control of Work Section 60 Control of Materials Section 70 Legal Regulations and Responsibility to Public Section 80 Execution and Progress Section 100 Contractor Quality Control Program Section 105 Mobilization Section 110 Method of Estimating Percentage of Material Within Specification Limits General Specifications Item G-205 Temporary Construction Items Item G-206 Removal of Markings Item G-209 Sawcutting FAA Standard Specifications, FAA Advisory Circular 15015370-10G Item P-101 Surface Preparation Item P-401 Hot Mix Asphalt (HMA) Pavements Item P-602 Bituminous Prime Coat Item P-603 Bituminous Tack Coat Item P-605 Joint Sealing Filler Item P-610 Structural Portland Cement Concrete Item P-620 Runway and Taxiway Marking Item D-705 Pipe Underdrains for Airports Item D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures Item T-901 Seeding Item T-905 Topsoiling TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges (Version dated November 1, 2014) Item 110 Excavation Item 204 Sprinkling Item 216 Proof Rolling Item 247 Flexible Base Item 506 Temporary Erosion, Sedimentation, and Environmental Controls RS&H Appendices A. Construction Safety and Phasing Plan (CSPP) B. AC 150/5370-2F Operational Safety on Airports During Construction Note: Where portions of text have been lined through (example), this text has been deleted and does not apply to this project. Where portions of text have been bolded (example), this text has been added and is binding to this project. This process is utilized throughout the technical specifications (excluding the contract documents and plans). �49 RS&H FAA GENERAL PROVISIONS RS&H INTENTIONALLY LEFT BLANK 7/21/2014 AC 150/5370-1OG SECTION 10 DEFINITION OF TERMS ' Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be fumished. 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. The term Airport for the use of this project and all associated documents refers to the Lubbock Preston Smith International Airport. 10-07 ASTM INTERNATIONAL (ASTM). Formerly known as the American Society for Testing and Materials (ASTM). 10-08 AWARD. t The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-09 BIDDER. ( An individual partnership, firm or corporation, actin directly or through a duly authorized Y p P, 1P � g Y g Y representative, who submits a proposal for the work contemplated. Section 10 Definition of Terms 1 of 6 7/21/2014 AC 150/5370-1OG 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. 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. 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 observation 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. Section 10 Definition of Terms 2 of 6 rT~ 7/21/2014 AC 150/5370-1OG _ 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. Also referred to as "Resident Project Representative (RPR)" or "Engineer's Representative". 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. 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 t 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% of the total amount of the award contract. All other items shall be considered minor contract items. Section 10 Definition of Terms 3 of 6 t _, 7/21/2014 AC 150/5370-1OG , 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 I 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._ 10-43 SPECIFICATIONS. ll Section 10 Definition of Terms 4 of 6 7/21/2014 AC 150/5370-1OG g 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 cribbin • storm and sanitary 1P g g g, Y sewer lines; water lines; underdrains; electrical ducts, manholes, bandholes, 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 work that would increase or g g(1) decrease the total amount of the awarded contract, or any major contract item, by more than 25%, 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 Y j 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 5 of 6 7/21/2014 AC 150/5370-1OG Intentionally Left Blank Section 10 Definition of Terms 6 of 6 7/21/2014 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 terns of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The Owner- ha-ve the to iens in the be desifable fesefyes and to shall the right make sueh iffteaded in alter -a work as may neeessafy of Unless her-ein, the eomplete Engineer- work original!), be an is hei:eby aeeeptable mannen other -wise speeifi to in the deer shall and the authorized make sueh alter-ations work as ma-y that the -ease does original!), the total awar-ded eantmet the quan4ities, provided aggregate of sueh total item by th altefations 0 not ehange being based eentfaet eest or- the eest ef any major- eentfaet ffiefe in the ,; (total eest en anit pr-iees and limitation awarded eeatfaet). estimated quantities invalidate the the shall not eentfaet nor release stwevy, the These that for- the the be efiginal "Change,; eepAr-aet. by alterations » issued afe work by the Engineef. within general seepe of eent+aretsh—all Ghaiige for- inelude eever-ed 6me in the Engineer-' orders altered wefk shall h the exctensions of eepAfaet where, extensions ir-a4e with Supplemental agreements shall be approved by the FAA and shall inehide all applieable Feder -a! eont-Fae provisions fef pr-oeur-efnent and eantfaefing r-equir-ed undef AIP. Supplemental agreements shall also See City of Lubbock Procurement and Contracting Documents. 40-03 OMITTED ITEMS. • �� •. . .• • _� . •� See City of Lubbock Procurement and Contracting Documents. Section 40 Scope of Work 1 of 4 AC 150/5370-1OG 7/21/2014 40-04 EXTRA WORK. basis has been in the issued of paymeR4 provided the e+igifial eantfaet be "Extsa or- previously eha-age efder-s of Work." gxtfa WedE that is the supplemental ag-Feements, same shall ealled within gener-al that,no in the Engineer-'s- •� •. _a• - - See City of Lubbock Procurement and Contracting Documents. 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 shall provide such maintenance as may be required to acconunodate 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) (hjt2://mutcd.fhwa.dot.gov/), 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. 2 of 4 Section 40 Scope of Work 7/21/2014 AC 150/5370-1OG 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, 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 e. 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 Section 40 Scope of Work 3 of 4 AC 150/5370-1OG 7/21/2014 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 4 of 4 Section 40 Scope of Work 7/21/2014 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 detennine 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 atither-ity to aeeept pavements thM do not eenfefm to FAA speeifiemien regttire s. s' 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, a r 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 tenn "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. Section 50 Control of Work 1 of 8 AC 150/5370-1OG 7/21/2014 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In ease of this.-ep „ <. eale„iate dimensions will govem ever- sealed dimensions; eont+aet teehnieal speeifieations shall govem over- eantfaet general provisions, plans, eited standai-7ds for- materials of testing, and eited advisofy eifeular-s (AGs); eentfaet general provisions sha4l govefa ever- plans, eited standards for- inater-ials or- testing, and eited AGs; pla*s shall govem ever- eited standar-ds for- materials or- testing and eited AGs. if any paragraphs eot#ained in the Speeial Provisions eonfliet with Genefal Provisions or- Teekflieal Speeifleations, the Speeial Provisions shall govern. In case of discrepancy or conflicting information, the most stringent requirement shall govern. In case of discrepancy or conflicting information, the matter shall be promptly submitted to the Engineer or Owner's Representative, who shall promptly make a determination in writing. Any adjustment by the Contractor without such a determination shall be at the Contractor's risk and expense. In general, plans shall supersede any conflicting information which was provided in the specifications. It is the intent that the plans shall be a site specific representation of the various specifications provided by each individual reviewing agency. The specifications shall be used to provide additional information which may not be displayed in the plans. Throughout the referenced specifications, conflicting information may arise from the various reviewing agencies. The following order of governance shall define which information governs unless otherwise noted. 1. City of Lubbock Procurement and Contracting Requirements 2. FAA General Provisions 3. General Requirements 4. Technical Specifications 5. Referenced Standards The Contractor shall immediately notify the Engineer through a written Request for Information (RFI) prior to completing any work should additional clarification be required. The Engineer shall promptly make a determination in writing. Any adjustment by the Contractor without such written determination shall be at the Contractor's risk and expense. If an RFI is not submitted the more stringent of the conflicting information shall be assumed. 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. 50-04 COOPERATION OF CONTRACTOR. The Contractor will -be-supplied-with is required to provide his / her own copies -eft of the plans and specifications. The Contractor shall have available on the work at all times one copy each of the plans and specifications. 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 2 of 8 Section 50 Control of Work 7/21/2014 AC 150/5370-1OG 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 r—, his or her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. _-X 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 perfonned 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 1 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. f' 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 cominencing 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): Drawings in .dwg format and point data as ASCII file or .txt file. 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. s.. b. Rough Gfade slepe stakes a4 100 feet (30 Fn) stations. e. Drainage Swa4es slope stakes aiid flow line blue tops at 50 foot (15 m) stations. Section 50 Control of Work 3 of 8 AC 150/5370-1OG 7/21/2014 Subgrade / base blue tops at 25-foot (7.5 m) stations and 25 f (7.5 fn) f et dirt nee (FRa ,;.,,, m) the following seetion leeations intervals. Pavement surface areas at 25-foot intervals. ah - rsr�= 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 ate Lie-exsed Registered Professional Land Surveyor, licensed in the State of Texas. 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 4 of 8 Section 50 Control of Work 7/21/2014 AC 150/5370-1OG 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. 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. Section 50 Control of Work 5 of 8 i AC 150/5370-1OG 7/21/2014 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 T' beyond the limits of the work. A special pen -nit will not relieve the Contractor of liability for damage that Y p p Y g 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, 1 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. I 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. I 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 Ij become due the Contractor. 50-14 PARTIAL ACCEPTANCE. I If at any time during the execution of the project the Contractor substantially completes a usable unit or t - 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, 1-11 and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and , .r 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 6 of 8 Section 50 Control of Work i 7/21/2014 AC 150/5370-1OG 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 r. 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 7 of 8 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 8 of 8 Section 50 Control of Work 7/21/2014 AC 150/5370-IOG 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 air-pei4 lighting equipment is r-equifed for- this eentir-aet and is to be fiamished b�, the 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 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 Engineer. Section 60 Control of Materials 1 of 4 AC 150/5370-1OG 7/21/2014 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 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. The Contractor must supply all test data to the Engineer in .pdf electronic format. 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 perfonnance, 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. T 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: 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. 2 of 4 Section 60 Control of Materials f 7/21/2014 AC 150/5370-IOG 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 will not be required for this project. 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 snake 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 3 of 4 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 4 of 4 Section 60 Control of Materials 7/21/2014 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 pennits 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. 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. Section 70 Legal Regulations and Responsibility to Public 1 of 8 t'_ AC 150/5370-1OG 7/21/2014 muff .• .. As by the USC, the is to the inspeetion duly required eentfaet wof4E the FAA Administfatef, subjeet and appr-eval of authorized is f4fthef to these the fepfesefitat4ves of and subjeet pr-evisions of Mies and Fegulations that afe cited in the eefitfaet, plans, or- speeifieations. 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 maximmn of 18 inches (0.5 m) high. Unless otherwise specified, barricades shall be spaced not snore than 4 feet (1.2 in) 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 2 of 8 Section 70 Legal Regulations and Responsibility to Public 7/21/2014 AC 150/5370-1OG 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. Open -flame type lights shall not be permitted. 70-09 USE OF EXPLOSIVES. No explosives are allowed for the execution of this work. ljum 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. g_ 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. .F 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 S 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 Section 70 Legal Regulations and Responsibility to Public 3 of 8 AC 150/5370-1OG 7/21/2014 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 properly 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. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described below: See project drawings and CSPP. 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). Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection 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 4 of 8 Section 70 Legal Regulations and Responsibility to Public °~ 7/21/2014 AC 150/5370-1OG 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 r addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the Owners are indicated as follows: • Lubbock Preston Smith International Airport o Deputy Director: Steve Nicholson (806) 775-2036 o Operations Supervisor: Zeb Austin (806) 775-3144 • FAA o Gene Leavall (806) 766-6400 �...; • Lubbock Power and Light o Lee Roy Martinez (806) 789-5602 • Atmos Energy o Dale Broadstreet (806) 548-1895 • City of Lubbock Water Utilities o John Turpine (806) 775-2342 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- Section 70 Legal Regulations and Responsibility to Public 5 of 8 AC 150/5370-1OG 7/21/2014 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 nonnal 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 (I in) 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. 70-16 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 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. 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. 6 of 8 Section 70 Legal Regulations and Responsibility to Public 7/21/2014 AC 150/5370-1OG 0., 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of : g 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 7 of 8 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 8 of 8 Section 70 Legal Regulations and Responsibility to Public 7/21/2014 AC 150/5370-1OG SECTION 80 EXECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner- will not feeegnize any ^4eeat after- en the w or4- .. , by a qualified super-intendent, ar- by other- designated, qualified fepfesentative who is duly authorized to feeeive and 1_exeeute orders of the Engffleef.- with . s organization, an amount of wefk equal to at least pereent of the total 60fitfaet eo Shetild the Gentfaetef eleet to assign his or- her- eofitraet, said assignment shall be eoaeufred in by d y sur-ety, shall be pfesented fof the eonsider-ation and approval of the Owner-, and shall be eenstinmnated only on the wfiAen appfeval of the Ownen 6_ See City of Lubbock Procurement and Contracting Documents. 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 r actual construction operations will begin. The Contractor shall not commence any actual construction t 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 Section 80 Execution and Progress 1 of 8 AC 150/5370-1OG 7/21/2014 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 intennittent 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 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 intermittently as follows: See project drawings and CSPP. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (see Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. 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 to the approved CSPP unless approved in writing by the Owner or Engineer. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations 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. 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 2 of 8 Section 80 Execution and Progress 7/21/2014 AC 150/5370-1OG 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 requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work 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 nonnal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: 1_ Section 80 Execution and Progress 3 of 8 AC 150/5370-1OG 7/21/2014 MININ "I. - .111M MUNT.M.—M The Gontfaetor- be (1) in to file (5) will allowed one fofth his her- to the week whiek a wfi#en protest setting if is filed or- objeetions -Engineer's weeldy statement. flo objeetion time, the be io the within stieh speeified weekly r ••, �vrm Rccvr- statement shall eensidefed as aeeeptable 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. 4of8 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 Section 80 Execution and Progress 7/21/2014 AC 150/5370-1OG 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. ' date, it - k shall be s4stanti ll., ...,mpleto if the Genlfaetor- finds it impessible for- reasons beyend his of her eentfal to eomplete the work within the eontfaet tifne as speeified, or- as extended in aeeor-danee with the pr-evisions of this subseetion, the Gontfae4er- may, at a*y time prior- to the e*pir-atiaa of the eentr-aet time as extended, make a written r-equest to the Owner- for- an extension of tifne set4ing fb� the reasons whieh the Gentr-aeter- believes will jttsti6, the gr-anting of his or- her- request. Requests for - National Weather- BuFeau data showing the aeWal amount of inelement weather- exeeeded time was speeified is *ot a valid reason for- extension of time. if the suppol4ing doeument eerAr-aet time or- eemplefien date. The extended time fef eempletieft shall then be in Pall fefee an-, effeet, the same as though it wefe the ofiginal time for- . 80-08 FAILURE TO COMPLETE ON TIME. WN MI 4 AN Se#edule Liquidated Damages Allowed Conscriic�ieir East Time Final k4ien $ , 48 8i 60 Calendar- Days The ma-xiamm eeastfueti n time allowed for- Sehedules 1_1 will be the stim of the tifne allowed individual sehedules W4 not fner-e than 1----A days. Pefmiaiag the Gefftfaetor- to eefitifme and finish the wofk of any paf4 of it after- the time fixed for- its eempletion, or aftef the date to whieh the time for- eemplefien may have been extended, will in ne way oper-me as a wavier- an the paf4 of th See City of Lubbock Procurement and Contracting Documents. 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 Section 80 Execution and Progress 5 of 8 AC 150/5370-1OG 7/21/2014 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 f. 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. PJ 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 „3 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. 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 6 of 8 Section 80 Execution and Progress 7/21/2014 AC 150/5370-1OG 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 180 feet from the centerline of an active Runway x, 17L-35R. No equipment will be allowed to park within the approach area of an-aefive Runway 17L-35R at any time. No equipment shall be within 150 feet of an active runway at any time. END OF SECTION 80 Section 80 Execution and Progress 7 of 8 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 8 of 8 Section 80 Execution and Progress 7/21/2014 AC 150/5370-1OG SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the s eifi .ationr-equir-esGent,..,, ter- Quali , Control n,.,,,.,.an% 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 specifications are in addition to and separate from the acceptance testing requirements. requirements are the responsibility of the Engineer. contract technical Acceptance testing 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 Section 100 Contractor Quality Control Program 1 of 8 AC 150/5370-1OG 7/21/2014 production, construction, or off -site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at least 10 calendar days before the pre - construction conference. 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: a. Quality control organization. b. Project progress schedule. c. Submittals schedule. d. Inspection requirements. e. Quality control testing plan. L 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 naive 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 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. 2 of 8 Section 100 Contractor Quality Control Program 7/21/2014 AC 150/5370-1OG 1.... (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. (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 finn. 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. L Section 100 Contractor Quality Control Program 3 of 8 AC 150/5370-1OG 7/21/2014 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (for example, inix 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. e. Description of submittal d. Specification paragraph requiring submittal. e. Scheduled date of submittal. 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by subsection 100-07. Inspections shall be perfonned 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). e. 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). 4 of 8 Section 100 Contractor Quality Control Program 7/21/2014 AC 150/5370-1OG 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 perfonmed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must 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 infonnation: (1) Technical specification item number and description. (2) Test designation. (3) Location. (4) Date of test. Section 100 Contractor Quality Control Program 5 of 8 AC 150/5370-10G 7/21/2014 (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 what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and 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 detennine 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. 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 t Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice. H 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. 6 of 8 Section 100 Contractor Quality Control Program -3. 7/21/2014 AC 150/537C r (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 Section 100 Contractor Quality Control Program 7 of 8 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 8 of 8 Section 100 Contractor Quality Control Program 7/21/2014 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. The work specified in this item shall also include the preparatory work and operations necessary for the establishment of temporary offices, buildings, guard houses, utilities, safety equipment and first aid supplies, sanitary facilities and any other work not included in other contract pay items. The cost of bonds and any required insurance and any other preconstruction expenses necessary for the start of the work, excluding the cost of construction materials, shall also be included in this section. 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 (WH 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%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10%. The Percent of Contract Amount Earned equals the work completed to date (including the total of all previous mobilization) plus or minus work completed associated with executed change orders, if any, divided by the Total Original Contract Amount plus or minus the Total Executed Change l . Order Amounts, if any. i In the event the lump sum bid for mobilization exceeds 7.5% of the original contract amount for + the project, the amount in excess of 7.5% will not be paid until the project is complete and the Engineer and Owner have issued a statement of final acceptance as of the date when the Contractor has furnished all of the required reports, certifications and other documentation. The date of final acceptance by the Engineer and Owner will govern, in accordance with statutes and regulations, for payment of retainage or other monies due to the Contractor. Section 105 Mobilization 1 of 2 AC 150/5370-1OG 7/21/2014 ,- Payment shall be made under: Item G-105-2.1 Mobilization and General Conditions — per lump sum END OF SECTION 105 in 2 of 2 Section 105 Mobilization 7/21/2014 AC 150/5370-10G SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (S.,) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, 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+X2+x3+...X,)/n Where: X = Sample average of all sublot values within a lot x], x2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (S„) by use of the following formula: Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 1 of 6 AC 150/5370-1OG 7/21/2014 S. = [(dl2 + d22 + d32 + ...dn2)/(n-1)]1n 1 f Where: Sn = Sample standard deviation of the number of sublot values in the set di, d2 = Deviations of the individual sublot values xi, X2, ... from the average value X that is: d, = (xi - X), d2 = (x2 - X) ... do = (Xn - X) n = Number of sublots E For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula: QL=(X-L)/Sn Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and Qu by use of the following fonnulas: QL=(X-L)/Sn and Qu=(U-X)/S„ Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) - 100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 = 96.60 A-2 = 97.55 A-3 = 99.30 `- A-4 = 98.35 i° n=4 2. Calculate average density for the lot. 1 2 of 6 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) � _I t 7/21/2014 AC 150/5370-1OG X= (XI +x2+x3+...xn)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95% density 3. Calculate the standard deviation for the lot. L. Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30-97.95)2 + (98.35-97.95)2)) / (4- 1)] 1,2 Sn= [(1.82+0.16+ 1.82 + 0.16) / 3] U2 a Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) Q) = (X -L) / S,, Q, = (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. N 1. Air Voids of four random samples taken from Lot A. 1 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% 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) / 3 ] 12 _ Sn = 1 .12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) i QL=(X-L)/Sn QL = (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. PL=97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 3 of 6 AC 150/5370-1077G c� 7/21/2014, QU = (U - X) / Sn ... QU = (5.00 - 3.57) / 1.12 QU = 1.2702 7 7. Determine PU by entering Table 1 with QU = 1.29 and n = 4. PU=93 8. Calculate Air Voids PWL PWL = (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% 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% OR less than (97.95 - 1.463 x 1.15) = 96.27%. 4 of 6 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 1_ 7/21/2014 AC 150/5370-1OG Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Percent Within Limits (PL and 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 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 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 0.9982 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 1 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 1 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 0.5760 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6197 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 1 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 1 0.2419 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 1 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 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 1 0.0000 1 0.0000 0.0000 0.0000 0.0000 i 0.0000 0.0000 1 0.0000 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 5 of 6 AC 150/5370-1OG 7/21/2014 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 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -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 42400 -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 -0.2738 -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 -0.4638 -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 45130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 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 -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 -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 -0.9671 -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 -1.1613 -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 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362 END OF SECTION 110 6 of 6 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) I� i RS&H I GENERAL SPECIFICATIONS I RSBH INTENTIONALLY LEFT BLANK _J RS&H ITEM G-205 TEMPORARY CONSTRUCTION ITEMS DESCRIPTION 205-1.1 This item consists of furnishing all labor, materials and equipment for temporary construction items necessary for the safe and proper execution of work not otherwise included in other contract bid items. The Contractor will be expected to supply and utilize, as necessary, the temporary construction items listed below and other items contained in the plans and specifications. Temporary construction items to be provided may include, but are not limited to: flagmen; gate guards; escorts; portable lighting units; barricades; temporary haul roads; temporary Airport perimeter roads; temporary signs; test pits; vacuum trucks and sweepers; portable sanitary facilities; temporary construction staging / stockpile / storage areas; waste disposal containers; taxi closure markers; temporary electrical cables, connections, and jumpering; and electrical lockout and tagout. MATERIALS 205-2.1 Temporary Construction Barricades. Construction barricades shall be constructed in accordance with the details shown in the plans and shall be placed in accordance with the phasing plans and as directed by the Engineer. The term "barricade" shall be used throughout the plans and project manual to universally indicate barricades, signs, danger signals, hazard lighting, and / or any other safety measures to be installed by the Contractor prior to commencing work in an area. The Contractor shall be responsible for furnishing, installing, and maintaining the necessary barricades as required by the plans and specifications (FAA AC 15015370-2, Operational Safety on Airports During Construction, current edition, latest change) for the protection of the work and the safety of the public for both land and air traffic. 205-2.2 Portable Floodlighting. Portable floodlighting shall be provided, as required, for construction that must occur during nighttime operations. The Contractor shall provide sufficient units so that all work areas are illuminated to a level of 5 horizontal footcandles. The lighting levels shall be calculated and measured in accordance with the current standards of the Illumination Engineering Society. Lights shall be positioned in such a way that they do not impact air traffic control operations. 205-2.3 Temporary Runway Closure Markers and Unlit Taxi Closure Markings. Runway closure markers will be provided by the Owner to the Contractor for each temporarily closed runway end. The Contractor shall install, maintain, remove, and return to the Owner the runway closure markers at the direction of the Engineer and / or Owner. Unlit taxi closure markers meeting the requirements of FAA AC 15015370-2 shall be provided by the Contractor at each location shown in the plans. The Contractor shall maintain the markers during construction, replace any worn parts, keep them fueled and maintain all oil levels, filters, etc. required to keep them running in good working order. The Contractor shall retain possession of the unlit taxi closure markers upon contract completion. 205-2.4 Temporary Haul Roads / Airport Perimeter Roads. The Contractor shall install, maintain, repair, and remove temporary haul roads and Airport perimeter roads as indicated in the plans, or as required by the Contractor. 205-2.5 Temporary Construction Staging / Stockpile / Storage Areas. The Contractor shall install, maintain, and repair temporary construction staging / stockpile / storage areas in accordance with the directives in the plans and Project Manual at the locations indicated in the plans, or as approved by the Engineer. At the completion of the project, these areas shall be removed and conditions of these areas and surrounding areas shall be as good as or better than the condition prior to starting work, including, at minimum, repair of existing facilities, regrading, and topsoiling and establishing vegetation, as applicable. 205-2.6 Vacuum Trucks and Sweepers. Vacuum trucks and sweepers shall be provided by the Contractor to vacuum haul routes and other pavement areas traversed by construction vehicles and equipment. These areas shall be kept clean and free of mud, dirt, debris and other FOD to the satisfaction of the Engineer. LUBBOCK PRESTON SMITH INTERNATIONAL G-205-1 TECHNICAL SPECIFICATIONS EAST GA RAMP REHABILITATION RSBH 205-2.7 Other Miscellaneous Items. Any other items not listed herein but which are associated directly or indirectly with temporary construction related work shall, by reference, be included in the requirements of this specification. No additional payment will be made for any related temporary construction item not specifically listed herein. The Contractor shall be responsible for providing any and all items necessary to ensure a safe, secure and functioning project construction site. CONSTRUCTION METHODS 205-3.1 Temporary Construction Barricades. Barricades shall be placed around each phase of the work in accordance with the phasing plans and shall remain in place until completion of work in each phase. 205-3.2 Flagmen. Flagmen shall be provided, as necessary, to control the Contractor's traffic during the prosecution of work. All Contractor vehicles or equipment that are required to cross active airfield pavement or safety areas shall do so under the direct control of a competent flagman. Each flagman, supervisory individual, and Contractor lead / escort vehicle shall be equipped with an approved aviation band radio. 205-3.3 Portable Floodlighting. Portable floodlighting is required for construction during periods of limited visibility (i.e., nighttime). Illumination requirements shall be those contained in Paragraph 205-2.2. METHOD OF MEASUREMENT 205-4.1 No direct measurement will be made for the items of this specification. Payment will be made on a lump sum basis. BASIS OF PAYMENT 205-5.1 Payment will be made at the lump sum price for "Temporary Construction Items". Payment for all items shall be full compensation for furnishing all materials and labor for placing, moving and removing barricades and steel plates, providing flagmen, furnishing portable floodlighting, test pitting, and for any other labor, materials, equipment, tools and incidentals necessary for temporary items required for construction of this work. Partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials, the final 10%. " The Percent of Contract Amount Earned equals the work completed to date (including the total of all previous mobilization) plus or minus work completed associated with executed change orders, if any, divided by the Total Original Contract Amount plus or minus the Total Executed Change Order Amounts, if any. Payment will be made under: Item G-205-5.1 Temporary Construction Items — per lump sum END OF ITEM G-205 LUBBOCK PRESTON SMITH INTERNATIONAL G-205-2 TECHNICAL SPECIFICATIONS EAST GA RAMP REHABILITATION RS&H ITEM G-206 REMOVAL OF PAINTED PAVEMENT MARKING DESCRIPTION 206-1.1 General. This item shall consist of furnishing all labor, materials and equipment required for the removal of pavement markings concrete surfaces, which are identified to be removed, including the removal of temporary painted pavement markings installed under this contract, as directed by the Engineer. The existing paint may be thick, in areas, from many years of repainting activities. In other locations indicating paint removal, some of the paint marking may have deteriorated, leaving minimal paint to be removed. The Contractor shall inspect the conditions of the markings and provide a comprehensive plan to remove the markings without damaging the pavement, which may include multiple steps or processes to complete the removal. EQUIPMENT 206-2.1 Equipment, tools and machines used in the performance of the removal operation shall be safe and in satisfactory working condition at all times. The Contractor shall provide satisfactory evidence that the Contractor's equipment has been used in the performance of similar work. This removal operation shall be accomplished with ultra -high pressure water blasting. Milling, grinding, and sandblasting are prohibited for the removal of either temporary or permanent markings on finished pavement surfaces. The use of chemicals will also not be permitted. 206-2.2 General. Marking removal must only be performed on concrete surfaces and must not damage the pavement surface. The Contractor shall submit a description of the types and quantity of equipment proposed for this project. The Contractor shall submit a qualification statement indicating length of time the company has been performing paint removal on airfields and references from airports that a similar method was used. 206-2.3 Water Blasting. The water blasting equipment shall be truck mounted and shall be capable of water pressures of 2,000 to 40,000 psi. Operating pressures during paint removal shall be above 20,000 psi to prevent a hydraulic effect from the force of the water on the pavement. The equipment shall be capable of adjusting the pressure to accomplish paint removal without damaging the paving surface. The equipment shall be capable of following a straight line and be maneuverable to accommodate various pavement markings. The spray width needs to be able to accommodate lines from 4-inches to 8-inches wide. If water blasting is used to remove lines on active airfield pavements, a vacuum system will be provided to allow for timely repainting and the prevention of any debris being ingested into propellers or turbine engines once the water blasting equipment has exited the active pavements. Water Blasting equipment similar to the Stripe Hog SH8000, manufactured by Waterblasting Technologies, is preferred for these operations. Water blasting equipment shall be limited to use on concrete pavements only. Water blasting may be permitted on asphalt pavements to remove the top layers of paint only if it can be demonstrated that the water jets will not damage the asphalt. PERFORMANCE 206-3.1 Test Strip. The Contractor shall perform a test strip to demonstrate the ability of the equipment to do the work, ability of the operator to run the equipment and the degree of paint removal that will be satisfactory. 206-3.2 Cleanup and Restoration. The pavement surface shall be thoroughly cleaned during and after the pavement marking removal process. Subsequent to water blasting, the pavement surface shall be flushed with high-pressure water (via water truck or similar) to remove the debris from the surface to be LUBBOCK PRESTON SMITH INTERNATIONAL G-206-1 TECHNICAL SPECIFICATIONS EAST GA RAMP REHABILITATION RS&H re -painted. Cleaning with water may be required to remove residual grit if the compressed air cannot clean the surface adequately. 206-3.3 The Contractor shall furnish all equipment, water trucks and labor for delivery of water to the job site. The Contractor shall obtain all permits, pay all fees and provide to the Engineer the written approval of the authority having jurisdiction over the water source that all requirements for its use have been met. 206-3.2 The Contractor shall prevent damage to joint sealant when removing paint, when the joint sealant is to remain in place or if damage to the joint face occurs during removal. If it is deemed by the Engineer that damage to any existing facility is caused by an operational error, such as permitting a pressure water jet to dwell in one location for an extensive time, the Contractor shall repair said damage without additional compensation from the Owner. The Contractor shall cover or protect light fixtures within the removal area. Any damage to light fixtures or lenses shall be repaired at the Contractor's expense. Water removal shall not allow the jets to penetrate into the pavement structure, thereby dislodging fines around large aggregate. 206-3.3 Paint removal shall be defined as the removal of the existing markings at the degree specified in the table below. The degree of removal will be determined by the Engineer by visual inspection. Type of Marking Removal Degree of Removal Markings not to be Remarked 90% to 100% Markings to be remarked in same location 85% to 95% 206-3.4 The removal method used shall not materially damage the structural integrity of the pavement. Any damage caused by the Contractor's operations shall be corrected at the Contractor's expense and in a manner approved by the Engineer. The Contractor shall take precautions to protect the public from any damage due to his operations. Accumulation of sand, water, dust, or other residue resulting from the removal operation shall be removed as the work progresses and legally disposed of off airport property. METHOD OF MEASUREMENT 206-4.1 The quantity of Pavement Marking Obliteration (removal) shall not be measured for separate payment as Pavement Marking Obliterations shall be paid for by the lump sum, regardless of the method or number of methods required to remove the markings and shall be in accordance with the specifications and accepted by the Engineer. BASIS OF PAYMENT 206-5.1 Payment will be made at the lump sum bid price for Pavement Marking Obliteration. The price shall be full compensation for furnishing all materials and for all labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: Item G-206-5.1 Pavement Marking Obliteration — per lump sum 206-6.1 None. TESTING REQUIREMENTS END OF ITEM G-206 LUBBOCK PRESTON SMITH INTERNATIONAL G-206-2 TECHNICAL SPECIFICATIONS EAST GA RAMP REHABILITATION RS&H �P ITEM G-209 SAWCUTTING DESCRIPTION 209-1.1 This work shall consist of sawcutting existing concrete and / or asphaltic concrete pavements to provide uniform joint alignments in sound material, as shown on the plans or as directed by the Engineer. Sawcutting of existing pavements may be required for the abutment of new pavement to existing pavement. This item shall include the furnishing of all labor, materials, equipment and incidentals necessary to perform the work to the satisfaction of the Engineer. EQUIPMENT 209-2.1 Saws shall be power -driven, self-propelled, wheel or track -mounted, and capable of cutting to a depth of at least three (3) inches in one pass. The Contractor shall make the necessary number of passes to cut through the pavement. The use of a cutting wheel mounted on a roller, grader or similar equipment, or the use of pneumatically driven hand-held tools, will only be approved if the Contractor can demonstrate to the satisfaction of the Engineer that such equipment can consistently produce satisfactory results. Multi - blade arbor saws shall be used to construct sealant reservoirs. CONSTRUCTION METHODS 209-3.1 The Contractor shall establish the line to be cut using chalkline or similar means. The face of any sawcut shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/4 inch and no gradual offset greater than one (1) inch when tested in a horizontal direction with a 16-foot straightedge. 209-3.2 The sawcut depth shall be full depth so that spalling or other breakage of the existing pavement along the bottom of the pavement does not occur. If spalling or other breakage of the does occur, the Contractor shall relocate the sawcut line to a point deeper in the existing pavement to remove completely any spalled or broken pavement so that the underlying base and / or subbase layers is not damaged and the new pavement can be constructed up against the existing pavement without either the new or existing pavement strength and pavement section being compromised. Sawcutting depth may vary nominally and _ no extra payment will be allotted for varying depths. 209-3.3 All dust, chips, slurry, or waste material shall be carefully collected and removed from the site in accordance with the general safety requirements of the Contract and disposed of legally off the airport property. METHOD OF MEASUREMENT 209-4.1 The quantity of sawcutting of existing pavement shall not be measured for payment. BASIS OF PAYMENT 209-5.1 No separate payment will be made for sawcutting. The cost of the work described in this item shall be considered incidental to installation of the various other elements included in the project. The Contractor will still be responsible for furnishing all equipment and materials; for all preparation; and for all labor, tools and incidentals necessary to complete this item. € END OF ITEM G-209 i. LUBBOCK PRESTON SMITH INTERNATIONAL G-209-1 TECHNICAL SPECIFICATIONS - EAST GA RAMP REHABILITATION s RS&H i E INTENTIONALLY LEFT BLANK I LUBBOCK PRESTON SMITH INTERNATIONAL G-209-2 TECHNICAL SPECIFICATIONS EAST GA RAMP REHABILITATION RS&H FAA STANDARD SPECIFICATIONS FAA ADVISORY CIRCULAR 150/5370-10G RS&H INTENTIONALLY LEFT BLANK 7/21/2014 AC 150/5370-1OG ITEM P-101 SURFACE PREPARATION DESCRIPTION 101-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. EQUIPMENT 101-2.1 All equipment shall be specified here and in the following paragraphs or approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All work shall be subject to the inspection and approval of the Engineer. All machinery and equipment owned or controlled by the Contractor which the Contractor proposes to use on the work shall be of sufficient size to meet the requirements of the work and shall be such as to produce satisfactory work. Where only a portion of the existing pavement is to be demolished, special care shall be exercised to avoid damage to that portion of the pavement to remain in place. The existing pavement shall be cut to the neat lines shown on the plans or established by the Engineer, and any existing pavement beyond the neat lines so established which is damaged or destroyed by these operations shall be replaced at the Contractor's expense with no additional compensation from the Owner. The face of any sawcut shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/4 inch and no gradual offset greater than one (1) inch when tested in a horizontal direction with a 16-foot straightedge. Sawcutting depth may vary nominally and no extra payment will be allotted for varying depths. The equipment used by the Contractor to demolish and / or remove existing pavement shall be operated in a manner that will avoid damaging underlying base and / or subbase layers, underlying structures, cables, utilities and utility ducts, pipelines, drainage structures and facilities, bridge approach slabs, bridge decks and other facilities not also designated for removal. Accordingly, ' heavy pavement breaking equipment, such as hydraulic rams or guillotine type machines may not 1 be used. 101-3.2 REMOVAL OF EXISTING PAVEMENT. The Engineer and the Contractor shall mutually agree upon the pavement demolition and removal procedure based upon compliance with the criteria set forth in the plans and in this specification. Removal of existing pavements shall be measured and paid for by the layer of material per square _ yard removed. Existing pavement thicknesses to be removed, denoted in the project demolition plans, are approximate and may not accurately reflect actual existing pavement thicknesses. Removal of existing pavements shall include sawcutting, removal, and disposal of all material layers Item P-101 Surface Preparation 1 of 6 i C` g AC 150/5370-IOG 7/21/2014 of the pavement section as required to meet the removal depth requirements listed therein. No additional payment shall be made if actual pavement sections vary from the pavement sections shown in the plans, including thickened pavement edges. It shall be the Contractor's responsibility, as part of the bidding process, to determine the level of effort required to remove the pavement areas shown. All materials removed shall be disposed of as shown in the plans. a. Goner-ete pavement. The existing eener-ete Pavement to be r-emeyed shall be ffeed Iffem pa-vement to femain by savAng thr-ough the eemplete depth of 4he slab ene (1) feet (30 effl) inside the perimeter- of the final r-efneval limits or- etAside the dowels, w-hiehever- is greater- whea limits of r-efneval are leeated on the j aints. The pavement between the per-imeter- of the pavement femoval and the saw eut shall be ear -I br-e!Een up and removed using hand held jael —aiini-I . 0,hing 3 0 pounds (14 !Eg) or- less, E)r- ather- light "Ity equipment whieh will not eause distfess in the I . hieh is to remain in plaee. The Gentfaeter- shall have the option of sawing thfough the dowels at the joint, femoving the pavemeiit and installing new dowels. Where the perimeter- e shall be saw etA the full depth of the pavement. The pavement inside the saw eut shall femoved by methods suitable to the Engineer- w-hieh will not eatise distfess in the pavement w4ieh is to remain in plaee. if the material is to be wasted on the air -I site, it shall be Fedueed to a mw6fnum size designated by the Engifleef. The Gentr-I r-etneval operation shall not ea -use da+Hage to eables, titility "ets, pipelines, or - drainage stfuettir-es under- the pavement. Goner-ete slabs that are damaged by tifidef bfeaking be r-emoved. Any damage shall be r-epaifed at the Gentfaeter-'s expense. b. Asphalt concrete pavement. Asphalt concrete pavement to be removed shall be sawcut to the around the perimeter of the area to be removed, as shown in the plans. The pavement shall be removed so the joint for each layer of pavement replacement is offset one (1) foot (30 cm) from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. if the mate-W is to be wasted a the . . )t4 site, it shall be broken to a m �e of inehes (mm). meet the following gfadation! 101-3.3 PREPARATION OF JOINTS AND CRACKS. 101-3.4 REMOVAL OF PAINT AND RUBBER. ImUN JIM 01111. W. 2 of 6 Item P-101 Surface Preparation i 1 3 s —° 7/21/2014 AC 150/5370-1OG 101-3.5 CONCRETE SPALL OR FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR. a. Repair- Of eOHeFete spalls in areas to be ON*Flaid with asphalt. The Gentfaetor-s shall repair- all -: spalled eener-ete as shown on the plans or- as dir-eeted by the Engineen The pefiffietef Of the 4:ep-,, deep. The de4eFiefated ma4efial shall be r-emoved to a depth whefe the existing ffla4efial is fitm or- eannet be easily r-emoved with a geologist piek. The r-emeved area shall be filled with asphal of 0.01 in). The mater-ial shall be eampaeted with equipmeflt appr-eved by the E-figifleef until the mater-W is dense and no movement or- mar4s afe visible. The matefial shall not be plaeed in lifts ever- 4 inehes (100 wmi) in depth. This fnethed of r-epaif applies only to pavement to be . b. Asphaltie eoner-ete pavement repair-. The failed areas shall be femoved as speeified in paragraph 101 3.1b. All failed material ineliading suffaee, base subbase eour-se, and .- , subgfade shall b .....o.ed. The base eourse and subbase shall be r-eplaeed if it has been infiltra4ed with elay, silt, of ether- mater-ial affeeting the lead bear-ing eapaeity. Materials and r. , I- methods of eenstnaetion shall eemply with the athef appheable seetions of this speeifieation. 101-3.6 COLD MILLING. Milling shall be performed with a power -operated milling machine or grinder, capable of producing a finished surface that provides a good bond to the new overlay. The milling machine or grinder shall operate without tearing or gouging the under laying surface. The milling machine or grinder shall be equipped with automatic grade and slope controls. All millings shall be removed and disposed--&€f of as shown in the plans. If the Contractor mills or grinds deeper or wider than the plans specify, the Contractor shall replace the material that was removed with new material at no additional cost to the Owner. a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled with a straightedge in increments of 1 foot (30 cm) widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate milling machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment. b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum width of 7 feet and it shall be equipped with electronic grade control devices that will cut the i surface to the grade and tolerances specified. The machine shall cut vertical edges. A positive method of dust control shall be provided. The machine shall have the ability to either windrow i- the millings or remove the millings from the pavement and load them into a truck. r _3 c. Clean-up. The Contractor shall sweep the milled surface daily and immediately after the milling until all residual aggregate and fines are removed from the pavement surface. Prior to paving, the Contractor shall wet down the milled pavement and thoroughly sweep and/or blow the surface to remove any remaining aggregate or fines. 101 3.7 PREPARATION OF ASPHALT A T T PAVEMENT VL'Ai ENT SURFACES. E*isfing asphalt pavements indiea4ed to be tfeated with a suffaee tfeatment shall be pr-epafed as fellows - a. Pateh asphalt pavement suffaees thM have been seftened by petr-eletim derivatives of have failed due te any other- eattse. Remeve damaged pavement te the flall depth ef the damage and feplaee with new asphalt eenerete similar- to that ef the e*i it in aeeefdanee with par-agfiVh ink Item P-101 Surface Preparation 3 of 6 i AC 150/5370-IOG 7/21/2014 e. Remove oil or- gFease thM has not penetr-ated the asphalt Pavement by sefaping or- by sefubbing with a de4er-gef4, then wash thoroughly with elean waten Afler- elea-aing, tr-em these areas with an oils of p 101-3.8 MAINTENANCE. The Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by the Engineer. The surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any work repairs necessary shall be perfonned at the Contractor's expense. 101 3.9.2 Cleaning to immediately befefe be by prior- sealin . sealing, joirAs shall eleafted F-effieving any remaining laitanee a -ad ethef fbr-eip mmefial. Clean jaims by sandblasting, I�Wld or- ether- methed appfeved by the Engineer-, on eaeh joint faee with nee—i-le a4 an angle and not fnefe than 4wee inehes (75 mfn) ffem faee. Following b dtprior- tinstallation sandblasting, elean j eii-As with air- ffee of oil and waten joint suffaees will suffaee of sealant. . g a minimum of 1/16 ineh (2 mm) ffom eaeh side of efaek. immediately befefe sealing, j eipAs will be blown out with a hot air- lanee eembined with oil and watef ffee eempr-essed ain METHOD OF MEASUREMENT 101-4.1 Pavement removal. The unit of measurement for pavement removal shall be the number of square yards of each layer of pavement material, regardless of depth, removed by the Contractor, as shown on the plans and called out for in the basis of payment. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. 101-4.2 Cold milling. The unit of measure for cold milling shall be shall be the number of square yards milled, regardless of depth and material, as shown on the plans and called out for in the basis of payment. Payment is inclusive of all materials encountered to the bottom of the mill depth. 4 of 6 Item P-101 Surface Preparation 1—J 7/21/2014 AC 150/5370-IOG BASIS OF PAYMENT 101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. �mm Payment will be made under: Item P-101-5.1 Asphalt Surface Removal (Perimeter Road) — per square yard Item P-101-5.2 Aggregate Base Removal (Perimeter Road) —per square yard Item P-101-5.3 Cold Milling Asphaltic Pavement (East GA Ramp) — per square yard MATERIAL REQUIREMENTS ASTM D6690 Standard Specification For Joint And Crack Sealants, Hot Applied, For Concrete And Asphalt Pavements END OF ITEM P-101 Item P-101 Surface Preparation 5 of 6 AC 150/5370-1OG 7/21/2014 I Intentionally Left Blank 6 of 6 Item P-101 Surface Preparation t , r / 3 l [ { 7/21/2014 AC 150/5370-1OG ITEM P-401 HOT MIX ASPHALT (HMA) PAVEMENTS DESCRIPTION 401-1.1 This item shall consist of pavement courses composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross -sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, ei-dshed-fig, screenings, natural sand and * mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust' staining that can bleed through pavement markings. The portion retained on the No. 4 (4.75 mm) sieve is coarse aggregate. The portion passing the No. 4 (4.75 mm) sieve and retained on the No. 200 y(0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. a. Coarse aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40% when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. Clay lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C142. Aggregate shall contain at least 75 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at leasi one fractured face. The area of each face shall be equal to at least 75% of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be achieved by crushing. The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D4791 with a value of 5:1. b. Fine aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter. The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. (, The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. Item P-401 Hot Mix Asphalt (HMA) Pavements I of 26 I AC 150/5370-1OG 7/21/2014 Clay lumps and friable particles shall not exceed 1.0%, by weight, when tested in accordance with ASTM C 142. Natural (non -manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15% natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D 1073 and shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D2419. c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall be used in sampling mineral filler. Remove all reference to crushed slag within this specification. Crushed slag may not be used on this project. 401-2.2 MINERAL FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242. 401-2.3 ASPHALT CEMENT BINDER. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) 64-22. A certificate of compliance from the manufacturer shall be included with the tnix design submittal. The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. 401-2.4 PRELIMINARY MATERIAL ACCEPTANCE. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse aggregate: (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent fractured faces (5) Flat and elongated particles b. Fine aggregate: (1) Liquid limit and Plasticity index (2) Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent 2 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements 7/21/2014 AC 150/5370-IOG c. Mineral filler. d. Asphalt binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures. The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 401-2.5 ANTI -STRIPPING AGENT. Any anti -stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. CKI]u I013 I_Y OW] 401-3.1 COMPOSITION OF MIXTURE. The HMA mix shall be composed of a mixture of well -graded aggregate, filler and anti -strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 401-3.2 JOB MIX FORMULA (JMF). No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer. The asphalt mix -design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 401-3.4. The HMA shall be designed using procedures contained in Asphalt Institute MS-2 Mix Design Manual, 7th Edition. Samples shall be prepared at various asphalt contents and compacted using the gyratory compactor in accordance with ASTM D6925. Tensile strength ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70-80%. If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner. The JMF shall be submitted in writing by the Contractor at least 20 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates currently being produced. The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the job mix formula. b. Percent of asphalt cement. c. Asphalt performance grade and type of modifier if used. d. Number of gyrations. e. Laboratory mixing temperature. i f. Laboratory compaction temperature. Item P-401 Hot Mix Asphalt (HMA) Pavements 3 of 26 1 -t AC 150/5370-1OG 7/21/2014- g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of . mixing and compaction temperatures; and for modified binders include supplier recommended mixing and compaction temperatures." h. Plot of the combined gradation on a 0.45 power gradation curve. i. Graphical plots of air voids, voids in the mineral aggregate, and unit weight versus asphalt content. j. Specific Gravity and absorption of each aggregate. k. Percent natural sand. 1. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Anti -strip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial production JMF has been approved by the Engineer and a new or modified JMF, including a new test strip when required by the Engineer, will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF. The Gyratory Design Criteria applicable to the project shall meet the criteria specified in Table 1. Table 1. Gyratory Compaction Criteria Test Property Value Number of compactor 75 gyrations Air voids (%) 3.5 Percent voids in mineral See Table 2 aggregate, minimum 4 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements 7/21/2014 AC 150/5370-1OG �. Table 2. Minimum Percent Voids In Mineral Aggregate (VMA) Aggregate (See Table 3) Minimum VMA Gradation 3 16% Gradation 2 15% Gradation 1 14% The inineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C 136 and ASTM C 117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply; be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. Table 3. Aggregate - HMA Pavements Sieve Size Percentage by Weight Passing Sieve (Gradation 2) 1 inch (25 mm) -- 3/4 inch (19 mm) 100 1/2 inch (12 mm) 79-99 3/8 inch (9 mm) 68-88 No. 4 (4.75 ium) 48-68 No. 8 (2.36 mm) 33-53 No. 16 (1.18 mm) 20-40 No. 30 (0.60 mm) 14-30 No. 50 (0.30 mm) 9-21 No. 100 (0.15 mm) 6-16 No. 200 (0.075 mm) 3-6 Asphalt Percent: Stone or gravel 5.0-7.5 Slag 6.5-9.5 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition. 401-3.3 RECLAIMED ASPHALT PAVEMENT (RAP). RAP shall not be used. 401-3.4 JOB MIX FORMULA (JMF) LABORATORY. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory's Item P-401 Hot Mix Asphalt (HMA) Pavements 5 of 26 s AC 150/5370-10G 7/21/2014 current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. 401-3.5 TEST SECTION. A test section is not required. CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. Table 4. Surface Temperature Limitations of Underlying Course Base Temperature (Minimum) Mat Thickness OF °C 3 inches (7.5 cm) or greater 40 4 Greater than 2 inches (50 mm) 45 7 but less than 3 inches (7.5 cm) 401-4.2 HMA PLANT. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes: Requirements for all plants include: a. Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weight may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. b. Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, calibrations, current reference standards to comply with the specifications and a masonry saw with diamond blade for trimming pavement cores and samples. The plant testing laboratory shall have a floor space area of not less than 200 square feet (18.5 sq m), with a ceiling height of not less than 7-1/2 feet (2 m). The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F f5°F (21°C f2.3°C). The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: (1) Adequate artificial lighting. 6 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements 7/21/2014 AC 150/5370-1OG . (2) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. (3) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. (4) Work benches for testing. (5) Desk with chairs and file cabinet. (6) Sanitary facilities convenient to testing laboratory. (7) Exhaust fan to outside air. (8) Sink with running water. Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations. Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be penmitted to resume until the deficiencies are satisfactorily corrected. An automatic digital record printer is required at the plant. The batch weight ticket shall show the project number, the total weight of the batch, and the weight of the asphalt. These tickets shall be given to the Engineer's project representative at the end of each day's production. c. Inspection of plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. d. Storage bins and surge bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions: (1) Stored in non -insulated bins for a period of time not to exceed three (3) hours. (2) Stored in insulated bins for a period of time not to exceed eight (8) hours. _. If the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the HMA due to temporary storage, no temporary storage will be allowed. 401-4.3 HAULING EQUIPMENT. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the Engineer. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. i 401-4.3.1 MATERIAL TRANSFER VEHICLE (MTV). Material transfer vehicles are not required. Item P-401 Hot Mix Asphalt (HMA) Pavements 7 of 26 (k! k, AC 150/5370-1OG 7/21/2014 401-4.4 HMA PAVERS. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. 401-4.4.1 AUTOMATIC GRADE CONTROLS. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain the paver screed at a predetennined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within f0.1 %. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet (9 m) in length. b. Taut string -line (wire) set to grade. c. Short ski or shoe. d. Laser control. 401-4.5 ROLLERS. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting HMA concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense. The use of equipment that causes crushing of the aggregate will not be permitted. 401-4.6. DENSITY DEVICE. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the gauge and obtain accurate density readings for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 8 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements 7/21/2014 AC 150/5370-IOG _ . 401-4.7 PREPARATION OF ASPHALT BINDER. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the asphalt binder to the mixer at a uniform temperature. The temperature of unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 3250F (160°C) when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350OF (175°C) when added to the aggregate. 401-4.8 PREPARATION OF MINERAL AGGREGATE. The aggregate for the HMA shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F (175°C) when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 401-4.9 PREPARATION OF HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%. 401-4.10 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the HMA, the underlying course shall be cleaned of all dust and debris. A prime coat or tack coat, as shown in the plans, shall be applied in accordance with Item P-602 or P-603, respectively. 401-4.11 LAYDOWN PLAN, TRANSPORTING, PLACING, AND FINISHING. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include -- the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 401-4.3. Deliveries shall be scheduled so that placing and compacting of HMA is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The alignment and elevation of the aver shall be regulated from outside reference lines established for this � p g purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 401-4.4.1, provided grades of the first lift of HMA surface course meet the tolerances of paragraphs 401-5.2b(6) as verified by a survey. Contractor shall Item P-401 Hot Mix Asphalt (HMA) Pavements 9 of 26 AC 150/5370-1OG 7/21/2014 survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 401-5.2b(6) before the next lift can be placed. The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250°F (121 °C). Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. Upon arrival, the HMA shall be placed to the full width by a HMA paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of 10 feet except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least 1 foot (30 cm); however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet (3 in) from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools. Areas of segregation in the surface course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches (50 mm) deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet (3 m) long. 401-4.12 COMPACTION OF HMA. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the HMA has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the HMA to the roller, the wheels shall be equipped with a scraper and kept properly moistened but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds (125 kg), have a tamping plate width not less than 15 inches (38 cm), be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 10 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements 7/21/2014 AC 150/5370-IOG 401-4.13 JOINTS. r The fonnation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint. Longitudinal joints which have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°F (80°C); or are irregular, damaged, uncompacted or otherwise defective shall be 1 cut back 3 inches (75 min) to 6 inches (150 mm) to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. Asphalt tack coat or other product approved by the Engineer shall be applied to the clean, dry joint, prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA. 401 4.14 SAW CUT GROOVING. �- 401-4.15 DIAMOND GRINDING. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch (3-mm) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet (0.9 m) wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1/2 inch (13mm) and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground will be sealed with a P-608 surface treatment as directed by the Engineer. It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings. 401-4.16 NIGHTTIME PAVING REQUIREMENTS. Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be twenty (20) horizontal foot-candles and maintained in the following areas: (1) An area of 30 feet (9 m) wide by 30 feet (9 m) long immediately behind the paving machines during the operations of the machines. (2) An area 15 feet (4.5 m) wide by 30 feet (9 m) long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet (4.5 m) wide by 15 feet (4.5 m) long at any point where an area is being t tack coated prior to the placement of pavement. Item P-401 Hot Mix Asphalt (HMA) Pavements 1 I of 26 t'. AC 150/5370-1OG 7/21/2014 c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete_ artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start of any nighttime work. MATERIAL ACCEPTANCE 401-5.1 ACCEPTANCE SAMPLING AND TESTING. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations at the Contractor's expense. a. Hot mixed asphalt. Plant -produced HMA shall be tested for air voids on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D979. A standard lot shall be equal to one day's production or 2000 tons (1814 metric tons) whichever is smaller. If the day's production is expected to exceed 2000 tons (1814 metric tons), but less than 4000 tons (3628 metric tons), the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons (3628 metric tons), the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons (1814 metric tons). Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. (1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of i test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D3665. Samples will be taken in 11 accordance with ASTM D979. IJ The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction temperature. The compaction temperature of the specimens shall be as specified in the JMF. (2) Testing. Air voids will be determined by the Engineer in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance i with ASTM D6925 at the number of gyrations required by paragraph 401-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the -' Engineer in accordance with ASTM D2726 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in 12 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements t i 7/21/2014 AC 150/5370-1OG € ,3 the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. (3) Acceptance. Acceptance of plant produced HMA for air voids shall be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b. b. In -place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day's production or 2000 tons (1814 metric tons) whichever is smaller. If the day's production is expected to exceed 2000 tons (1814 metric tons), but less than 4000 tons (3628 metric tons), the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons (3628 metric tons), the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons (1814 metric tons). (1) Mat density. The lot size shall be the same as that indicated in paragraph 401-5.1 a and shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot (30 cm) from a transverse or longitudinal joint. (2) Joint density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 401-5.1 a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. All cores for joint density shall be taken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches (125 inm). (3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches (125 mm). Samples that are clearly defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. The top most lift of HMA shall be completely bonded to the underlying layer. If any of the cores reveal that the surface is not bonded to the layer immediately below the surface then additional cores shall be taken as directed by the Engineer in accordance with paragraph 401-5.1b to determine the extent of any delamination. All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726. Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 401-5.1 a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (5) Acceptance. Acceptance of field placed HMA for mat density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(1). Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 401-5.2b(3). Item P-401 Hot Mix Asphalt (HMA) Pavements 13 of 26 i'_ AC 150/5370-1OG 7/21/2014stfaightedge on the other- side of the joint. Measur-e the m i 1 plaeing the fFeestaf"ng (unleveled) straightedge on the pavement suFfaeez ..) bet-ween the straightedge and the pavement s;urfaee in the are,— Nety,�een these t-A,E) high points. One measureffient shall betaken at the joint evefy 50 feet (15m) or- niefe often if dir-eeted by the Engineen Deviations on final ,r f e , e > l in ineh (6,,na) in t,., nsye„se dir-eetien shall be � r-eeer-ded ,,.,.-1 ., epy of the dat., shall be f;,,-, is ed to the Engi -.eef .,t the end of earah days testing. (b) Longitudinal measurements. Longitudinal measurements will be taken from each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet (6m); and at the third points of paving lanes when widths of paving lanes are 20 ft (6m) or greater. (i) Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet (60m) and areas not requiring a profilograph. When approved by the Engineer, the first and last 15 feet (4.5m) of the lot can also be considered as short sections for smoothness. The finished surface shall not vary more than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. The amount of surface irregularity shall be detennined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final surface course > 1/4 inch (6mm) in longitudinal direction will be corrected with diamond grinding per paragraph 401-4.15 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested, after grinding. 16 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements 7/21/2014 AC 150/5370-1OG eaeh days testing. .peopy of t4e r-edueed tapes shall be flimished to the Engineer- at the end e i •Sim MOM "IN SWOMM • rg mur i 6(('Smoothness testing indieated in the above paragraphs exeept paragraph a....._ (iiz) shall be peff4med within 74 hoofs of placement of material. 48 houfs o pa-veempletion. Thepritnar-ypufpose F ..th4 eould lead to hydroplaning of aifer-aft. if the testing is to identif�, afeas that may be pfene to pending of water whiel- methods are pfedtteing signifieant areas that need eeffeetive aetiefts then pfe"etion shetild—be stopped --until —eeffeetive--I i asufes can —be iWleffiented. if eaffeetive measures afe not implemented and when �4 directed by the-Engineef, produetien-shall be stopped -C7til—eeTGGtive measures ean be implemented, (6) Grade. Grade shall be evaluated on the first day of placement and then as a minimum, every following day to allow adjustments to paving operations if measurements do not meet specification requirements. The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken. The finished surface of the pavement shall not vary from the gradeline elevations and cross -sections shown on Item P-401 Hot Mix Asphalt (HMA) Pavements 17 of 26 AC 150/5370-10G 7/21/2014 the plans by more than 1/2 inch (12 mm). The finished grade of each lot will be determined. _r by running levels at intervals of 50 feet (15 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 feet (15 m)) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be no more than 2,000 tons. When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch (19 mm) or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course plus 1/2 inch (12 1nm) of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off provided the course thickness complies with the thickness specified on the plans. The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches (2 and 3.5 mm) 1 wide. The peaks and ridges shall be approximately 1/32 inch (1 nun) higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. High point grinding will be limited to 15 square yards (12.5 ln2). Areas in excess of 15 square yards (12.5 m2) will require removal and replacement of the pavement in accordance with the limitations noted above. The Contractor shall apply a surface treatment per P-608 to all areas that have been subject to grinding. c. Percentage of material within specification limits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The specification tolerance limits (L) for lower and (U) for upper are contained in Table 5. Table 5. Gyratory Acceptance Limits For Air Voids, Density TEST PROPERTY Specification Tolerance L U Air Voids Total Mix (%) 2 5 Mat Density (%) 96.3 101.3 Joint Density (%) 93.3 - d. Outliers. All individual tests for mat density and air voids shall be checked for outliers (test criterion) in accordance with ASTM E178, at a significance level of 5%. Outliers shall be discarded, and the PWL shall be determined using the remaining test values.The criteria in Table 5 is based on production processes which have a variability with the following standard deviations: Surface Course Mat Density (%), 1.30; Base Course Mat Density (%), 1.55; Joint Density (%), 2.1. The Contractor should note that (1) 90 PWL is achieved when consistently producing a surface course with an average mat density of at least 98% with 1.30% or less variability, (2) 90 PWL is achieved when consistently producing a base course with an average mat density of at least 97.5% with 1.55% or less variability, and (3) 90 PWL is achieved when consistently producing joints with an average joint density of at least 96% with 2.1 % or less variability. 401-5.3 RESAMPLING PAVEMENT FOR MAT DENSITY. a. General. Resampling of a lot of pavement will only be allowed for mat density, and then, only if the Contractor requests same, in writing, within 48 hours after receiving the written test results 18 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements 7/21/2014 AC 150/5370-1OG ` from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-5. lb and 401-5.2b(1). Only one resampling per lot will be permitted. r� (1) A redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the redefined PWL shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. 8 b. Payment for resampled lots. The redefined PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 6. C. Outliers. Check for outliers in accordance with ASTM E 178, at a significance level of 5%. CONTRACTOR QUALITY CONTROL 401-6.1 GENERAL. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General . Provisions. The program shall address all elements that affect the quality of the pavement including, but not limited to: a. Mix design b. Aggregate grading c. Quality of materials ' d. Stockpile management se. Proportioning t..^' L Mixing and transportation g. Placing and finishing h. Joints i. Compactions j. Surface smoothness k. Personnel 1. Laydown plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 401-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. 401-6.2 CONTRACTOR TESTING LABORATORY. �s The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications. Item P-401 Hot Mix Asphalt (HMA) Pavements 19 of 26 AC 150/5370-1OG 7/21/2014- 401-6.3 QUALITY CONTROL TESTING. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Asphalt content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be detennined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444, ASTM C136, and ASTM C117. c. Moisture content of aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture content of HMA. The moisture content shall be determined once per lot in accordance with ASTM D2216. e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site. f. In -place density monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Additional testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 401-6.4 SAMPLING When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 401-6.5 CONTROL CHARTS. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The 20 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements t" r 7/21/2014 AC 150/5370-1OG l' control charts shall use the job mix fonnula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: Control Chart Limits For Individual Measurements Sieve Action Limit Suspension Limit 3/4 inch (19 mm) f6% f9% 1/2 inch (12 mm) f6% f9% 3/8 inch (9 min) f6% f9% No. 4 (4.75 tint) f6% f9% No. 16 (1.18 trim) f5% ±7.5% No. 50 (0.30 mm) f3% ±4.5% No. 200 (0.075 mm) f2% f3% Asphalt Content f0.45% f0.70% VMA -1.00% -1.50% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. Control Chart Limits Based On Range (Based On n = 2) Sieve Suspension Limit 1 /2 inch (12 mm) 11 % 3/8 inch (9 mm) 11 % No. 4 (4.75 mm) 11 % No. 16 (1.18 tnm) 9% No. 50 (0.30 mm) 6% No. 200 (0.075 nun) 3.5% Asphalt Content 0.8% c. Corrective Action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. Item P-401 Hot Mix Asphalt (HMA) Pavements 21 of 26 i._ t. AC 150/5370-1OG 7/21/2014 401-6.6 QUALITY CONTROL REPORTS. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100. METHOD OF MEASUREMENT 401-7.1 MEASUREMENT. HMA shall be measured by the number of tons of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. Placement of HMAC pavements shall be as shown in the plans or as directed by the Engineer or his authorized representative in the field. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. Corresponding tickets shall be given to the Engineer's project representative at the end of each day's production. No payment will be made for HMAC pavements placed without the corresponding material receipts. BASIS OF PAYMENT 401-8.1 PAYMENT. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 401-5.2 shall be made based on results of tests for mat density and air voids. Payment for acceptable lots shall be adjusted according to paragraph 401-8.1 a for mat density and air voids and 401-8.1 c for smoothness, subject to the limitation that: a. The total project payment for plant mix bituminous concrete pavement shall not exceed 100.00 percent of the product of the contract unit price and the total number of tons (kg) of HMA used in the accepted work (See Note 1 under Table 6). b. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. c. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100% or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100% or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100%. If PWL for joint density is less than 71 percent then the lot pay factor shall be reduced by 5% but be no higher than 95%. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 401-8.1. Payment in excess of 100% for accepted lots of HMA shall be used to offset payment for accepted lots of bituminous concrete pavement that achieve a lot pay factor less than 100%. 22 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements i 7/21/2014 AC 150/5370-1OG Table 6. Price adjustment schedule' Percentage of material within specification limits (PWL) Lot pay factor (percent of contract unit price) 96 - 100 106 90 - 95 PWL + 10 75 - 89 0.5 PWL + 55 55-74 1.4PWL -12 Below 55 Reject 2 Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment above 100% shall be subject to the total project payment limitation specified in paragraph 401-8.1. z The lot shall be removed and replaced. However, the Engineer may decide to allow the rejected lot to remain. In that case, if the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of the contract unit price and the total project payment shall be reduced by the amount withheld for the rejected lot. d. Pr-ofllogr-aph smoothness. When the final aver -age profile inderr (subse"eat ed eeffeetive aetion) does Fiet exeeed 7 inehes per- mile (i 9 em pef 1.6 k+n), payment �-e ffi-Ad- the eontfaet unit pr-iee fef the eempleted pa-vement. if the final aver -age pfefile index (subsequei# d eeffeetive aetion) exeeeds 7 inehes peF mile (18 em per- 1.6 km), but does "Ot e*e adjustment in lie„ of r-e&eing the profile rode. Short Seeti(3Pw -F"tof 0.0 :7 00.0 4 5.0 i88°; 7. i 9 15.1-16 9" 9. i i i 16.1--17 9" WA i3 i7A ig 94°� 13.1 14 i8A 20 92-OA -14-1 15 20.1-2-2 9"0 -15-.I-ftn&dp 22workf HMA placed above the specified grade shall not be included in the quantities for payment. Item P-401 Hot Mix Asphalt (HMA) Pavements 23 of 26 AC 150/5370-1OG 7/21/2014 401-8.1.1. PAYMENT. Payment will be made under: Item P-401-8.1 HMA Overlay Course — per ton Item P-401-8.2 6" HMA Surface Course — per ton TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity) and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous - Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non -Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3665 Standard Practice for Random Sampling of Construction Materials 24 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements 7/21/2014 AC 150/5370-1OG ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials x ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted Aggregate ASTM D6084 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer ASTM D6307 Standard Test Method for Asphalt Content of Hot Mix Asphalt by Ignition Method ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus ASTM D6925 Standard Test Method for Preparation and Determination of the Relative Density of Hot Mix Asphalt (HMA) Specimens by Means of the SuperPave Gyratory Compactor. ASTM El I Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves ( ASTM E178 Standard Practice for Dealing with Outlying Observations ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a Profilograph AASHTO T030 Standard Method of Test for Mechanical Analysis of Extracted Aggregate AASHTO T110 Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Grob) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens AASHTO M 156 Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot - Laid Bituminous Paving Mixtures. AASHTO T329 Standard Method of Test for Moisture Content of Hot Mix Asphalt (HMA) by Oven Method Asphalt Institute Handbook MS-26 Asphalt Binder Asphalt Institute MS-2 Mix Design Manual, 7th Edition MATERIAL REQUIREMENTS ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration -Graded Asphalt Cement for Use in 1 ` Pavement Construction L ° ASTM D3381 Standard Specification for Viscosity -Graded Asphalt Cement for Use in Pavement Construction Item P-401 Hot Mix Asphalt (HMA) Pavements 25 of 26 t _; 7 AC 150/5370-1OG 7/21/2014 ASTM D4552 Standard Practice for Classifying Hot -Mix Recycling Agents ASTM D6373 Standard Specification for Performance Graded Asphalt Binder A END OF ITEM P-401 26 of 26 Item P-401 Hot Mix Asphalt (HMA) Pavements 7/21/2014 AC 150/5370-1OG f " ITEM P-602 BITUMINOUS PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for prime coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS r- 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry; the atmospheric temperature is t' 50°F (1.0°C) or above, and the temperature has not been below 35°F (2°C) for the 12 hours prior to r application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 602-3.2 EQUIPMENT. The equipment shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard (0.23 to 9.05 L/square meter), with a pressure range of 25 to 75 psi (172.4 to 517.1 kPa) and with an allowable variation from the specified rate of not more than 15%, and at variable widths. Include with the distributor equipment a separate power (' unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the �1 bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the prime operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and power blower suitable for cleaning the surfaces to which the bituminous coat is to be applied shall be provided. 602-3.3 APPLICATION FOR BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept t with a power broom to remove all loose dirt and other objectionable material. l_, Item P-602 Bituminous Prime Coat 1 of 4 AC 150/5370-1OG 7/21/2014 1 The bituminous material shall be uniformly applied with a bituminous distributor at the rate of 0.15 to `. 0.30 gallons per square yard (0.68 to 1.36 liters per square meter) depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engineer prior to application. j Following application of the bituminous material and prior to application of the succeeding layer of pavement, allow the bituminous coat to cure and to obtain evaporation of any volatiles or moisture. Maintain the coated surface until the succeeding layer of pavement is placed, by protecting the surface against damage and by repairing and recoating deficient areas. Allow the prime coat to cure without being disturbed for a period of at least 48 hours or longer, as may be necessary to attain penetration into the treated course. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 602-3.4 TRIAL APPLICATIONS. Before providing the complete bituminous coat, the Contractor shall apply three lengths of at least 100 feet (30 m) for the full width of the distributor bar to evaluate the amount of bituminous material that can be satisfactorily applied with the equipment. Apply three different trial application rates of bituminous materials within the application range specified in paragraph 602-3.3. Other trial applications will be made using various amounts of material as deemed necessary by the Engineer. 602-3.5 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted to and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The test reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. 602-3.6 FREIGHT AND WEIGH BILLS. The Contractor shall submit waybills and delivery tickets during the progress of the work. Before the final estimate is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 602-4.1 The bituminous material for prime coat shall be measured by the gallon. Volume shall be corrected to the volume at 60°F (16°C) in accordance with ASTM D1250. The bituminous material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of bituminous material more than 10% over the specified application rate for each application will be deducted from the measured quantities, except for irregular areas where hand spraying of the bituminous material is necessary. Water added to emulsified asphalt will not be measured for payment. 2 of 4 Item P-602 Bituminous Prime Coat 4w..� 7/21/2014 AC 150/5370-1OG BASES OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per gallon for bituminous prime coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-602-5.1 Bituminous Prime Coat — per gallon TESTING REQUIREMENTS ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables MATERIAL REQUIREMENTS ASTM D977 Standard Specification for Emulsified Asphalt ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END OF ITEM P-602 Item P-602 Bituminous Prime Coat 3 of 4 4 AC 150/5370-10G 7/21/2014 F] Intentionally Left Blank 4 of 4 Item P-602 Bituminous Prime Coat 7/21/2014 AC 150/5370-1OG ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for tack coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F (10°C) or above; the temperature has not been below 35°F (2°C) for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard (0.23 to 9.05 L/square meter), with a pressure range of 25 to 75 psi (172.4 to 517.1 kPa) and with an allowable variation from the specified rate of not more than f5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and/or power blower suitable for cleaning the surfaces to which the bituminous tack coat is to be applied shall be provided. L..: 1. " Item P-603 Bituminous Tack Coat 1 of 4 AC 150/5370-1OG 7/21/2014 i 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Iimnediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before the overlying mixture is placed on the tacked surface. The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.10 gallons per square yard (0.20 to 0.50 liters per square meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the Engineer. The Contractor shall protect the tack coat and maintain the surface until the next course has been placed. 603-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The tests reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. 603-3.5 FREIGHT AND WEIGH BILLS. The Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 603-4.1 The bituminous material for tack coat shall be measured by the gallon. Volume shall be corrected to the volume at 60°F (16°C) in accordance with ASTM D1250. The bituminous material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of bituminous material more than 10% over the specified application rate for each application will be deducted from the measured quantities, except for irregular areas where hand spraying of the bituminous material is necessary. Water added to emulsified asphalt will not be measured for payment. 2 of 4 Item P-603 Bituminous Tack Coat 1' I` 7/21/2014 AC 150/5370-IOG BASIS OF PAYMENT 603.5-1 Payment shall be made at the contract unit price per gallon of bituminous material. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and application of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-5.1 Bituminous Tack Coat — per gallon MATERIAL REQUIREMENTS ASTM D633 Standard Volume Correction Table for Road Tar ASTM D977 Standard Specification for Emulsified Asphalt ASTM D 1250 Standard Guide for Use of the Petroleum Measurement Tables ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END ITEM P-603 Item P-603 Bituminous Tack Coat 3 of 4 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 4 of 4 Item P-603 Bituminous Tack Coat I " 7/21/2014 AC 150/5370-1OG ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material capable of effectively sealing joints and cracks in rigid pavements. MATERIALS 605-2.1 JOINT SEALANTS. Joint sealant materials shall meet the requirements of ASTM D5893 SL, capable of bonding to concrete to asphalt pavement joints. - Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the sealant meets the requirements of this specification. 605-2.2 BACKER ROD. The material furnished shall be a compressible, non -shrinking, non -staining, non -absorbing material that is non -reactive with the joint sealant. The material shall have a water absorption of not more than 5% when tested in accordance with ASTM C509. The backer -rod material shall be 25% f 5 % larger in diameter than the nominal width of the crack. fiefifearative with the joint sealant. The material shall have a melting point at least 0 0 fnater-ial shall have a water- abser-ption of not more than the peor-ing temper-atur-e of the sealant being used w4en tested in aeeer-danee with ASTM D799. The of the sample weight when tested in _ ith ll 25 o width of the efaek. Pfevide a bond bfvak4ag !ape of separating material that is a > nonshfinkable,fienabsofbing, nefistaining o 0 'ASTM D789. The bond breaker- tape shall be appFerifnately 48 ineh (3 mm) wider- than the nominal and newreaeting adhesive baeked tape. The maler-ial shall have a fnelting point at least 5F CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50°F (10'Q and rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in the joint. Item P-605 Joint Sealants for Concrete Pavements 1 of 4 I' AC 150/5370-IOG 7/21/2014 605-3.2 EQUIPMENT. Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and maintained in satisfactory condition at all times. Submit a list of proposed equipment to be used in performance of construction work including descriptive data, 10 days prior to use on the project. a. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified or for refacing joints or cleaning sawed joints where sandblasting does not provide a clean joint. b. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing or cleaning the crack faces. c. Cold -applied, single -component sealing equipment. The equipment for installing ASTM D5893 single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses, and nozzle for transferring the sealant from the storage container into the joint opening. The dimension of the nozzle shall be such that the tip of the nozzle will extend into the joint to allow sealing from the bottom of the joint to the top. Maintain the initially approved equipment in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval. Small hand-held air -powered equipment (i.e., caulking guns) may be used for small applications. 605-3.3 PREPARATION OF JOINTS. a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by as specified in paragraph 605-3.2. The newly exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch (12 min) from the joint edge shall be sandblasted clean. Sandblasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 inches (75 mm) from it. After final cleaning and immediately prior to sealing, blow out the joints with compressed air and leave them completely free of debris and water. The joint faces shall be surface dry when the seal is applied. WINN a 605-3.4 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: Immediately preceding, but not more than 50 feet (15 m) ahead of the joint sealing operations, perform a__ final cleaning with compressed air. Fill the joints from the bottom up to 1/4 inch — 3/8 inch below the f 2 of 4 Item P-605 Joint Sealants for Concrete Pavements -' 7/21/2014 AC 150/5370-10G f- pavement surface. Remove and discard excess or spilled sealant from the pavement by approved methods. Install the sealant in such a manner as to prevent the formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install the sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by the Contracting Officer. When a primer is recommended by the manufacturer, apply it evenly to the joint faces in accordance with the manufacturer's instructions. Check the joints frequently to ensure that the newly installed sealant is cured to a tack -free condition within the time specified. 605-3.5 INSPECTION. The Contractor shall inspect the joint sealant for proper rate of cure and set, bonding to the joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids. Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be removed from the joint, wasted, and replaced as specified at no additional cost to the airport. -, 605-3.6 CLEAN-UP. Upon completion of the project, remove all unused materials from the site and leave the pavement in a r clean condition. METHOD OF MEASUREMENT 605-4.1 No separate measurement shall be made for sealing of joints. This work shall be considered subsidiary to the various pavement bid items of the specifications. This shall include all material, labor, and equipment used in the preparation and sealing of the joints. BASIS OF PAYMENT 605-5.1 No separate measurement shall be made for sealing of joints. This work shall be considered subsidiary to the various pavement bid items of the specifications. This shall include all material, labor, and equipment used in the preparation and sealing of the joints. TESTING REQUIREMENTS ASTM D412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension ASTM C509 Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing Material ASTM D 1644 Standard Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS [A I AC 150/5340-30 Design and Installation Details for Airport Visual Aids ASTM D789 Standard Test Method for Determination of Relative Viscosity of Polyamide (PA) [A ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements L LItem P-605 Joint Sealants for Concrete Pavements 3 of 4 L. AC 150/5370-IOG 7/21/2014 ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements } 4 of 4 END ITEM P-605 Item P-605 Joint Sealants for Concrete Pavements -r 7/21/2014 AC 150/5370-1OG ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of plain or reinforced structural portland cement concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. This specification shall be used for all structural and miscellaneous concrete including signage bases. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them. The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and C1567. Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting). (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) CRD C662. - If lithium nitrate admixture is used, it shall be nominal 30% f0.5% weight lithium nitrate in water. (3) If the expansion of the proposed combined materials test specimens, tested in accordance -= with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials Item P-610 Structural Portland Cement Concrete 1 of 10 AC 150/5370-1OG 7/21/2014 mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C33. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Coarse aggregate shall be well graded from coarse to fine and shall meet the following gradation shown in the table below when tested per ASTM C136. Gradation For Coarse Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves_ 3/4" (19 mm) No. 4 to 3/4 in. (4.75-19 mm) 90-100 No. 4 to 1 in. (4.75-25 mm) No. 4 to 1-1/2 in. (4.75-38 mm) 35-70 610-2.2.1 AGGREGATE SUSCEPTIBILITY TO DURABILITY (D) CRACKING. Aggregates that have a history of D-cracking shall not be used. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table below when tested in accordance with ASTM C136: Gradation For Fine Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 inch (9 mm) 100 No. 4 (4.75 min) 95-100 No. 16 (1.18 mm) 45-80 No. 30 (0.60 min) 25-55 No. 50 (0.30 mm) 10-30 No. 100 (0.15 mm) 2-10 Blending will be permitted, if necessary, to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, if the deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in paragraph 610-2.6, Admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. Cement shall conform to the requirements of C150 Type I. If aggregates are deemed innocuous when tested in accordance with paragraph 610-2. La.1 and accepted in accordance with paragraph 610-2.1.a.3 higher equivalent alkali content in the cement may be allowed , 2 of 10 Item P-610 Structural Portland Cement Concrete ## ~ 7/21/2014 AC 150/5370-1OG 1 if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before use of the cement is granted. All test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be fresh, clean and potable; free from injurious amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete. 610-2.6 ADMIXTURES AND SUPPLMENTARY CEMENTITIOUS MATERIAL. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM ry C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air -entrainment agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM CIO 17 flowable admixtures shall not be used. c. Other chemical admixtures. The use of set retarding, and set -accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set -accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Fly Ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of iginition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13%. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM D1752. 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified. 610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of materials conforming to the requirements as shown on the plans. 610-2.10 MATERIALS FOR CURING CONCRETE. Curing materials shall conform to ASTM C309. ;- < Item P-610 Structural Portland Cement Concrete 3 of 10 AC 150/5370-1 OG 7/2 ] /2014 ; CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 3,500 psi in 28 days as detennined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5% of entrained air, fl %, as determined by ASTM C231 and shall have a slump of not more than 4 inches (100 inm) as determined by ASTM C143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 610-3.2. The concrete shall be sampled in accordance with ASTM C172. Concrete cylindrical compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. The Contractor shall cure and store the test specimens under such conditions as directed by the Engineer. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 QUALIFICATIONS FOR CONCRETE TESTING SERVICE. Perfonn concrete testing by an approved laboratory and inspection service experienced in sampling and testing concrete. Testing agency must meet the requirements of ASTM Cl 077 or ASTM E329. 610-3.5 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so the required, exact weight of aggregates is obtained. 610-3.6 CONSISTENCY. The consistency of the concrete shall be determined by the slurnp test specified in ASTM C143. 610-3.7 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94. 610-3.8 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F (4°C) without permission of the Engineer. If pennission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F (10°C) nor more than 100°F (38°C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material shall not be permitted. 4 of 10 Item P-610 Structural Portland Cement Concrete 7/21/2014 AC 150/5370-1OG } The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. 610-3.9 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall be mortar - tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces of forms $--: shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or ` with a non -staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. The forms shall not be removed until at least 30 hours after concrete placement for vertical faces, walls, slender columns, and similar structures. Forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate the concrete has developed at least 60% of the design strength. 610-3.10 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.11 EMBEDDED ITEMS. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. t All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. ' 610-3.12 PLACING CONCRETE. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved by the Engineer. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet (1.5 m). Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. r., 610-3.13 VIBRATION. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309, Guide for Consolidation of Concrete. Where bars meeting ASTM A775 or A934 are used, the vibrators shall be equipped with rubber or non-metallic vibrator heads. Furnish a spare, working, vibrator on the job site whenever concrete is placed. Consolidate concrete slabs greater than 4 inches (100 mm) in depth with high frequency mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate concrete slabs 4 inches (100 mm) or less in depth by wood tampers, spading, and settling with a heavy leveling straightedge. Operate internal vibrators with vibratory element submerged in the concrete, with a Item P-610 Structural Portland Cement Concrete 5 of 10 AC 150/5370-1OG 7/21/2014 11 minimum frequency of not less than 6000 cycles per minute when submerged. Do not use vibrators to 17 transport the concrete in the forms. Penetrate the previously placed lift with the vibrator when more than one lift is required. Use external vibrators on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete. Vibrators shall be manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any point shall be of sufficient duration to accomplish compaction but shall not be prolonged to where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie or other approved method and shall not be disturbed after J placement. a- 610-3.14 CONSTRUCTION JOINTS. If the placement of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, provisions shall be made for grooves, steps, reinforcing bars or other devices as specified. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.15 EXPANSION JOINTS. Expansion joints shall be constructed at such points and dimensions as indicated on the drawings. The premolded filler shall be cut to the same shape as the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place so that it will not be displaced when concrete is deposited against it. 610-3.16 DEFECTIVE WORK. Any defective work discovered after the forms have been removed, which in the opinion of the Engineer cannot be repaired satisfactorily, shall be immediately removed and replaced at the expense of the Contractor. Defective work shall include deficient dimensions, or bulged, uneven, or honeycomb on the surface of the concrete. 610-3.17 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a finishing machine. 610-3.18 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The concrete shall be protected from the weather, flowing water, and from defacement of any nature during the project. The concrete shall be cured by covering with an approved material as soon as it has sufficiently hardened. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for at least three (3) days following concrete placement. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to air currents. Wooden forms shall be kept wet at all times until removed to prevent opening of joints and drying out of the 6 of 10 Item P-610 Structural Portland Cement Concrete -; 7/21/2014 AC 150/5370-1OG concrete. Traffic shall not be allowed on concrete surfaces for seven (7) days after the concrete has been placed. 610-3.19 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.20 COLD -WEATHER PLACING. s t When concrete is placed at temperatures below 40°F (4°C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated to place the concrete at temperatures between 50°F and 100°F (10°C and 38°C). Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F (10°C) until at least 60% of the designed strength has been attained. 610-3.21 HOT WEATHER PLACING. Concrete shall be properly placed and finished with procedures previously submitted. The concrete - placing temperature shall not exceed 95°F when measured in accordance with ASTM C1064. Cooling of the mixing water and aggregates, or both, may be required to obtain an adequate placing temperature. A retarder meeting the requirements of paragraph 610-2.6 may be used to facilitate placing and finishing. Steel forms and reinforcement shall be cooled prior to concrete placement when steel temperatures are greater than 120OF (50°C). Conveying and placing equipment shall be cooled if necessary to maintain proper concrete -placing temperature. Submit the proposed materials and methods for review and approval by the Engineer, if concrete is to be placed under hot weather conditions. 610-3.22 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not start until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be done with proper equipment to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 Portland cement concrete for structures shall not be measured for separate payment, but the price shall be considered subsidiary to the unit price for the structure in which it is placed. 610-4.2 No separate payment will be made for reinforcing steel, but the price shall be considered subsidiary to the unit price for the structure in which it is placed. BASIS OF PAYMENT 610-5.1 Concrete and reinforcing steel for all structures shall not be measured for separate payment, but the price shall be considered subsidiary to the unit price for the structure in which it is placed. Item P-610 Structural Portland Cement Concrete 7 of 10 AC 150/5370-1OG 7/21/2014 TESTING REQUIREMENTS ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 13 8 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete ASTM C 1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C 1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of L. Combinations of Cementitious Materials and Aggregates (Accelerated Mortar - Bar Method) ASTM E329 Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection ^ U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) MATERIAL REQUIREMENTS ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement -, ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for LA Concrete Reinforcement f_ �t 1_J i_ .t 8 of 10 Item P-610 Structural Portland Cement Concrete 7/21/2014 AC 150/5370-1OG ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C150 x' Standard Specification for Portland Cement ASTM C 171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete .: ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ` ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan p Y for Use in Concrete ASTM D 1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC -F Expansion Joint Fillers for Concrete Paving and Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 Item P-610 Structural Portland Cement Concrete 9 of 10 AC 150/5370-1OG 7/21/2014 ; 1_1 Intentionally Left Blank 10 of 10 Item P-610 Structural Portland Cement Concrete 7/21/2014 AC 150/5370-IOG ITEM P-620 RUNWAY AND TAXIWAY MARKING DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. The terms "paint" and "marking material" as well as "painting" and "application of markings" are interchangeable throughout this specification. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer. Material shall not be loaded into the equipment until inspected by the Engineer. 620-2.2 MARKING MATERIALS. Paint shall be waterborne in accordance with the requirements of paragraph 620-2.2a. Paint shall be furnished in Yellow (33538 or 33655) or Black (37038) in accordance with Federal Standard No. 595. a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I. The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic 1 polymer as determined by infrared spectral analysis. 620-2.3 REFLECTIVE MEDIA. ._ _ . Glass beads shall be tfeated with all Gempa and embedfaent. No reflective media will be required for the markings of this project. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F (7°C) and rising and the pavement surface temperature is at least 5°F (2.7°C) above the dew point or meets the manufacturer's recommendations. Markings shall not be applied when the pavement temperature is greater than 130OF (55°C). Markings shall not be applied when the wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. __, Item P-620 Runway and Taxiway Marking I of 6 AC 150/5370-1OG 7/21/2014 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type or airless -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross -sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by waterblasting or by other methods as required to remove all contaminants minimizing damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the'cleaning process. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufacturer's surface preparation and application requirements must be submitted and approved by the Engineer prior to the initial application of markings. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The location' ^r.,,ar4cings t glass goads shall be shown on the plans. No reflective media will be required for the markings of this project. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 nun) in 50 feet (15 m), and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inch (910 mm) or less f1/2 inch (12 iron) greater than 36 inch to 6 feet (910 mm to 1.85 m) fl inch (25 mm) greater than 6 feet to 60 feet (1.85 m to 18.3 m) f2 inch (50 mm) greater than 60 feet (18.3 m) f3 inch (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement E l with a marking machine at the rate shown in Table 1. The addition of thinner will not be pennitted. A period of 30 days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. 2 of 6 Item P-620 Runway and Taxiway Marking s i' 7/21/2014 AC 150/5370-1OG b: Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings. 620-3.6 TEST STRIP. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5 gallons (4 liters) of paint beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table 1 (e.g., for 5 gallons (19 liters) of waterborne paint shall cover no more than 575 square feet (53.4 m2). Table 1. Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) Paint Glass Beads, Type 1, 6r-adatien-t� &l£►��ds, Types Glass Ben Types Square feet per Pounds Pounds finds Paint Type gallon, ft2/galgallon o point l per- gatte* �b� per gab" �l (Sq m per liter, lite „c literoi m2/1) paint -kgli) (Km per pit ) (Km Waterborne 115 ft2/gal max 7 lb/gal min lb/gal min Type I or II (2.8 m2/1) (0.85 lig/1) (1.2 kg1l) All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. trap. Mm Item P-620 Runway and Taxiway Marking 3 of 6 AC 150/5370-1OG 7/21/2014 t -, must be applied to the pavement shei4ly before the maf46ags are applied. The stipplief must 620-3.8 PROTECTION AND CLEANUP. - After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose ^r tina her -ea ,-e fle . e4i , and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings will not be measured for separate payment. No separate measurement will be made for reflective media (glass beads). BASIS OF PAYMENT 620-5.1 Payment for pavement markings shall be made at the contract lump sum price. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620-5.1 Pavement Markings — per lump sum TESTING REQUIREMENTS ASTM C371 Standard Test Method for Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester ASTM D711 Standard Test Method for No -Pick -Up Time of Traffic Paint ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling _ Abrasive ASTM D 1652 Standard Test Method for Epoxy Content of Epoxy Resins C ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments E--' ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer 1t 4 of 6 Item P-620 Runway and Taxiway Marking �t 7/21/2014 AC 150/5370-1OG ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials MATERIAL REQUIREMENTS ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products 40 CFR Part 60, Appendix A-7, Method 24. Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication 9 FED SPEC TT-B-1325D Beads (Glass Spheres) Retro-Reflective American Association of State Highway and Transportation Officials (AASHTO) M247 Standard Specification for Glass Beads Used in Pavement Markings FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description A-A-288613 Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement AC 150/5340-1 Standards for Airport Markings END OF ITEM P-620 Item P-620 Runway and Taxiway Marking 5 of 6 AC 150/5370-JOG 7/21/2014 k Intentionally Left Blank 6 of 6 Item P-620 Runway and Taxiway Marking ['1 r i 7/21/2014 AC 150/5370-1OG ITEM D-705 PIPE UNDERDRAINS FOR AIRPORTS DESCRIPTION 705-1.1 This item shall consist of the construction of pipe drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 705-2.1 GENERAL. Materials shall meet the requirements shown on the plans and specified below. 705-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. to 60 in.) -Dial AAS14T-0 M304 Standard Speeifleation for- Poly (Vinyl Ghlefide) (PVC-) Pfefile Wall Drain Pipe and Fittings Based on C-entfolled Inside Diameter- AAS14T-0 MP20 gtandafd Speeifleation for- Steel Reinfer-eed Pelyetli�xlene (PE) Ribbed Pipe, 300- ASTM A760 Standard Speeifieatien for Geffuga4ed Steel Pipe, Metallie Coated for- Sewers and AST-N4 A762 Standard Speeifleatien feF Gefmgated Swel Pipe, Polymer- Pr-eeeated fef Sewers and Bea epeeif;,.atio,, for- Pef f ...,tea r ner-ete Pipe ASTM F-759 Standard Speeifieation fef Smeeth Wall Poly (Vinyl chlefide) (PNIC) Plastie ASTM F949 Standard Specification for Poly (Vinyl Chloride)(PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings AST-M F2562 Speeifiemien for- Steel Reinfer-eed TheFmeplasfie Ribbed Pipe and Fittings fef Non Pr-essofe Drainage and Sewefage Item D-705 Pipe Underdrains for Airports 1 of 8 AC 150/5370-1OG 7/21/2014-, 705-2.3 JOINT MORTAR. Pipe joint mortar shall consist of one part by volume of Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type I. The sand shall conform to the requirements of ASTM C144. 705-2.4 ELASTOMERIC SEALS. Elastomeric seals shall conforn to the requirements of ASTM F477. 705-2.5 POROUS BACKFILL. Porous backfill shall be free of clay, humus, or other objectionable matter, and shall conform to the gradation in Table 1 when tested in accordance with ASTM C136. Table 1. Gradation of Porous Backfill Sieve Designation (square openings) Percentage by Weight passing Sieves — Porous Material No. 2 1-1/2 inch (38 min) 100 1 inch (25 inm) 90 -100 3/8 inch (9 min) 25 - 60 No. 4 (4.75 mm) 5 - 40 No. 8 (2.36 mm) 0 - 20 No. 16 (1.18 mm) No. 50 (0.30 mm) No. 100 (0.15 min) When two courses of porous backfill are specified in the plans, the finer of the materials shall conforn to particle size tabulated herein for porous material No. 1. The coarser granular material shall meet the gradation given in the tabulation for porous material No. 2. 705-2.6. GRANULAR MATERIAL. Granular material used for backfilling shall conform to the requirements of ASTM D2321 for Class IA, IB, or II materials, or shall meet the requirements of AASHTO Standard Specification for Highway Bridges Section 30. 705-2.7. FILTER FABRIC. The filter fabric shall conform to the requirements of AASHTO M288 Class 2. Table 2 Fabric Property Test Method Test Requirement Grab Tensile Strength, lbs ASTM D4632 125 min Grab Tensile Elongation % ASTM D4632 50 min Burst Strength, psi ASTM D3785 125 min Trapezoid Tear Strength, lbs ASTM D4533 55 min Puncture Strength, lbs ASTM D4833 40 min 2of8 Item D-705 Pipe Underdrains for Airports 7/21/2014 AC 150/5370-1OG Fabric Property Test Method Test Requirement Abrasion, lbs ASTM D4886 15 max loss Equivalent Opening Size ASTM D4751 70-100 Permittivity sec' ASTM D4491 0.80 Accelerated Weathering (UV Stability) (Strength Retained - %) ASTM D4355 *(500 hrs exposure) 70 CONSTRUCTION METHODS 705-3.1 EQUIPMENT. All equipment required for the construction of pipe underdrains shall be on the project, in good working condition, and approved by the Engineer before construction is pennitted to start. 705-3.2 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side of the pipe. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, it shall be removed below the foundation grade for a depth of at least 4 inches (100 mm). The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 min) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. The excavation shall not be carried below the required depth; if this occurs, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding material. The pipe bed shall be shaped so at least the lower quarter of the pipe shall be in continuous contact with the bottom of the trench. Spaces for the pipe bell shall be excavated to allow the pipe barrel to support the entire weight of the pipe. The Contractor shall do trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to Federal, state and local laws. Unless otherwise provided, the bracing, sheathing, or shoring shall be removed by the Contractor after the backfill has reached at least 12 inches (300 mm) over the top of the pipe. The sheathing or shoring shall be pulled as the granular backfill is placed and compacted to avoid any unfilled spaces between the trench wall and the backfill material. The cost of bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot (meter) for the pipe. 705-3.3 LAYING AND INSTALLING PIPE. Item D-705 Pipe Underdrains for Airports 3 of 8 1q 1 AC 150/5370-10G 7/21/2014 - plaeed down, unless other -wise shown on the plans. The pipe shall be f4mly and aeetlmtely set to line and gfade so that the invei4 will be smooth and iinifefm. Pipe shall not be laid E)a ffozen ( Pur ME IM c. PVC or polyethylene pipe. PVC or polyethylene pipe shall be installed in accordance with the requirements of ASTM D2321 or AASHTO Standard Specification for Highway Bridges Section 30. Perforations shall meet the requirements of AASHTO M252 or AASHTO M294 Class 2, unless otherwise indicated on the plans. The pipe shall be laid accurately to line and grade. d. All types of pipe. The upgrade end of pipelines, not tenninating in a structure, shall be plugged or capped as approved by the Engineer. Unless otherwise shown on the plans, a 4 inch (100 mm) bed of granular backfill material shall be spread in the bottom of the trench throughout the entire length under all perforated pipe underdrains. Pipe outlets for the underdrains shall be constructed when required or shown on the plans. The pipe shall be laid with tight -fitting joints. Porous backfill is not required around or over pipe outlets for underdrains. All connections to other drainage pipes or structures shall be made as required and in a satisfactory manner. If connections are not made to other pipes or structures, the outlets shall be protected and constructed as shown on the plans. e. Filter fabric. The filter fabric shall be installed in accordance with the manufacturer's recommendations, or in accordance with AASHTO M288 Appendix, unless otherwise shown on e the plans. When the ftom the tfeaeh is i original material exeavmed ' ' awm%er-eial eener-ete sand 1 rt b.,....,,, .,,, th r;ro tod by, theo >~.,n;,,oa, (Table ) 4 of 8 Item D-705 Pipe Underdrains for Airports 7/21/2014 AC 150/5370-IOG When the original mateFiai exeavated fFem the 4eneh id saitable, it may be used as baekfill in lieu of pefous baekfill No. 1, when indieated on the plans or- as dir-eeted by the Engineen 705-3.6 BACKFILLING. a. Earth. All trenches and excavations shall be backfilled soon after the pipes are installed, unless additional protection of the pipe is directed. The backfill material shall be select material from excavation or borrow and shall be approved by the Engineer. The select material shall be placed on each side of the pipe out to a distance of the nominal pipe diameter and one foot (30 cm) over the top of the pipe and shall be readily compacted. It shall not contain stones 3 inches (75 mm) or larger in size, frozen lumps, chunks of highly plastic clay, or any other material that is objectionable to the Engineer. The material shall be moistened or dried, as required to aid compaction. Placement of the backfill shall not cause displacement of the pipe. Thorough compaction under the haunches and along the sides to the top of the pipe shall be obtained. The backfill shall be placed in loose layers not exceeding 6 inches (150 mm) in depth under and around the pipe, and not exceeding 8 inches (200 min) over the pipe. Successive layers shall be added and thoroughly compacted by hand and pneumatic tampers, approved by the Engineer, until the trench is completely filled and brought to the planned elevation. Backfilling shall be done to avoid damaging top or side pressures on the pipe. In embankments and other unpaved areas, the backfill shall be compacted per FAA item P 152 to 95% of the maximum theoretical density of the native surrounding materials wed-€er embanki:nents in unpaved areas. 1:7iideff--pa �'ed are��e-subgfade-ca-ad any ba^chili shall be b. Granular backfill. When granular backfill is required, placement in the trench and about the pipe shall be as shown on the plans. The granular backfill shall not contain an excessive amount of foreign matter, nor shall soil from the sides of the trench or from the soil excavated from the trench be allowed to filter into the granular backfill. When required by the Engineer, a template shall be used to properly place and separate the two sizes of backfill. The backfill shall be placed in loose layers not exceeding 6 inches (150 mm) in depth. The granular backfill shall be compacted by hand and pneumatic tampers to the requirements as given for embankment. Backfilling shall be done to avoid damaging top or side pressure on the pipe. The granular backfill shall extend to the elevation of the trench or as shown on the plans. When perforated pipe is specified, granular backfill material shall be placed along the full length of the pipe. The position of the granular material shall be as shown on the plans. If the original material excavated from the trench is pervious and suitable, it shall be used in lieu of porous backfill No. 1. If porous backfill is placed in paved or adjacent to paved areas before grading or subgrade operations is completed, the backfill material shall be placed immediately after laying the pipe. The depth of the granular backfill shall be not less than 12 inches (300 inm), measured from the top of the underdrain. During subsequent construction operations, a minimum depth of 12 inches (300 mm) of backfill shall be maintained over the underdrains. When the underdrains are to be completed, any unsuitable material shall be removed exposing the porous backfill. Porous backfill containing objectionable material shall be removed and replaced with suitable material. The cost of removing and replacing any unsuitable material shall be at the Contractor's expense. If a granular subbase blanket course is used which extends several feet beyond the edge of paving to the outside edge of the underdrain trench, the granular backfill material over the underdrains shall be placed in the trench up to an elevation of 2 inches (50 mm) above the bottom surface of the granular subbase blanket course. Immediately prior to the placing of the granular subbase blanket course, the Contractor shall blade this excess trench backfill from the top of the trench t_ Item D-705 Pipe Underdrains for Airports 5 of 8 AC 150/5370-1OG 7/21/2014 onto the adjacent subgrade where it can be incorporated into the granular subbase blanket course. $ Any unsuitable material that remains over the underdrain trench shall be removed and replaced. The subbase material shall be placed to provide clean contact between the subbase material and the underdrain granular backfill material for the full width of the underdrain trench. d. Deflection testing. The Engineer may at any time, notwithstanding previous material acceptance, reject or require re -installation of pipe that exceeds 5% deflection when measured in accordance with ASTM D2321, including Appendices. 705-3.7 CONNECTIONS. When the plans call for connections to existing or proposed pipe or structures, these connections shall be watertight and made to obtain a smooth unifonn flow line throughout the drainage system. 705-3.8 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, soil, and rubbish from the site. Surplus soil may be deposited in embankments, shoulders, or as directed by the Engineer. Except for paved areas of the airport, the Contractor shall restore all disturbed areas to their original condition. METHOD OF MEASUREMENT 705-4.1 The length of pipe shall be the number of linear feet of pipe underdrains in place, completed, and approved; measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types, and sizes shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. 705-4.2 The quantity of porous backfill shall not be paid for directly but shall be considered subsidiary to installation of the underdrain pipe. 705-4.3 The quantity of filter fabric shall not be paid for directly but shall be considered subsidiary to installation of the underdrain pipe. BASIS OF PAYMENT 705-5.1 Payment will be made at the contract price as shown below. These prices shall fully compensate the Contractor for furnishing all materials; for all preparation, excavation, and installation for all labor, equipment, tools, and incidentals necessary to complete the item. These prices shall be full compensation for furnishing all materials and for all preparation, excavation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item D-705-5.1 8" ASTM F-949 Stnooth-Wall, Perforated PVC Underdrain Pipe — per linear foot Item D-705-5.2 8" ASTM F-949 Smooth -Wall, Non -Perforated PVC Underdrain Pipe — per linear foot Item D-705-5.3 Single Underdrain Cleanout — per Each 6 of 8 Item D-705 Pipe Underdrains for Airports 7/21/2014 AC 150/5370-1OG MATERIAL REQUIREMENTS ASTM A760 Standard Specification for Corrugated Steel Pipe, Metallic Coated for Sewers and Drains ASTM A762 Standard Specification for Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C 150 Standard Specification for Portland Cement ASTM C444 Standard Specification for Perforated Concrete Pipe ASTM C654 Standard Specification for Porous Concrete Pipe ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F758 Standard Specification for Smooth Wall Poly(Vinyl Chloride) (PVC) Plastic Underdrain Systems for Highway, Airport, and Similar Drainage ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe & Fittings Based on Controlled Inside Diameter ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings ASTM F2562 Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non -Pressure Drainage and Sewerage AASHTO M 190 Standard Specification for Bituminous - Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M196 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M298 Standard Specification for Geotextile Specification for Highway Applications AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500- min (12- to 60-in.) Diameter AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO MP20 Standard Specification for Steel -Reinforced Polyethylene (PE) Ribbed Pipe, 300- to 900-mm (12- to 36-in.) diameter ` AASHTO Standard Specifications for Highway Bridges Q END OF ITEM D-705 i. Item D-705 Pipe Underdrains for Airports 7of8 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 8 of 8 Item D-705 Pipe Underdrains for Airports 7/21/2014 AC 150/5370-1OG ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND MISCELLANEOUS DRAINAGE STRUCTURES DESCRIPTION 752-1.1 This item shall consist of plain or reinforced concrete culverts, headwalls, and miscellaneous drainage structures constructed in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 752-2.1 CONCRETE. Concrete shall meet the requirements of FAA Item P-610. CONSTRUCTION METHODS 752-3.1 UNCLASSIFIED EXCAVATION. a. Trenches and foundation pits for structures or structure footings shall be excavated to the lines and grades and elevations shown on the plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may approve, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturbed and excavation to final grade shall not be made until immediately before the concrete or reinforcing steel is placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to perforn and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation, t d. All bracing, sheathing, or shoring shall be removed by the Contractor after the completion of the -- structure. Removal shall be not disturb or damage the finished concrete. The cost of removal shall be included in the unit price bid for excavation. e. After each excavation is completed, the Contractor shall notify the Engineer. No concrete or reinforcingsteel shall be laced until the Engineer has approved the depth of the excavation and p g pP p the character of the foundation material. Item D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures 1 of 4 AC 150/5370-1OG 7/21/2014 t 752-3.2 BACKFILLING. a. After a structure has been completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted. The field density of the compacted material shall be at least 90% of the maximum density for cohesive soils and 95% of the maximum density for noncohesive soils. The maximum density shall be determined in accordance with ASTM D698. The field density shall be determined in accordance with ASTM D1556. b. No backfilling shall be placed against any structure until approved by the Engineer. For concrete, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill or the placement methods. c. Fill placed around concrete culverts shall be deposited on each side at the same time and to approximately the same elevation. All slopes bounding or within the areas to be backfilled shall be stepped or serrated to prevent wedge action against the structure. d. Backfill will not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for "unclassified excavation for structures." 752-3.3 WEEP HOLES. Weep holes shall be constructed as shown on the plans. 752-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankment, shoulders, or as approved by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 752-4.1 Drainage structures shall be measured on a per each basis for the size of structure as indicated. Measurement shall include excavation, forms, concrete, reinforcing steel, grates, covers, backfilling, and grading necessary to complete the item in accordance with the plans and specifications. BASIS OF PAYMENT 752-5.1 Payment will be made at the contract unit price for the accepted quantities of each item completed and in place. These prices shall fully compensate the Contractor for furnishing all materials; for all preparation, excavation, and installation for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item D-752-5.1 Sloped End Treatment for 8" Pipe — per each 2 of 4 Item D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures i[ i 7/21/2014 AC 150/5370-IOG TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3 (600 kN-m/m3)) ` ASTM D 1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method END OF ITEM D-752 Item D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures 3 of 4 AC 150/5370-IOG 7/21/2014 r Intentionally Left Blank 4 of 4 Item D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures i 7/21/2014 AC 150/5370-1OG ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding, liming, mulching, and fertilizing the areas shown on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 901-2.1 SEED. C ' The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181, Federal Specification, Seeds, Agricultural. Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Wet, moldy, or otherwise damaged seed will be rejected. Seed Minimum S Purity Minimum Germination Rate of ' lb/aere t --. appFevSeeding shall be per-fefmed dufing the period between and inelusive, unless otherwise t ed by the Engine Conform to U.S. Department of Agriculture rules and regulations of Federal Seed Act and Texas 1 Seed Law. Seed shall be certified 90 percent pure and furnish 80 percent germination and meet t following requirements, application rates, and planting dates: TYPE APPLICATION RATE PLANTING DATE (LBS./1,000 SF) Hulled Sahara Bermuda Grass 3 Jan. 1 to Mar. 31 Unhulled Sahara Bermuda Grass 3 Hulled Sahara Bermuda Grass 3 Apr. 1 to Sep. 30 Item T-901 Seeding 1 of 6 AC 150/5370-1OG 7/21/2014 Hulled Sahara Bermuda Grass 3 Unhulled Sahara Bermuda Grass 3 Oct. 1 to Dec. 31 Annual Rye Grass (Gulf) 3 901-2.2 LIME. The Contractor shall have a turf analysis performed on the topsoil by the local Agrilife extension agent. Based upon the results of the turf analysis, apply lime to raise pH to at least 6.0. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. Lime shall be applied at the Fa4e of 1==+ All liming materials shall conform to the requirements of ASTM C602. 901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall applie at the Fate a -a to the depth speeified,and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be pennitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers;—e Fei4ilizer-s shall be 1_1 eammeFeial fei4ilizer- and shall be spFead at the Fate of Apply fertilizers of the type at the rate recommended by turf analysis. 901-2.4 BONDED FIBER MATRIX MULCH. Provide and bonded fiber matric mulch (mulch) on all seeded areas. The mulch shall be manufactured to be hydraulically applied, and upon drying, adhere to the soil in the form of a continuous, 100% coverage, biodegradable, erosion control cover. Mulch shall be applied at the rate of 90 lbs. / 1,000 square feet. Mulch shall not be applied immediately before, during, or after rainfall, such that the mulch will be allowed to cure for a minimum of 24 hours after installation prior to rainfall. 901-2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. 2 of 6 Item T-901 Seeding 7/21/2014 AC 150/5370-1OG ' CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. All areas disturbed by Contractor operations shall be topsoiled in accordance with FAA Item T- 905. All areas disturbed by Contractor operations shall be seeded, limed, mulched, and fertilized in accordance with FAA Item T-901. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 inches (75 mm) of soil is loose, fi'iable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. [ When the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125 mm). Clods shall be broken and the top 3 inches (75 run) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901 3.2 DRY APPLICATION IC A TION METHOD. only on seedbeds that ha-ve pr-eviously been pr-epafed as deser-ibed abeve. The lime shall the wadEed into the top 3 inehes (75 mm) of soil after- whieh the seedbed shall again be pr-eper4y the rate tha4 will pr-evide not less t4an th i i . iafltity stated in pafagr-aph 901 a. Liming. Lime shall be applied separately and prior- te the applieation of ally fei4ilizer- or- seed and legumes,e. Seeding. grass seed shall be sown at the m4e speeified in paragraph 901 2.1 immediately afte fe4ilizing. The fei4ilizer- and seed shall be Faked within the depth range stated in the speei pr-evisions. Seeds of > is r-equir-ed at other- than the seasons sl�.A_vnn on the plans of in the speeial pr- ivef shall be inaeula4ed before mixing EwE)p shall be s",n by the same metheds required fer- grass and legume seeding. d. Rolting. After- the seed has been pfoper4y eever-ed, the seedbed sha4l be immediately eempae by means of an approved lawn mller-, weighing 40 to 65 potia& pef fOE)t (60 tE) 97 kg per- Meter-) ef width for- elay seil (or- a*y soil having a teiideaey to paek), and weighing 150 to 200 pai per- foot (223 to 298 kg per- meter-) of width for- sandy or- light soils. L. T. 901-3.3 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed, mulch, and fertilizer (and lime, if required) by spraying thern on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. P Item T-901 Seeding 3 of 6 AC 150/5370-1OG 7/21/2014 b. Spraying equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable '4 of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 lb / sq inches (690 kPa). The pump shall be mounted in a line that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (16 min) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 in). One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet (15 m) in length shall be provided to which the nozzles may be connected. c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds (100 kg) of lime shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least two (2) weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within two (2) hours from the time they were mixed or they shall be wasted and disposed of at approved locations. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches (75 mm), after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. 1 4 of 6 Item T-901 Seeding ,k € r i 7/21/2014 AC 150/5370-1OG Particular care shall be exercised to ensure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetennined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets 'of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed ` and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by p regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square 1 foot (0.01 sq in) or less, randomly dispersed, and do not exceed 3% of the area seeded. METHOD OF MEASUREMENT 901-4.1 Seeding, liming, mulching, and fertilizing of disturbed areas will not be measured for separate payment, but the price shall be considered subsidiary to the work for which the area was disturbed. BASIS OF PAYMENT 901-5.1 Seeding, liming, mulching, and fertilizing of disturbed areas will not be measured for separate payment, but the price shall be considered subsidiary to the work for which the area was disturbed. MATERIAL REQUIREMENTS ASTM C602 Standard Specification for Agricultural Liming Materials ASTM D977 Standard Specification for Emulsified Asphalt FED SPEC JJJ-S-181, Federal Specification, Seeds, Agricultural END OF ITEM T-901 Item T-901 Seeding 5 of 6 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 6 of 6 Item T-901 Seeding 7/21/2014 AC 150/5370-1OG ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (two (2) inches (50 mm) or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and intermixed with the soil during handling operations. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh (0.075 mrn) sieve as determined by the wash test in accordance with ASTM Cl17. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the .. above specifications. 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. All areas to be disturbed by Contractor operations shall first be stripped of the top four inches (411) of topsoil and stockpiled. No direct payment will be made for the removal of topsoil. All areas disturbed by Contractor operations shall be topsoiled and seeded in accordance with FAA Item T-905 and FAA Item T-901, respectively. Item T-905 Topsoiling 1 of 4 AC 150/5370-1OG 7/21/2014 , Areas to be tepseiled shall be shown e the ,.laps If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 min) in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and compacted condition to prevent the formation of low places or pockets where water will stand. 905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of inches (50 mm) after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the 2 of 4 Item T-905 Topsoiling 7/21/2014 AC 150/5370-IOG { ; Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross -sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be ' promptly removed. �,- METHOD OF MEASUREMENT 905-4.1 Topsoiling of disturbed areas will not be measured for separate payment, but the price shall be considered subsidiary to the work for which the area was disturbed. BASIS OF PAYMENT Y 905-5.1 Topsoiling of disturbed areas will not be measured for separate payment, but the price shall be considered subsidiary to the work for which the area was disturbed. TESTING MATERIALS ASTM C117 Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 Item T-905 Topsoiling 3 of 4 1 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 4 of 4 Item T-905 Topsoiling RS&H TXDOT STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES (VERSION DATED NOVEMBER 1, 2014) RS&H INTENTIONALLY LEFT BLANK 110 �.J Item 110 rexaa Excavation Aff 7hwisportq„on ?> 1. DESCRIPTION f , Undercut any loose, yielding, or otherwise unsuitable base and 1 or subgrade materials beneath proposed pavement sections. Remove materials to a depth of approximately 8" or as necessary to completely remove the unsuitable materials. Coordinate the final limits and depth of removal with the Engineer or the Engineer's representative. 2. CONSTRUCTION Accept ownership of unsuitable or excess material and dispose of material in accordance with local, state, and federal regulations at locations outside the right of way. Maintain drainage in the excavated area to avoid damage to the pavement feadway section. Correct any damage to the subgrade caused by weather at no additional cost to the Owner DepaFtment. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. 2.4. Undercut Unsuitable Base and 1 or Subgrade Material as Directed by the Engineer. When material of a specified area is deemed unsuitable by the Engineer, the Contractor shall excavate the area to a minimum depth of 8 inches, or as necessary to remove all unsuitable material. The Contractor shall then refill the unsuitable material with Grade 2, Type D aggregate base materials in accordance with Section 247. 3. MEASUREMENT This Item will be measured by the cubic yard in its original position as computed by the method of average end areas. 1 of 2 t 110 ; The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Excavation (Unsuitable Materials)". "&savatian " " This price is full compensation for authorized excavation; drying; hauling; disposal of material not used elsewhere on the project; scarification and compaction; and equipment, labor, materials, tools, and incidentals. END OF ITEM 110 2of2 1, 204 Item 204 Sprinkling 1. DESCRIPTION Apply water for dust control, earthwork, or base construction. 2. MATERIALS Furnish water free of industrial wastes and other objectionable matter. 3. EQUIPMENT Use sprinklers and spray bars equipped with positive and rapidly working cut-off valves. 4. CONSTRUCTION Apply water at a uniform rate and in the required quantity, or as directed. 5. MEASUREMENT This Item will be measuFed by the 1,000 gal, app4W-. not be measured for separate payment. 6. PAYMENT Unless sprinkling is specified as a pay item, the work performed and materials furnished in accordance with this Item will not be paid for directly but will be subsidiary to pertinent Items. When 6proRkloRg is SPOG"fied on the as a item, the work and- ixater fi-mished will be plans pay pe4orrned fn-.r the bid fbF "SpriRkliRg (Ba68)," "SpFinkling (Earthwork)," 9F "Sprinkling paid (Du6t GoRtral)." This -At unit pFqG@ END OF ITEM 204 1 of 2 204 __,;t INTENTIONALLY LEFT BLANK 2 of 2 216 Item 216 �- Proof Rolling 1. DESCRIPTION Texaa (department o►TFanaporletlon Proof -roll earthwork, subgrade, base, and 1 or both all to locate unstable areas, as indicated in the plans. 2. EQUIPMENT 2.1. Specified Equipment. Furnish rollers that weigh at lea6t 25- teng- i.vhan loaded, The maximurn aGG8PtablG 'Gad iG ., "PRewmatiG TiFe RelleFE6." Furnish heavy pneumatic -tired roller having four or more tires abreast, each tire loaded to a minimum of 30,000 pounds and inflated to a minimum of 125 psi. 2.2. Alternative Equipment. The Contractor may use alternate compaction equipment that produces results equivalent to the specified equipment in the same period of time as approved. Discontinue the use of the alternative equipment and furnish the specified equipment if the desired results are not achieved. 3. CONSTRUCTION Perform proof rolling as directed. Adjust the load and tire inflation pressures within the range of the manufacturer's charts or tabulations, as directed. Make at least 2 coverages with the proof roller. Offset each trip of the roller by at most one tire width. Operate rollers at a speed between 2 and 6 mph, as directed. Correct unstable or non- uniform areas, if found, in accordance with the applicable Item. 4. MEASUREMENT Rolling will be measwed by the h9ur opeFated OR 6YFfaG96 WiRg tested not be measured for separate payment. 5. PAYMENT The work performed and equipment furnished in accordance with this Item will not be measured for separate payment, but the price will instead be considered subsidiary to the various bid items of the project and rne-as-Wre-d- aas pFavided under "Wim, wernent" will be paid for at the unit pFiGe bid for "Proof Rolling." ThiF, PFiGe *6 END OF ITEM 216 1 of 2 216 INTENTIONALLY LEFT BLANK 2of2 f 247 L I Item 247 ( Flexible Base 1. DESCRIPTION Construct a foundation course composed of flexible base. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. Use Tex-100-E material definitions. 2.1. Aggregate. Furnish aggregate of the type and grade shown on the plans and meeting the requirements of Table 1. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. Do not use additives, such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1 unless shown on the plans. Table 1 Material Requirements Property Test Method Grade 1-2 Grade 3 Grade 42 Grade 5 Sampling Tex-400-A Master gradation sieve size cumulative % retained Tex-110-E 2-1/2" 0 0 As shown on the plans 0 1-3/4" 0-10 0-10 0-5 718" 10-35 - 10-35 3/8" 30-65 - 35-65 #4 45-75 45-75 45-75 #40 65-90 50-85 70-90 Liquid Limit, % Max Tex-104-E 40 40 As shown on the 35 tans Plasticity Index, Max' 10 12 As shown on the 10 Tex-106-E plans Plasticity index, Min' As shown on the As shown on the As shown on the As shown on the tans plans plans plans Wet ball mill, %Max 40 - As shown on the 40 Tex-116-E plans Wet ball mill, % Max increase passing the 20 - As shown on the 20 #40 sieve plans Min compressive strength, psi Tex-117 E As shown on the plans lateral pressure 0 psi 35 - - lateral pressure 3 psi - —" _ 90 lateral pressure 15 psi 175 - 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. Grade 4 may be further designated as Grade 4A, Grade 46, etc. 2.1.1. Material Tolerances. The Engineer may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. When target grading is required by the plans, no single failing test may.exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. The Engineer may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 1 of 6 247 2.1.2 Material Types. Do not use fillers or binders unless approved. Furnish the type specified on the plans in 1 accordance with the following: 2.1.2.1. Type A. Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. 2.1.2.4. Type D. Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements in Section 247.2.1.3.2., 'Recycled Material (Including Crushed Concrete) Requirements," and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. 2.1.2.5. Tens E. Galinhn bran are ar as nthe-guise shown on the plane 2.1.3. Recycled Material. ReGyGled asphalt pavement (RAP) and other FeGyGled materials May be used wheR showp an the plans. Request approval to blend 2 9F mere seurrOes of FeGyGled . Delete all reference to RPA in this specification. RAP may not be used. 0 RAP by weight, whpn RAP iq allowed, unless ethepNise shown off 2.1.3.2. Recycled Material (Including Crushed Concrete) Requirements. 2.1.3.2.1. Contractor -Furnished Recycled Materials. Provide recycled materials that have a maximum sulfate content of 3,000 ppm when tested in accordance with Tex-145-E. When the Contractor furnishes the recycled materials, including crushed concrete, the final product will be subject to the requirements of Table 1 for the grade specified. Certify compliance with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines," for Contractor furnished recycled materials. In addition, recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5% deleterious material when tested in accordance with Tex-413-A. ° GontFaGtOF furnished innate-rials aFe ruNeGt to the requiFements in Table 1 and this item, fbF final pFeduGt, unblended (100% Departme—nt-h-irnis6hed- FequiFed FeGyGled MateFial), the liquid limit, plastiGity index, wet ball mail, and GOmpFessive st%ngth is waived7 rrmsi■ mr ;ra r.■_�a �:e sr.T.v aes�:r�r��sn�r� i 2.1.3.3. Recycled Material Sources. Department owned FeGyGled mate-ri-al is aavailab'P-tO the GE)ntFaGtOF Only When shovfn on the plans. Return unused DepaFtment owned FeGyGled materials to the DepaFtment GtOGkpile leGatieR designated by the Engineer unless otherwise shown on the plaf�s-. 2of6 7 L f t 247 The use of Contractor -owned recycled materials is allowed WhBR ShOWn GR the plans. Contractor -owned surplus recycled materials remain the property of the Contractor. Remove Contractor -owned recycled materials from the project and dispose of them in accordance with federal, state, and local regulations before project - acceptance. Do not intermingle Contractor -owned recycled material with Department -owned recycled material unless approved. 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 2.3. Material Sources. Expose the vertical faces of all strata of material proposed for use when non-commercial sources are used. Secure and process the material by successive vertical cuts extending through all exposed strata, when directed. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. 3.1. , "Rolling," Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpiles in layers no greater than 2 ft. thick. Stockpiles must have a total height between 10 and 16 ft. unless otherwise approved. After construction and acceptance of the stockpile, loading from the stockpile for delivery is allowed. Load by making successive vertical cuts through the entire depth of the stockpile. Do not add or remove material from temporary stockpiles that require sampling and testing before delivery unless otherwise approved. Charges for additional sampling and testing required as a result of adding or removing material will be deducted from the Contractor's estimates. Haul approved flexible base in clean trucks. Deliver the required quantity to each 100-ft. station or designated stockpile site as shown on the plans. Prepare stockpile sites as directed. When delivery is to the 100-ft. station, manipulate in accordance with the applicable Items. 4.1. Preparation of Subgrade or Existing Base. Remove OF scari#y existing asphalt 6en6rete pavement in accordance with FAA Item P-101 item 105, "Removing Treated and Untreated Base and Asphalt Pavement," when shown on the plans or as directed. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. Proof roll the roadbed in accordance with Item 216, "Proof Rolling," before pulverizing or scarifying when shown on the plans or directed. Correct soft spots as directed. 4.2. Placing. Spread and shape flexible base into a uniform layer with an approved spreader the same day as delivered unless otherwise approved. Construct layers to the thickness shown on the plans. Maintain the shape 3of6 i_ 247 of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as directed, at no additional expense to the Department. Place successive base courses and finish courses using the same construction methods required for the first course. 4.3. Compaction. Compact using density control unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, "Sprinkling." Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. Begin rolling at the low side and progress toward the high side on superelevated curves. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Rework, re -compact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish requirements before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the Department. Before final acceptance, the Engineer will select the locations of tests and measure the flexible base depth in accordance with Tex-140-E. Correct areas deficient by more than 1/2 in. in thickness by scarifying, adding material as required, reshaping, re -compacting, and refinishing at the Contractor's expense. 4.3.1. Ordinary Compaction. Roll with approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and re -compacting. 4.3.2. Density Control. Compact to at least 100% of the maximum dry density determined by Tex-113-E, unless otherwise shown on the plans. Maintain moisture during compaction within ±2 percentage points of the optimum moisture content as determined by Tex-113-E. Measure the moisture content of the material in accordance with Tex-115-E or Tex-103-E during compaction daily and report the results the same day to the Engineer, unless otherwise shown on the plans or directed. Do not achieve density by drying the material after compaction. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex-115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.4. Finishing. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Seal the clipped surface immediately by rolling with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed. Correct grade deviations greater than 1/4 in. in 16 feet measured longitudinally or greater than 1/4 in. over the entire width of the cross-section in areas where surfacing is to be placed. Correct by loosening and adding, or removing material. Reshape and re -compact in accordance with Section 247.4.3., "Compaction." 4.5. Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. 4of6 247 5. MEASUREMENT Flexible base will be measured as follows: ■ Flexible Base (Complete In Place). The WR, square yard, or any cubic yard method. Flexible Base 'Roadway DeliveFy). The ton or any cubic yard method. Flexible Base ji�Glkpile DelliyeFy). The tGR, GubiG yard in VehiGle, OF GUI)OG yaFd on stockpile. Measurement by the cubic yard in final position and square yard as a plans quantity measurement. The quantity to be paid faF is the quaRtity shown in the preposal unless modified by AFtiGle 9.2., "Plans QuaRtity Measurement." Addit;oRal measuFerneRts E)F Ga!GU!atiE)RG Will be made if adjY6tM8RtG of quantities are required. is a field -measured quantity to be determined prior to placement. The quantity shall be agreed upon by the Contractor and Engineer prior to placement. Measurement is further defined for payment as follows. 5.3. Cubic Yard in Final Position. By the cubic yard in the completed and accepted final position. The volume of base course is computed in place by the method of average end areas between the original subgrade or existing base surfaces and the lines, grades, and slopes of the accepted base course as shown on the plans. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the types of work shown below. No additional payment will be made for thickness or width exceeding that shown on the typical section or provided on the plans for cubic yard in the final position or square yard measurement. Sprinkling and rolling, OXsept prOef reRie9_1 will not be paid for directly but will be subsidiary to this Item unless 5of6 r° k 247 otherwise shown on the plans. When proof rolling is shown on the plans or directed, it will be paid for in accordance with Item 216, "Proof Rolling". Where subgrade is nonstrurted under this GontraGt, G0FFeGtiGA Gf 69# SpOtS iR the subgmad-e 1A.411 be ;-;t t r„n+mdAr";expeRGe. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid in .., "Ghanges in the Work." as follows: ■ Removal of unsuitable materials will be paid for in accordance with Item 110, "Excavation.". ■ Replacement of excavated materials will be paid for by the cubic yards in accordance with the requirements of this specification. 6.1. Flexible Base (Complete In Place). Payment will be made for the type and grade specified. For cubic yard measurement, "In V811iGle," " "In Final Position" will be specified. For square yaFd measurement, a depth will a speG&4. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, spreading, blading, mixing, shaping, placing, compacting, reworking, finishing, correcting locations where thickness is deficient, curing, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. END OF ITEM 247 6of6 506 { Item 506 Temporary Erosion, and Environmental DESCRIPTION Sedimentation, Controls Install, maintain, and remove erosion, sedimentation, and environmental control measures to prevent or reduce the discharge of pollutants in accordance with the Storm Water Pollution Prevention Plan (SWPPP) on the plans and the Texas Pollutant Discharge Elimination System (TPDES) General Permit TXR150000. Control measures are defined as Best Management Practices used to prevent or reduce the discharge of pollutants. Control measures include, but are not limited to, rock filter dams, temporary pipe slope drains, temporary paved flumes, construction exits, earthwork for erosion control, pipe, construction perimeter fence, sandbags, temporary sediment control fence, biodegradable erosion control logs, vertical tracking, temporary or permanent seeding, and other measures. Erosion and sediment control devices must be selected from the Erosion Control Approved Products or Sediment Control Approved Products lists. Perform work in a manner to prevent degradation of receiving waters, facilitate project construction, and comply with applicable federal, state, and local regulations. Ensure the installation and maintenance of control measures is performed in accordance with the manufacturer's or designer's specifications. Provide the Contractor Certification of Compliance before performing SWPPP or soil disturbing activities. By signing the Contractor Certification of Compliance, the Contractor certifies they have read and understand the requirements applicable to this project pertaining to the SWPPP, the plans, and the TPDES General Permit TXR150000. The Contractor is responsible for any penalties associated with non-performance of installation or maintenance activities required for compliance. Ensure the most current version of the certificate is executed for this project. 2. MATERIALS Furnish materials in accordance with the following: i item 161GOMP969 u I iitem 432, I FW Item 556, "Pipe lJRder-dFain6" ia double Ubsted, hexagon —al �.AVA_ave i.vith a nominal Fnesh Opening of 2 112 x 3 114 in.; i i and, i 1 of 14 506 2.4. Construction Exits. Provide materials that meet the details shown on the plans and this Section. 2.4.1. Rock Construction Exit. Provide crushed aggregate for long- and short-term construction exits. Furnish aggregates that are clean, hard, durable, and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials, and organic and injurious matter. Use 4- to 8-in. aggregate for Type 1. Use 2- to 4-in. aggregate for Type 3. 2.4.3. Foundation Course. Provide a foundation course consisting of flexible base, bituminous concrete, hydraulic cement concrete, or other materials as shown on the plans or directed. 2of14 506 rUsed Materials. PWIGUSly used rnateFffials meetiRg the appliGable FeqUiFeMeAtG may be used if approved. 2.8. Sandbags. Provide sandbag material of polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 oz. per square yard, a Mullen burst -strength exceeding 300 psi, and an ultraviolet stability exceeding 70%. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. Filled sandbags must be 24 to 30 in. long,16 to 18 in. wide, and 6 to 8 in. thick. Table 1 Sand Gradation Sieve Size I Retained (% by Weight) #4 Maximum 3% #100 Minimum 80% #200 Minimum 95% Aggregate may be used instead of sand for situations where sandbags are not adjacent to traffic. The aggregate size must not exceed 318 in. 2.9. Temporary Sediment Control Fence. Provide a net -reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. 2.9.1. Fabric. Provide fabric materials in accordance with DMS-6230, 'Temporary Sediment Control Fence Fabric." 2.9.2. Posts. Provide essentially straight wood or steel posts with a minimum length of 48 in., unless otherwise shown on the plans. Furnish soft wood posts at least 3 in. in diameter, or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-112 x 1-112 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.3 lb. per foot. 2.9.3. Net Reinforcement. Provide net reinforcement of at least 12-112 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 in., at least 24 in. wide, unless otherwise shown on the plans. 2.9.4. Staples. Provide staples with a crown at least 314 in. wide and legs 112 in. long. 2.9.5. Used Materials. Use recycled material meeting the applicable requirements if approved. Wr"B. 2.10.2. Containment Mesh. Furnish GeRtaunment mesh that is 0 biodegradable, ph9t9degFadable, OF FeGyGlable 3of14 506 F 2.11. Inlet Protection Barrier. 2.11.1. Sandbag Material. Furnish sandbags meeting Section 506.2.8., "Sandbags". 2.12. SWPPP. The Contractor shall develop a Pollution Prevention Plan to supplement the Owner's Stormwater Pollution Prevention Plan (SWPPP) as contained in the drawings. The plan shall be in strict compliance with the National Pollutant Discharge Elimination System (NPDES) permit issued or approved by the U.S. Environmental Protection Agency (EPA) pursuant to 40 CFR Part 122.6 and 1 or the Texas Pollutant Discharge Elimination System (TPDES) permit issued by the Texas Commission on Environmental Quality (TCEQ). The Plan shall address all measures to dispose of, control, or prevent the discharge of solid, hazardous and sanitary wastes to the waters of the U.S. The plan shall include procedures to control offsite tracking of soil by vehicles and construction equipment and procedures for cleanup and reporting of non -storm water discharges such as contaminated groundwater or accidental spills. The Contractor shall prepare all required documentation, pay all fees and perform all services and work necessary to obtain all permits and approvals from any and all local, state and federal regulatory agencies for project. The cost of all permitting shall be subsidiary to other items of work. The Contractor shall also be required to submit a written documentation that all required permits have been obtained to the Engineer prior to commencement of construction activities. 3. QUALIFICATIONS, TRAINING, AND EMPLOYEE REQUIREMENTS 3.1. Contractor Responsible Person Environmental (CRPE) Qualifications and Responsibilities. Provide and designate in writing at the preconstruction conference a CRPE and alternate CRPE who have overall responsibility for the storm water management program. The CRPE will implement storm water and erosion control practices; will oversee and observe storm water control measure monitoring and management; will monitor the project site daily and produce daily monitoring reports as long as there are BMPs in place or soil disturbing activities are evident to ensure compliance with the SWPPP and TPDES General Permit TXR150000. During time suspensions when work is not occurring or on contract non -work days, daily inspections are not required unless a rain event has occurred. The CRPE will provide recommendations on how to improve the effectiveness of control measures. Attend the 8epa4rneat6 pre -construction conference for the project. Ensure training is completed as identified in Section 506.3.3., "Training," by all applicable personnel before employees work on the project. Document and submit a list, signed by the CRPE, of all applicable Contractor and subcontractor employees who have completed the training. Include the employee's name, the training course name, and date the employee completed the training. Provide the most current list at the preconstruction conference or before SWPPP or soil disturbing activities. Update the list as needed and provide the updated list when updated. 3.2. Contractor Superintendent Qualifications and Responsibilities. Provide a superintendent that is competent, has experience with and knowledge of storm water management, and is knowledgeable of the requirements and the conditions of the TPDES General Permit TXR150000. The superintendent will manage and oversee the day to day operations and activities at the project site; work with the CRPE to provide effective storm water management at the project site; represent and act on behalf of the Contractor; and attend the DepaFtment's pre -construction conference for the project. 3.3. Training, All Contractor and subcontractor employees involved in soil disturbing activities, small or large structures, storm water control measures, and seeding activities must complete training as prescribed by the 4of14 !tt 3 S 3 Ana Department. 4. CONSTRUCTION 4.1. Contractor Responsibilities. Implement the SWPPP for the project site in accordance with the plans and specifications, TPDES General Permit TXR150000, and as directed. Coordinate storm water management with all other work on the project. Develop and implement an SWPPP for project -specific materials supply plants within and putside of the DepaFtmeRt's Fight of way in accordance with the specific or general storm water permit requirements. Prevent water pollution from storm water associated with construction activity from entering any surface water or private property on or adjacent to the project site. 4.2. Implementation. The CRPE, or alternate CRPE, must be accessible by phone and able to respond to project -related storm water management or other environmental emergencies 24 hr. per day. 4.2.1. Commencement. Implement the SWPPP as shown and as directed. Contractor -proposed recommendations for changes will be allowed as approved. Conform to the established guidelines in the TPDES General Permit TXR150000 to make changes. Do not implement changes until approval has been received and changes have been incorporated into the plans. Minor adjustments to meet field conditions are allowed and will be recorded in the SWPPP. 4.2.2. Phasing. Implement control measures before the commencement of activities that result in soil disturbance. Phase and minimize the soil disturbance to the areas shown on the plans. Coordinate temporary control measures with permanent control measures and all other work activities on the project to assure economical, effective, safe, and continuous water pollution prevention. Provide control measures that are appropriate to the construction means, methods, and sequencing allowed by the Contract. Exercise precaution throughout the life of the project to prevent pollution of ground waters and surface waters. Schedule and perform clearing and grubbing operations so that stabilization measures will follow immediately thereafter if project conditions permit. Bring all grading sections to final grade as soon as possible and implement temporary and permanent control measures at the earliest time possible. Implement temporary control measures when required by the TPDES General Permit TXR150000 or otherwise necessitated by project conditions. Do not prolong final grading and shaping. Preserve vegetation where possible throughout the project, and minimize clearing, grubbing, and excavation within stream banks, bed, and approach sections. 4.3. General. 4.3.1. Temporary Alterations or Control Measure Removal. Altering or removal of control measures is allowed when control measures are restored within the same working day. 4.3.2 Stabilization. Initiate stabilization for disturbed areas no more than 14 days after the construction activities in that portion of the site have temporarily or permanently ceased. Establish a uniform vegetative cover or use another stabilization practice in accordance with the TPDES General Permit TXR150000. 4.3.3. Finished Work. Remove and dispose of all temporary control measures upon acceptance of vegetative cover or other stabilization practice unless otherwise directed. Complete soil disturbing activities and establish a uniform perennial vegetative cover. A project will not be considered for acceptance until a vegetative cover of 70% density of existing adjacent undisturbed areas is obtained or equivalent permanent stabilization is obtained in accordance with the TPDES General Permit TXR150000. An exception will be allowed in and areas as defined in the TPDES General Permit TXR150000. 4.3.4. Restricted Activities and Required Precautions. Do not discharge onto the ground or surface waters any pollutants such as chemicals, raw sewage, fuels, lubricants, coolants, hydraulic fluids, bitumens, or any other petroleum product. Operate and maintain equipment on -site to prevent actual or potential water pollution. 5of14 506 Manage, control, and dispose of litter on -site such that no adverse impacts to water quality occur. Prevent dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. Wash out concrete trucks only as described in the TPDES General Permit TXR150000. Use appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water (i.e., dewatering). Prevent discharges that would contribute to a violation of Edwards Aquifer Rules, water quality standards, the impairment of a listed water body, or other state or federal law. V-1 4.4. Installation, Maintenance, and Removal Work. Perform work in accordance with the SWPPP, according to manufacturers' guidelines, and in accordance with the TPDES General Permit TXR150000. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until soil disturbing activities are completed and permanent erosion control features are in place or the disturbed area has been adequately stabilized as approved. The Department Engineer (or Engineer's representative) will inspect and document the condition of the control measures at the frequency shown on the plans and will provide the Construction SWPPP Field Inspection and Maintenance Reports to the Contractor. Make corrections as soon as possible before the next anticipated rain event or within 7 calendar days after being able to enter the worksite for each control measure. The only acceptable reason for not accomplishing the corrections with the time frame specified is when site conditions are "Too Wet to Work." Take immediate action if a correction is deemed critical as directed. When corrections are not made within the established time frame, all work will cease on the project and time charges will continue while the control measures are brought into compliance. Commence work once the Engineer reviews and documents the project is in compliance. Commencing work does not release the Contractor of the liability for noncompliance of the SWPPP, plans, or TPDES General Permit TXR150000. The Engineer may limit the disturbed area if the Contractor cannot control soil erosion and sedimentation resulting from the Contractor's operations. Implement additional controls as directed. Remove devices upon approval or as directed. Finish -grade and dress the area upon removal. Stabilize disturbed areas in accordance with the permit, and as shown on the plans or directed. Materials removed are considered consumed by the project. Retain ownership of stockpiled material and remove it from the project when new installations or replacements are no longer required. Height. At least 19 in. mea6uFed YeFtiGally ffom existing ground to top Gf M* dam. �. Top Width At loon+ 7 f{ tSlopes. No steeper thaR 24-. •Height. At least 18 in. FANSUFed veFtiGally ftem exi6ting ground t-9 top of filteF dam. 6of14 506 Top Width At least 2 ft f Clnnes Aln steeper than 2:1 aHeight. At least 36 'R. measured vert'Gally from existing grouRd to top of filter d f Top Width 4t least 2 A s Slopes. No steeper than 2:1 1. 11-1-11 4.4.4. Construction Exits. Prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction exits when tracking conditions exist. Construct exits for either long- or short-term use. 4.4.4.1. Long -Term. Place the exit over a foundation course as required. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the plans or as directed. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traffic for the full width of the exit, or as directed. 4.4.4.1.1. Type 1. Construct to a depth of at least 8 in. using crushed aggregate as shown on the plans or as directed. f__ 7 of 14 506 4.4.7. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, , detain sediment, and release water in sheet flow. Fill each bag with sand so that at least the top 6 in. of the bag is unfilled to allow for proper tying of the open end. Place the sandbags with their tied ends in the same direction. Offset subsequent rows of sandbags 1/2 the length of the preceding row. Place a single layer of sandbags downstream as a secondary debris trap. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. 4.4.8. Temporary Sediment -Control Fence. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the plans, as specified in this Section, or as directed. 4.4.8.1. Installation of Posts. Embed posts at least 18 in. deep, or adequately anchor, if in rock, with a spacing of 6 to 8 ft. and install on a slight angle toward the runoff source. 4.4.8.2. Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6 to 8 in. of fabric. Provide a minimum trench cross-section of 6 X 6 in. Place the fabric against the side, of the trench and align approximately 2 in. of fabric along the bottom in the upstream direction. Backfill the trench, then hand -tamp. 8of14 506 4.4.8.3. Fabric and Net Reinforcement Attachment. Attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced unless otherwise shown on the plans. Sewn vertical pockets may be used to attach reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 in. or less. 4.4.8.4. Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6 in. attached in at least 6 places equally spaced unless otherwise shown on the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment -control fence include the following: ■ fabric with minimal or no visible signs of biodegradation (weak fibers), • fabric without excessive patching (more than 1 patch every 15 to 20 ft.), ■ posts without bends, and • backing without holes. 4.4.11. Inlet Protection Barrier. Install sand bags around inlets adjacent to earthwork disturbing activities and as shown in the plans. Install inlet protection barriers to retain and accumulate sediment, but maintain inlet protection barriers to allow minimal inlet inflow restrictions and blockage during storm events. Maintain inlet protection barriers to remain in proper position and configuration at all times. 4.5. Monitoring and Documentation. Monitor the control measures on a daily basis as long as there are BMPs in place and/or soil disturbing activities are evident to ensure compliance with the SWPPP and TPDES General Permit TXR150000. During time suspensions when work is not occurring or contract non -work days, daily inspections are not required unless a rain event has occurred. Monitoring will consist of, but is not limited to, observing, inspecting, and documenting site locations with control measures and discharge points to provide maintenance and inspection of controls as described in the SWPPP. Keep written records of daily monitoring. Document in the daily monitoring report the control measure condition, the date of inspection, required corrective actions, responsible person for making the corrections, and the date corrective actions were completed. Maintain records of all monitoring reports at the project site or at an approved place. Provide copies within 7 days. Together, the CRPE and an Engineer's representative will complete the Construction Stage Gate Checklist on a periodic basis as directed. 9of14 506 5. MEASUREMENT 5.4. Construction Exits. Construction exits will be measured by the squaFe yaFd of suFfaGe area per each installed. #palefe and the lines, qFades and slopes of the aGG8pted P-M-Wankmp-At for the featuFe. 5.7. Sandbags for Erosion Control. Sandbags will be measured as eaGh sandbag 9F by the feet along the top of sandbag beFFns or daFn6. Sandbags will not be measured for separate payment but will instead be ___ 10 of 14 i l } 506 subsidiary to the device for which they are installed. 5.8. Temporary Sediment -Control Fence. Installation er and removal of temporary sediment -control fence will be measured by the foot. 5.11. Inlet Protection Barriers. Inlet Protection Barriers will be measured per each installed. 6. PAYMENT The following will not be paid for directly but are subsidiary to pertinent Items: ■ erosion -control measures for Contractor project -specific locations (PSLs) inside and Outside the right of way (such as construction and haul roads, field offices, equipment and supply areas, plants, staging I stockpile I storage areas, and material sources); ■ removal of litter, unless a separate pay item is shown on the plans; ■ repair to devices and features damaged by Contractor operations; ■ added measures and maintenance needed due to negligence, carelessness, lack of maintenance, and failure to install permanent controls; • removal and reinstallation of devices and features needed for the convenience of the Contractor; ' ■ finish grading and dressing upon removal of the device; and ■ minor adjustments including but not limited to plumbing posts, reattaching fabric, minor grading to maintain slopes on an erosion embankment feature, or moving small numbers of sandbags. Stabilization of disturbed areas will be paid for under pertinent Items subsidiary. 11 of 14 506 6.4. Construction Exits. Payment for Gontrastar required construction exits from off right of way IOGatiOAG OF on Fight of way PSLs will not be paid for diFeGtly but are subsidiary to peFtiRent items will be made at the contract unit price for the accepted quantities of each item completed and in place. The work perfeFFRed and materials 44FRished iR aGGE)rdanGe With thiS item and MeasyFed as provided UndeF "MeaSWFeMeRt" f49F GORStFLIGtiOn GAS Reeded on right of way aGGeSS te We* areas required by the DepartmeRt will be paid for at the YRit priGe bid for "GoRstFUGtion EAS (IRStall)" Gf the type specified 9F " This price is full compensation for furnishing and placing materials, excavating, removal and disposal, cleaning vehicles, labor, tools, and incidentals. 12 of 14 506 6.7. Sandbags for Erosion Control. Sandbags will not be paid for at the URit PFiGe bid for "Sandbags for Firnsion GoR#91" (of the height speGified when measurerneRt is by the feet). This PFiGe is full GompeRsation fGF sandbags will not be paid directly but are subsidiary to the device for which they are installed. When the EngineeF direGtS that the sandbag installation or portions themef be replaGed, payment will be made -;;t the URit PFiGe bid f9F "Sandbags for ra.resiAN C_Q_.AtFA_I," Wh!Gh is fUll GORIpensation %F 6.8. Temporary Sediment -Control Fence. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the URit priGe bid as follows; the number of linear feet installed and accepted by the Engineer in accordance with the plans and specifications. This price is full compensation for furnishing and placing materials, maintaining, removal and disposal, cleaning, labor, tools, and incidentals. 6.8.2. Removal. Removal will be paid for as "Temporary SedimeRt Control FenGe (Rerneve)." Thus PFiGe as full .. f in6deetaas, , 13 of 14 506 BiodegFadable EF06"On Control Logs. The work peFformed and mate4s fi mished in nwrdanre with th'S 6.11. Inlet Protection Barriers. Inlet Protection Barriers will be measured per each installed. This price is full compensation for furnishing and placing materials, maintaining, removal and disposal, cleaning, labor, tools, and incidentals. 6.12. SWPPP. Payment for the Contractor's SWPPP and procurement of associated permits shall be made at the contract lump sum price. This price shall include all labor, material, equipment, permitting, and incidentals necessary to complete this item. A prorated portion of the lump sum shall be paid on a monthly basis determined by the total lump sum amount divided by the number of months of actual contract duration. END OF ITEM 506 14 of 14 RS&H APPENDIX A CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) RS&H INTENTIONALLY LEFT BLANK I I City of Lubbock TEXAS EAST GA RAMP REHABILITATION CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) City ITB No. XX-XXXXX-XX City Contract No. 12234 Amendment No RS&H No.: 2230003005 Prepared by RS&H, Inc. forthe Lubbock Preston Smith International Airport Lubbock,Texas INTENTIONALLY LEFT BLANK LUBBOCK PRESTON SMITH INTERNATIONAL CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT EAST GA RAMP REHABILITATION CITY CONTRACT NO. 12234, AMENDMENT NO. 5 TABLE OF CONTENTS TITLE PAGE A. OVERVIEW...................................................................................................................................... 3 B. PROJECT SCOPE...........................................................................................................................3 C. PLAN REQUIREMENTS................................................................................................................. 5 1. Project Coordination......................................................................................................... 5 a. Pre -design Conference.......................................................................................... 5 b. Pre -bid Conference................................................................................................5 C. Pre -construction Conference................................................................................. 6 d. Contractor Progress Meetings............................................................................... 7 e. Weekly Safety Meetings........................................................................................ 7 f. Scope or Schedule Changes................................................................................. 8 g. FAA ATO Coordination.......................................................................................... 8 2. Phasing.............................................................................................................................. 8 a. Phase Elements.....................................................................................................8 b. Construction Safety Drawings..............................................................................12 3. Areas and Operations Affected by the Construction Activity....................................12 a. Identification of Affected Areas............................................................................12 b. Mitigation of Effects..............................................................................................13 4. Protection of NAVAIDs 14 5. Contractor Access..........................................................................................................15 a. Location of Stockpiled Construction Materials.....................................................15 b. Contractor Escorts...............................................................................................15 C. Airport Operations Security Badging....................................................................16 d. Vehicle and Pedestrian Operations.....................................................................17 6. Wildlife Management...................................................................................................... 20 a. Trash.................................................................................................................... 20 b. Standing water ..................20 C. Tall grass and seeds............................................................................................20 d. Poorly maintained fencing and gates...................................................................20 e. Disruption of existing wildlife habitat.................................................................... 20 I 7. Foreign Object Debris (FOD) Management.................................................................. 20 8. Hazardous materials (HAZMAT) Management.............................................................21 9. Notification of Construction Activities.........................................................................21 a. Points of contact/list of responsible representatives ............................................ 21 b. Notices to Airmen (NOTAM)................................................................................ 21 C. Emergency Notification Procedures.....................................................................22 d. Coordination with ARFF Personnel...................................................................... 22 e. Notification to the FAA......................................................................................... 22 10. Inspection Requirements...............................................................................................23 a. Daily (or more frequent) Inspections.................................................................... 23 b. Lighting and Signage Inspections........................................................................23 C. Final inspections.................................................................................................. 23 LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT i CONSTRUCTION SAFETY AND PHASING PLAN g _ . EAST GA RAMP REHABILITATION id RS&H 4 11. Underground Utilities.....................................................................................................24 12. Penalties..........................................................................................................................24 13. 14. Special Conditions..........................................................................................................24 Runway, Taxiway, and Taxilane Visual Aids................................................................24 a. General................................................................................................................25 b. Markings...............................................................................................................25 J$', C. Lighting and visual NAVAIDs...............................................................................25 d. Signs.................................................................................................................... 25 15. Marking and Signs for Access Routes......................................................................... 25 16. Hazard Marking and Lighting.........................................................................................26 a. Purpose....................................................................................•--.--......................26 j b. Equipment............................................................................................................26 4 17. Protection of Runway and Taxiway Safety Areas........................................................26 a. Runway Safety Area RSA 26 b. Runway Object Free Area(ROFA)......................................................................27 C. Taxiway/Taxilane Safety Area(TSA/TLSA).........................................................27 d. Taxiway/Taxilane Object Free Area(TOFA/TLOFA)...........................................28 e. Obstacle Free Zone OFZ ................................................................................... 28 f. Runway Approach/Departure Surfaces .................................... 28 18. Other Limitations on Construction ............................................................................... 29 - a. Prohibitions.......................................................................................................... 29 b. Restrictions.......................................................................................................... 29 i LIST OF ATTACHMENTS ATTACHMENT A — PROJECT SAFETY, SECURITY, AND PHASING EXHIBITS LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT ii CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION r-- RS&H c ; A. OVERVIEW Aviation safety is the primary consideration at airports, especially during construction. The airport operator's Construction Safety and Phasing Plan (CSPP) and the Contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with Airport Operations. These documents identify all aspects of the construction project that pose a potential safety hazard to Airport Operations and outline respective mitigation procedures for each hazard. The CSPP sets forth benchmarks and requirements for the project to help ensure the highest levels of safety, security and efficiency at the airport during construction. Guideline requirements for the CSPP are developed from Federal Aviation Administration (FAA) Advisory Circular (AC) 15015370-2, Operational Safety on Airports During Construction, current edition, latest change. Reference website: http://www.faa.gov/regulations policies/advisory circulars/index.cfm/go/document.information/docum entlD/1019533 The CSPP is a standalone document written to correspond with the safety and security requirements set forth in AC 15015370-2, current edition, latest change, the airport safety and security requirements, as well as local codes and requirements. The CSPP must be used by all personnel involved in the project. The CSPP covers the actions of not only the Contractor personnel and equipment, but also the actions of inspection personnel and airport staff. This document has been developed in order to minimize interruptions to Airport Operations, reduce construction costs, and maximize the performance and safety of construction activity on active airfield surfaces. Strict adherence to the provisions of the CSPP by all personnel assigned to or visiting the construction site is mandatory for Airport Improvements Program (AIP) funded construction projects. The Contractor is required to submit a Safety Plan Compliance Document (SPCD) to the Airport describing how the Contractor will comply with the requirements set forth in this CSPP. The SPCD must be drafted as required in AC 15015370-2, current edition, latest change. The SPCD must be submitted to the Airport at least one (1) week prior to the date of the pre -construction conference. The SPCD must also include a certification statement by the Contractor stating that it understands the operational safety requirements detailed in this CSPP and SPCD. The Contractor's certification statement will also assert that there will be no deviation from the approved construction practices contained within either of these documents. In the event the Contractor's activities are found in non-compliance with the provisions of the CSPP or the SPCD, the Engineer will direct the Contractor, in writing, to immediately cease those operations in violation. In addition a safety meeting will be conducted for the purpose of reviewing those provisions in the CSPP / SPCD that were violated. The Contractor will not be allowed to resume construction operations until conclusion of the safety meeting and all corrective actions required by the Contractor have been implemented. This will not affect the overall or phase durations of the contract. B. PROJECT SCOPE The East GA Ramp, located adjacent to and east of Runway 17L-35R, is in various stages of pavement deterioration. The ramp serves as access to Chaparral Jet Center and various Airport owned box and T-hangars. The ramp also serves as overflow parking for General Aviation aircraft during peak demands. Portions of the ramp are constructed of an asphalt surface course with significant indications LUBBOCK PRESTON SMITH INTERNATIONAL 3 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H of pavement failure. Other portions, constructed of concrete pavement, also show visual indications of pavement deterioration with exception of the 50' wide taxilane and a 300' by 100' ramp directly west of Chaparral Jet Center. Figure 1 — East GA Ramp Additionally, a portion of the airfield perimeter road adjacent to the southwest corner of the Terminal Ramp, shown in Figure 2, has been damaged such that it is no longer a usable roadway surface. It is believed that trapped water has degraded the pavement material qualities and the strength of the pavement layers. The combination of presumed high moisture levels in the pavement section, assumed pavement material degradation and heavy traffic loading (i.e. fuel trucks) has caused irreparable pavement distresses. Figure 2 — Perimeter Road Repair Location at Terminal Ramp LUBBOCK PRESTON SMITH INTERNATIONAL 4 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H t_ The project Scope of Work can generally be described as: 1. The rehabilitation of the Airport's East GA Ramp (Work Area A only) through mill and overlay of the existing hot -mix asphalt (HMA) surface. 2. The complete reconstruction of the damaged portion of the airfield perimeter road adjacent to the southwest corner of the Terminal Ramp. A primary objective for this pavement repair is to address the underlying water issues to prevent the new paving materials from being saturated or being exposed to high moisture levels for extended periods of time. This project will provide complete planning and design phase services along with limited construction phase services. The limits of the project area are identified graphically in the exhibits of Attachment A of this document. Necessary construction locations, activities, and associated costs have been identified and their impact to Airport Operations has been assessed. The impact of work to Air Operations Areas (AOA) is discussed in detail in Section C, Plan Requirements, of this document and graphically depicted in the exhibits of Attachment A of this document. These exhibits will be made part of the drawing set issued to the Contractor for bidding and construction. C. PLAN REQUIREMENTS Many of the requirements herein are not expected to apply to this project. The appropriate requirements have been noted as not applicable, but have been included in this report to provide direction should any of these items unexpectedly arise during construction. 1. Project Coordination Pre -design, pre -bid, and pre -construction conferences are used to introduce the subject of airport operational safety during construction. In addition, construction progress meetings, scope of schedule changes, and meetings with the FAA Air Traffic Organization (ATO) will be coordinated as required through the performance of the contract. a. Pre -design Conference A pre -design conference was convened on December 5, 2016 and conducted by the Lubbock Preston Smith International Airport (Airport) staff. In attendance were representatives from the Airport and representatives from RS&H, Inc. (the design consultants). This meeting was used to discuss various items relating to design parameters, airport safety, routing of aircraft and equipment, sequencing of construction operations, environmental considerations, and other requirements pertinent to the project. This pre -design conference was essential in identifying and outlining potential effects and / or conflicts to Airport Operations during the acquisition of data for design and the subsequent project construction. b. Pre -bid Conference The Airport will conduct a pre -bid conference to help clarify and explain construction methods, procedures, and safety measures required by the contract. This meeting will be held approximately 14 days prior to the bid opening date. LUBBOCK PRESTON SMITH INTERNATIONAL 5 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION 6' RS&H The pre -bid conference is not mandatory for all general Contractors intending to bid on this project. Typical agenda items included for this meeting are: • New or unique construction methods; • New construction procedures (i.e. statistical acceptance testing); • Operational safety requirements; and • Disadvantaged Business Enterprise (DBE) and other civil rights and labor requirements. One of the primary focuses of the pre -bid conference will be to cover relevant information concerning the Contractor's requirements for developing and submitting an SPCD for review and approval. This will include both general and specific elements required in the SPCD and information on how the Contractor must format the document to illustrate their plans for compliance with those provisions detailed within this CSPP. Changes or modifications recommended during the conference will be included in an addendum to the bid documents. A copy will be furnished to each prospective bidder. c. Pre -construction Conference A pre -construction conference, convened and conducted by the Airport and the design consultant, will be used to discuss operational safety and security, quality control testing, quality acceptance testing, labor requirements, environmental factors, and other issues. This meeting, among all parties affected by the construction will assist in a better understanding of potential problems and possible solutions for the course and performance of this contract. The pre -construction conference will be conducted as soon as practicable after the contract has been awarded and before issuance of the notice to proceed. The expected participants for this meeting include the following parties: • Sponsor's Engineer. • Airport management. • Testing laboratory representative. • Contractor and subcontractor(s). • Contractor's project superintendent. • Airport users impacted by the proposed construction. • Utility companies affected by the proposed construction. • Federal, state, or local agencies affected by the proposed construction. • Representative of FAA Airports regional or field office. • Representative of the Air Traffic Control Tower (ATCT). LUBBOCK PRESTON SMITH INTERNATIONAL 6 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H r- } The design consultant will prepare an agenda prior to the pre -construction conference. This t will include but is not limited to: • The scope of the project, as well as the sequence and timing of all operations. • Relationship between the Airport representative and the Contractor. • Relationship between the FAA and the Sponsor. • Identification of the Contractor's superintendent and a discussion of his/her authority and responsibilities. • Designation of sponsor representative responsible for notifying the FAA Flight Service Station (FSS) serving the airport of the proposed start and completion dates of construction or of circumstances requiring a NOTAM. Planned coordination (Airport Management), control and communications needed for those closures and crossings identified for this project are discussed in detail in Section C.9, Notification of Construction Activities, of this document. • Scheduling of work and the need to perform certain items at various stages of the project, including operational safety problems that might arise because of the proposed work. • Notice to proceed date. • Safety during construction, including the responsibility for marking and lighting of closed and hazardous areas. Reference AC 15015370-2, current edition, latest change, and AC 15015340-1, Standards for Airport Markings, current edition, latest change, for detailed information. Also reference current edition, latest change, of the following safety FAA Advisory Circulars: o AC 15015200-18, Airport Safety -Self Inspection; 0 15015210-5, Painting, Marking and Lighting of Vehicles Used ON Airports; • Security requirements in secure airfield areas. • The need for continuing vigilance for potential or existing hazards relative to the items associated with construction operations on an active or closed airfield surface. d. Contractor Progress Meetings Weekly construction meetings will be held to discuss work progress and to address current or potential security and safety concerns. These meetings may be adjusted to a day-to-day basis as necessary for specific work items. Operational safety and security will be a standing agenda item for discussion during these weekly/daily construction progress meetings. These meetings will be conducted by the Airport and / or Engineer (or the Engineer's representative). e. Weekly Safety Meetings In addition to the Contractor Progress Meetings, the Contractor will conduct a weekly Safety Meeting for all Contractor personnel. These meetings must be open to the Airport, Engineer, Engineer's representative, and any other governing authority that would like to attend. j._.; LUBBOCK PRESTON SMITH INTERNATIONAL 7 CONSTRUCTION SAFETY AND PHASING PLAN �{ EAST GA RAMP REHABILITATION l _; RS&H One week prior to starting work in a new phase the Contractor must conduct a meeting with all employees accessing the work area. This meeting must at a minimum address the specific phased work elements, work limits of the phase, haul routes to and from the phase, and required coordination tasks between the Contractor and the Airport. ^ `, f. Scope or Schedule Changes Changes in the scope and / or duration of the project may necessitate revisions to the CSPP. The FAA Airports Regional or District office will be promptly notified of proposed changes to this CSPP. Changes to this document require review and approval by the Airport and the FAA prior to implementation. In addition, it may be necessary to coordinate proposed changes with appropriate local and / or federal government agencies (i.e. EPA, OSHA, TSA, state environmental agencies, etc.). g. FAA ATO Coordination (Not anticipated as applicable to the scope of this project) Early coordination with FAA ATO is required to schedule airway facility shutdowns and restarts. The Contractor must be aware and cognizant of all activities on the airfield and to follow those procedures referenced above for work required in, around, or near airfield Navigational Aids (NAVAIDs). 2. Phasing Construction phasing for this project must be coordinated with the Airport and local ATCT personnel. The construction phases established in this CSPP have been incorporated into the project design and are reflected in the contract drawings and specifications. The specific project phase areas associated with the performance of this project are represented graphically in exhibits located in Attachment A of this document. All of the phases identified have been evaluated and planned in order to reduce impact on airport users for the duration of construction associated with this work. The performance of work for each of these phases may require the reduction of aircraft access, re-routing of aircraft around the project work area, closures, and / or restrictions of various airfield surfaces. Exhibits showing the overall phasing layout and the safety and security elements associated with each phase have been provided in Attachment A of this document. a. Phase Elements Construction phasing for this project has been phased in order to maintain aircraft operations at an acceptable level of efficiency at the airport for the duration of this contract. Work within the phases of the contract may not be concurrent unless otherwise noted in the specific phasing plan sheets. General elements of phasing are as follows: Contractor staging / stockpile / storage areas — Reference Attachment A of this document for general safety and security notes as well as staging / stockpile / storage area locations. These areas are to remain outside of all Object Free and Safety Areas for all active airfield surfaces. f- i i LUBBOCK PRESTON SMITH INTERNATIONAL 8 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION s__ RS&H + Construction access and haul routes — Reference Attachment A of this document for routing layouts. Applicable control along Contractor haul routes for both safety and security must be maintained at all times. This is especially true at those locations that require the Contractor to cross or move through active airfield surfaces. Aircraft Rescue and Fire Fighting (ARFF) access routes — Emergency ARFF access in and around the site will be maintained by the Contractor, as required, for the duration of this project. Contractors must prominently mark open trenches and excavations within the construction site, prominently light them with red lights during hours of restricted visibility or darkness, and obtain approval from the Airport and Engineer. Ground Service Equipment (-GSE) vehicle routes (not anticipated as applicable to the scope of this proiect)— GSE vehicle access in and around the site will be maintained by the Contractor as required for the duration of this project. Contractors must prominently mark open trenches and excavations within the construction site, prominently light them with red lights during hours of restricted visibility or darkness, and obtain approval from Airport Operations and the project Engineer. Required NAVAID Shutdowns (not anticipated as applicable to the scope of this proiect) — The Contractor must coordinate all NAVAID shutdowns with the Airport, local FAA facilities ` manager and / or ATCT as appropriate. No NAVAID shutdowns are anticipated for this project. 9 �P P 1 Required hazard marking and lighting — Low -profile barricades, unlit taxi closure markings, lighting and / or safety flag details and usage requirements are provided in the exhibits of Attachment A of this document. Portable lighting units must be provided for construction that must occur during nighttime operations. The Contractor must provide sufficient units so that all work areas are illuminated to a level of five (5) horizontal foot-candles. The lighting levels must be calculated and measured in accordance with the current standards of the Illumination Engineering Society. Portable lighting units must be positioned in such a way that they do not impact air traffic control operations and must be approved by the Airport prior to use. Lead times for required notifications — The Contractor is required to coordinate this with the Airport. Lead times for required notifications will be established at the pre -construction conference. Construction will occur over the course of three (3) phases. Phase specific elements addressed and taken into consideration during the development of the construction phasing for this project are as follows: General Phasing Notes The construction phasing detailed in the plans is broken into multiple phases of work. All phases of work are within the AOA. Due to the importance of maintaining airfield operations, safety, and security during construction within these areas, the construction phasing has been divided into multiple phases of work, as detailed on plan sheets G102 through G104 in Attachment A. The phasing can generally be described as: a. Phase 1 is the majority of the rehabilitation of the identified portions of the East General Aviation (GA) Ramp. The work generically is the mill and overlay of the East GA Ramp. LUBBOCK PRESTON SMITH INTERNATIONAL 9 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H r b. Phase 2 is the completion of the rehabilitation of the identified portions of the East GA Ramp, inside the TOFA adjacent to the FBO. c. Phase 3 is the reconstruction of a damaged portion of the perimeter road adjacent to the southwest corner of the Terminal Ramp. The work includes the installation of an underdrain. 2. During the "pre -construction phase", the Contractor will perform the following activities: a. Complete Airport Operations -issued security badges and Airport Movement Area driver's training processes for Contractor personnel in order to have a sufficient work force badged and trained to operate vehicles and equipment within the AOA. b. Complete material submittals, shop drawings, and RFls and submit for review. Particular attention should be paid to critical submittals, including but not limited to safety plan(s), quality control plan(s), concrete mix designs, asphalt job mix formula(s) (JMF), electrical items, and other long lead time items. c. Begin mobilization, including set up of the staging / stockpile / storage area, procurement and stockpiling of project materials, and furnishment and set up of temporary facilities. d. Notify utility companies to have underground utilities located. e. Complete initial survey checks and verification of control monuments, along with establishment of temporary benchmarks. f. Procure temporary Stormwater Pollution Prevention Plan (SWPPP) controls and verify sufficient quantity for each phase once work is authorized to begin. g. Procure barricades and other safety items and verify sufficient quantity to close the required areas of each phase once work is authorized to begin. 3. The intent of the phasing plans is to minimize interference to aircraft movements, the amount of time each work area is closed, and disruptions to airport operations. The Contractor is expected to work in a manner to help meet these intended goals, including extended production hours when possible / practical. 4. Work within Phases 1 and 2 may not be concurrent. Work within Phase 3 may be completed concurrently with either Phase 1 or Phase 2. 5. The Contractor is expected to coordinate work efforts with the Engineer and Owner. 6. The Contractor is expected to coordinate aircraft operations schedules with the Owner and FBO operator and facilitate aircraft operations to the maximum extent possible. The Contractor is hereby made aware that aircraft operations adjacent to work areas may cause jet blast through the work areas. The Contractor is expected to move Contractor personnel and equipment as necessary in order to protect personnel, equipment, and materials from the effects of jet blast. 7. During the time any pavement or portion thereof is closed, it's associated lights and signs must be de -energized, jumpered out, or an alternative owner -approved light blackout method employed. 8. Prior to beginning each phase, the Contractor is expected to meet onsite with the Engineer and Owner to finalize and identify the work limits and tasks that must be performed in each phase. t__r LUBBOCK PRESTON SMITH INTERNATIONAL 10 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H f ' Phase 1 — 15 Calendar Days 1. The following airfield aircraft traffic operations will be modified during this Phase: a. Runway 17L-35R will be closed. b. The parallel taxiway and north connector taxiway will be closed. c. The hangar access taxilane south of the FBO building will be closed to aircraft under power. The Contractor will facilitate aircraft movements under tow through the area to the maximum extent possible by removing Contractor personnel and equipment for the safe passage of aircraft. 2. Reference the exhibits of Attachment A of this document for barricade locations and additional safety measures. 3. All work in Phase 1 may be completed during daytime construction hours. The Contractor will be allowed 15 calendar days to complete Phase 1. 4. Work within Phases 1 and 2 may not be concurrent. Work within Phase 3 may be completed concurrently with either Phase 1 or Phase 2. 5. Taxi routes — Reference the exhibits of Attachment A of this document for aircraft taxi routes tgg impacted by the construction operations of this Phase. _, 6. Impacts to NAVAIDs — No impact to airport NAVAIDs are anticipated. 7. Marking changes —The permanent East GA Ramp pavement markings will change at completion of the phase. 8. Reference the exhibits of Attachment A of this document for detailed project scope notes. Phase 2 — 7 Calendar Days 1. The following airfield aircraft traffic operations will be modified during this Phase: a. The hangar access taxilane in front of the FBO hangar will be closed to aircraft under power. The Contractor will facilitate aircraft movements under tow through the area to the maximum extent possible by removing Contractor personnel and equipment for the safe passage of aircraft. 2. Reference the exhibits of Attachment A of this document for barricade locations and additional safety measures. 3. All work in Phase 2 may be completed during daytime construction hours. The Contractor will be allowed 7 calendar days to complete Phase 2. 4. Work within Phases 1 and 2 may not be concurrent. Work within Phase 3 may be completed concurrently with either Phase 1 or Phase 2. 5. Taxi routes — Reference the exhibits of Attachment A of this document for aircraft taxi routes impacted by the construction operations of this Phase. LUBBOCK PRESTON SMITH INTERNATIONAL 11 CONSTRUCTION SAFETY AND PHASING PLAN f _ EAST GA RAMP REHABILITATION RS&H t�= 6. Impacts to NAVAIDs — No impact to airport NAVAIDs are anticipated. 7. Marking changes — The permanent East GA Ramp pavement markings will change at completion of the phase. 8. Reference the exhibits of Attachment A of this document for detailed project scope notes. Phase 3 —15 Calendar Days 1. The following airfield aircraft traffic operations will be modified during this Phase: a. Access to the south end of the Terminal Ramp will be closed. 2. Reference the exhibits of Attachment A of this document for barricade locations and additional safety measures. 3. All work in Phase 3 may be completed during daytime construction hours. The Contractor will be allowed 15 calendar days to complete Phase 3. 4. Work within Phase 3 may be completed concurrently with either Phase 1 or Phase 2. 5. Taxi routes — Reference the exhibits of Attachment A of this document for aircraft taxi routes impacted by the construction operations of this Phase. 6. Impacts to NAVAIDs — No impact to airport NAVAIDs are anticipated. 7. Marking changes — No marking changes are anticipated. 8. Reference the exhibits of Attachment A of this document for detailed project scope notes. b. Construction Safety Drawings Graphical exhibits specifically indicating operational safety procedures and methods in areas affected by construction activities associated with this project (by phase) have been provided with this CSPP and incorporated into the project drawing set. Reference Attachment A of this document. 3. Areas and Operations Affected by the Construction Activity Runways, taxiways and other airfield surfaces must remain in use by aircraft to the maximum extent possible without compromising safety. The performance of this contract will require the partial closures and / or restrictions of several airfield surfaces on a scheduled and phased basis. These areas are graphically illustrated in the exhibits of Attachment A of this document. In addition, reference Section C.2, Phasing, of this document. a. Identification of Affected Areas Reference the exhibits of Attachment A of this document for graphical identification of areas affected by construction operations. Of particular concern are the following: 1. Closing, or partial closing, of taxiways and ramps Phase associated pavement closures are graphically illustrated in the exhibits provided in Attachment A of this document. The term `partial closure' means a portion of the pavement z LUBBOCK PRESTON SMITH INTERNATIONAL 12 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H is unavailable for aircraft operations. Elements of the project work areas have been found to penetrate the Taxiway/Taxilane Object Free Areas (TOFA and TLOFA) of the surrounding airfield surfaces necessitating actions to maintain safety and separation during I^ construction. These areas have been identified in the exhibits provided in Attachment A of this document. 2. Closing of ARFF access routes (not anticipated as applicable to the scope of this project) Access into, through, and / or around the project work area by ARFF vehicles may be reduced during construction. It is the Contractor's responsibility to maintain access for these emergency response vehicles for the duration of each phase of work. 3. Closing of access routes used by airport and airline support vehicles (not anticipated as applicable to the scope of this project) It is the Contractor's responsibility to maintain access for GSE vehicles servicing aircraft around the terminal for the duration of each phase of work. This will be particularly important for aircraft fueling vehicles. 4. Interruption of utilities ( Several utilities have been identified within the project limits. These include but may not be gi limited to electrical service lines, water lines, and storm drain lines. Minimal interruptions of utilities are expected. 5. Approach/departure surfaces affected by heights of objects (not anticipated as applicable to the scope of this project) Contractor equipment conflicts, heights of objects, or staging area heights of objects are not anticipated to impact approach/departure surfaces. 6. Construction areas These areas include the project work areas, staging / stockpile / storage areas, and Contractor haul routes near or through active airfield surfaces. Contractor haul routes will cross active airfield surfaces. All crossings will be controlled and monitored by the Contractor. These specific project areas are identified graphically in the exhibits of Attachment A of this document. b. Mitigation of Effects This CSPP has established specific requirements and operational procedures necessary to maintain the safety and efficiency of the Airport during the construction of this project. All coordination pertaining to the Airport during construction will go through the Airport staff. Required NOTAMs that must be issued will be sent through and issued by the Airport. 1. Temporary Changes to runway, ramp, taxilane, and / or taxiway operations The affected airfield surfaces identified in Section C.3, Areas and Operations Affected by the Construction Activity, of this document as being temporarily closed to aircraft LUBBOCK PRESTON SMITH INTERNATIONAL 13 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H l traffic, will be barricaded by the use of low -profile barricades placed as shown in the exhibits provided in Attachment A of this document. Centerline lead-in lines that direct ' aircraft into the areas identified for closure for this project must be marked as closed with a temporary unlit taxi closure marking as indicated by the applicable phase (reference the exhibits of Attachment A of this document). Runway closure markings will be installed at each runway end of temporarily closed runways. The Owner will provide runway closure markers to the Contractor for use during Phase 1 construction operations. The Contractor will install, maintain, and remove the runway closure markers at the direction of the Engineer and / or Owner. The Contractor is responsible for the repair of damage to the runway closure markers caused by the Contractor's equipment and personnel. For temporarily closed taxiways intersecting the runway, temporary unlit taxi closure markings will be installed at the entrance to the closed taxiway from the runway (not anticipated as applicable to the scope of this project). In addition, required NOTAMs must be issued on the various temporary changes to aircraft access through the affected areas. 2. Detours for ARFF and other airport vehicles (not anticipated as applicable to the scope of this project) The project work site must remain open to all ARFF vehicles in emergency situations. The Contractor is required to maintain access in and around the project work area for all ARFF vehicles. Proper routing of this traffic will be effectively communicated to all supervisory Contractor personnel involved in the construction project. Vehicle routing must be maintained for GSE vehicles accessing aircraft parked at active terminal gates. 3. Maintenance of essential utilities (not anticipated as applicable to the scope of this project) Special attention must be given to preventing unscheduled interruption of utility services and facilities. Where required due to construction purposes, the FAA will locate all of their underground utilities. The Contractor must locate and / or arrange for the location of all the underground utilities. When an underground cable or utility is damaged due to the Contractor's negligence, the Contractor must immediately repair the affected cable or utility. Full coordination between airport staff, field inspectors, and Contractor personnel will be exercised to ensure that all airport power and control cables are fully protected prior to excavation activities. Locations of cabling and other underground utilities will be marked prior to beginning excavation. 4. Temporary Changes to air traffic control procedures Changes to air traffic control procedures must be coordinated with the Airport ATO. 4. Protection of NAVAIDs (Not anticipated as applicable to the scope of this project) Before commencing construction activities, parking vehicles, or storing construction equipment and materials near a NAVAID, coordination with the appropriate FAA ATO to evaluate the effects of construction activity and the required distances and direction from the NAVAID is required (reference Section C.9.e.iii, NAVAIDs, of this document). LUBBOCK PRESTON SMITH INTERNATIONAL 14 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION $ l 1. J RS&H (, 5. Contractor Access This CSPP details those areas from which the Contractor must access the AOA. a. Location of Stockpiled Construction Materials Stockpiled materials and equipment storage are not permitted within an active RSA, TSA, Obstacle Free Zone (OFZ), and if possible should not be placed within an active OFA or TOFA. Stockpiling material within an active OFA or TOFA requires submittal of an FAA Form 7460-1, Notice of Proposed Construction or Alteration to the FAA for approval. The FAA must provide approval prior to stockpiling within an active OFA or TOFA. Stockpiled material must be constrained in a manner to prevent movement resulting from either aircraft jet blast or wind conditions in excess of ten miles per hour. Stockpiles must comply with obstruction height requirements for protected airspace (transitional surface or primary surface) as provided in the Code of Federal Regulations (CFR) Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace. Additional controls must be installed to prevent siltation of water ways by the use of silt fence or other such approved device used in the mitigation of storm water pollutants. Reference those controls and requirements detailed in TxDOT Item 506 of this project for additional details and requirements. Open trenches exceeding three (3) inches in depth and five (5) inches in width and stockpiled materials are not permitted within the limits of safety areas of operational airfield surfaces. In addition, all materials removed that are not designated for re -use or re -installation within the scope of the project, or designated as a salvageable material, must be legally disposed of offsite by the Contractor. Reference Section C.7, Foreign Object Debris (FOD) Management, and Section C.17, Protection of Runway and Taxiway Safety Areas, of this document for additional information regarding stockpile management. b. Contractor Escorts 1. Contractor escort vehicle drivers must receive Airport Movement Area (AMA) driver training. 2. All vehicles responsible to the Contractor, including Contractor personnel, subcontractors, suppliers, or other vehicles under Contractor control, entering the AOA must be escorted by an approved Contractor escort vehicle from the point of AOA entry to the construction site. The Contractor escort vehicle must be clearly identified with required vehicle markings and lighting, as described in Section C.5.d, Vehicle and Pedestrian Operations. 3. The Contractor escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of the Contractor escort vehicle and the escorted vehicles, the driver of the Contractor escort vehicle must be approved for, issued, display an Airport Operations security badge. Further, the Contractor C escort vehicle driver must be familiar with Airport security and safety procedures. i. LUBBOCK PRESTON SMITH INTERNATIONAL 15 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H c. Airport Operations Security Badging The Contractor is responsible for obtaining photo -identification security badges issued by Airport Operations for each supervisor or foreman of each work crew working within the AOA. The Contractor must obtain Airport Operations security badges for at least one (1) member of each work crew working in separate areas of the AOA. All Contractor personnel, subcontractors, suppliers, or any other person under Contractor control, must either obtain and display an Airport Operations security badge, or obtain and display a Contractor -issued identification badge AND be escorted or directly supervised by an individual displaying a current Airport Operations security badge. The Contractor is responsible for completing the required Airport Operations security badge application forms, and for submitting the forms to Airport Operations for their review as early in the project as possible to avoid construction delays. Forms must be submitted at least three (3) weeks in advance of issuance of a badge. Forms will be available through Airport Operations after award of the project. The Contractor must designate an Authorized Signature Holder (ASH) responsible for all Contractor badge applications. The ASH designee must complete training to become the authorized ASH, after which all Airport Operations security badge applications must be reviewed and approved via signature by the ASH. 3. The Contractor must conduct a background check of each applicant for an Airport Operations security badge utilizing standard background check forms provided by Airport Operations. Forms for completing the required background check will be available through Airport Operations after award of the project. The background check must show proof of a minimum five (5) year employment record and will be reviewed by Airport Operations. Any gap in excess of 30 days must be documented or explained. Airport Operations is responsible for reviewing the background checks. Only persons with an application approved by Airport Operations will be issued security badges. Airport Operations reserves the right to bar from the AOA any individuals found by the background check as, in the opinion of Airport Operations, a risk to AOA security or safety. 4. The Contractor may obtain Airport Operations security badges from the Operations Department at the Airport. Airport Operations reserves the right to limit the number of security badges issued to the Contractor. Airport Operations will charge the Contractor a fifteen dollar ($15.00) fee for each Airport Operations security badge issued. The cost for a fingerprint verification will be an additional $30.00, for a total non-refundable cost of $45.00. An additional fee will be charged, as noted herein, for lost or destroyed badges. 5. Airport Operations security badges must be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder must be familiar with and must obey all security and safety rules and regulations. Airport Operations security badge may be confiscated and all security rights revoked by Airport Operations upon the breach of any security or safety regulations at the discretion of Airport Operations. The holder of an Airport Operations security badge must surrender the badge at the completion of this project, upon transfer or termination of employment, or at any other time at the request of Airport Operations. LUBBOCK PRESTON SMITH INTERNATIONAL 16 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION I... RS&H 6. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, must be brought to the attention of Airport Operations and will be immediately confiscated by Airport Operations or the Airport Police. 7. At the completion of this project, the Contractor must return all Airport Operations -issued security badges to Airport Operations. Airport Operations will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed Airport Operations -issued security badge. All Airport Operations -issued security badges must be accounted for and surrendered at the completion of this project. Failure to account for and surrender all Airport Operations -issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. d. Vehicle and Pedestrian Operations Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The Airport will coordinate requirements for vehicle operations with the affected airport tenants, Contractors and the FAA air traffic manager. Specific vehicle and pedestrian requirements for this project are as discussed herein. All Contractor vehicles and personnel are restricted to the immediate work areas specified by the contract for this project. These areas include the haul routes into the work area, the designated Contractor staging / stockpiling / storage area, and the specific airfield areas under construction. Use of alternate haul routes or staging areas by the Contractor will not be permitted without prior notification and approval by the Engineer and / or the Airport. Access or haul routes used by Contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to the Airport. Construction traffic must remain on the haul road, never straying from the approved paths. Maintenance and upkeep of the haul roads are the responsibility of the Contractor. Dust must be removed from the haul roads by mechanical sweeping and vacuum trucks. Application of water on dirt or gravel haul routes must be provided as often as necessary. Haul roads in airport traffic areas must be especially monitored for dust and debris to prevent development of Foreign Object Debris (FOD). The Contractor must also perform a vehicle and equipment FOD and fluid leak inspection immediately prior to entering the AOA. The Contractor must also ensure that no gravel or other (_ debris will shake loose from tires, beds, bumpers or any other area of the Contractor's vehicles or equipment, thereby becoming a hazard to aircraft utilizing the airfield surfaces. The Contractor is responsible for damage caused by construction traffic on the haul roads, regardless of whether such traffic is in an approved or unapproved traffic area. Following construction completion, the Contractor must grade, reseed, clean or otherwise restore the haul route areas to their original conditions prior to construction activities. Special attention must be given to ensure that if construction traffic is to share or cross ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul roads do not interfere with NAVAIDs or approach surfaces of operational runways. _s LUBBOCK PRESTON SMITH INTERNATIONAL 17 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H Contractor parking and equipment staging areas have been identified as the Contractor staging / stockpiling / storage area and are graphically identified in the plans and the exhibits of Attachment A of this document. The Contractor must service all construction vehicles within the limits of the project work area or the Contractor staging / stockpiling / storage area. Parked construction vehicles must be outside the OFZ and never in the safety area of active airfield surfaces. Inactive equipment must not be parked on closed taxiways or runways. In some cases a complex setup procedure makes movement of specialized equipment infeasible (i.e. slip form paving machines and concrete hard forms). If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees must also park construction vehicles outside the OFA when not in use by Contractor personnel (for example, overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to taxiways or runways under air traffic control nor obstruct runway visual aids, signs, or NAVAIDs. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by CFR Part 77and on NAVAIDs and Instrument Approach Procedures (IAP). Reference Section C.9.c, Emergency Notification Procedures, of this document for further information. The project area(s) must be bounded by the low -profile barricades identifying Contractor personnel and vehicle area operation limits. These barricaded project limits, haul routes, Contractor staging / stockpiling / storage area, and associated safety and security details are also provided graphically in the exhibits of Attachment A of this document. All construction -related activity taking place within active areas of the AIDA requires the presence of an Airport Operations -issued security badged, Contractor escort having the ability to communicate and receive commands from the Airport. At no time will Contractor vehicles or personnel enter portions of the secure AOA outside the contract area unless permitted and accompanied by an Airport -approved, Contractor escort. Contractor escorted vehicles are limited to three (3) vehicles per Contractor escort or two (2) 18-wheeler delivery vehicles per Contractor escort. Contractor escort must maintain positive control of all escorted vehicles at all times. All escorted vehicles and Contractor personnel must be within visual and verbal communication range and be able to receive and immediately respond to directives and commands at all times. The Contractor must furnish to the gate guard a list of authorized delivery vehicles to enter the gate and record the vehicle license plate, the vehicle driver's name and license number, time in and time out for each vehicle using the gate. The gate guard will also verify vehicle entry against the "No Access" list furnished daily by Airport Security. Pedestrian walkthroughs are not allowed through the vehicular gate. Contractor personnel that have been issued an Airport Operations security badge is responsible for challenging any person or vehicle found on the AOA or other non-public area who is not displaying a valid Airport Operations security badge, or who cannot produce a valid Airport Operations security badge, or who is not under escort or under the direct supervision of a person possessing a valid Airport Operations security badge. The challenge must consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, Airport LUBBOCK PRESTON SMITH INTERNATIONAL 18 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H Operations must be immediately notified for further action, and the unauthorized person must be kept under surveillance until Airport Operations arrives. Contractor radios and / or mobile phones must only be used for the Contractor's internal communications, to communicate clearance for movement of equipment, Contractor personnel, etc., on or across active AOA areas. Use of radios must not interfere with frequencies used by the ATCT or the Airport. Use of mobile phones is restricted to work -related calls within the AOA; no personal calls will be allowed. The Contractor must maintain an up-to- date contact list with the Airport for the duration of all phases of work. In the rare occasion that emergency operations must occur due to an aircraft in distress or any other incident, personnel monitoring Contractor radios and / or phones must have the means to communicate with the superintendent or foreman of the project to stop truck traffic and perform the requests of airport personnel in regards to routing traffic or vacating the site. Any command or instruction given by the ATCT, the Airport, flagmen, or spotters must be immediately obeyed by the equipment operator. All Contractor vehicles and equipment that are authorized to operate routinely on the Airport in the active AOA must meet the following requirements: • Be equipped with an automatic signaling device to sound an alarm when moving in reverse. • Display a company logo / placard identifying the vehicle with block -type characters of contrasting color that are easily legible at 150 feet. • Display either: o A yellow, flashing, dome -type light on the uppermost part of the vehicle structure. The light must be visible from any direction, day and night, including from the air. Lights must have peak intensity within the range of 40 to 400 candelas (effective) from zero (0) degrees (horizontal) up to 10 degrees above the horizontal and for 360 degrees horizontally. From 10 degrees to 15 degrees above the horizontal plane, the light output must be one -tenth of peak intensity or between four (4) and 40 candelas (effective). Lights must flash at 75 ± 15 flashes per minute. o A three (3) feet x three (3) feet or larger, international orange and white checkerboard ".: construction safety flag, each checkerboard color being one (1) foot x one (1) foot, fixed on a staff, may be attached to the vehicle so that the flag is readily visible to supplement the flashing light or for transient vehicles or those specifically onsite for the .: day to complete a specific task during daytime operations only. Vehicles and equipment operating in the AOA during the hours of darkness must be equipped with a yellow, flashing, dome -type light. • Be escorted under the control of a Contractor escort vehicle. At no time will active taxiways or runways be crossed by construction vehicles or equipment without notification and proper approval/clearance from the Airport and ATCT. Aircraft traffic will continue to use existing runways, ramps, and taxiways of the Airport during the time that work under the project is being performed. The Contractor must, at all times, LUBBOCK PRESTON SMITH INTERNATIONAL 19 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION t RS&H conduct the work in such a manner that no hindrance, hazard, or obstacle to aircraft using the Airport is created. The Airport and the Contractor must maintain a high level of security during construction when existing gates are utilized to permit access by construction vehicles to the project work site. 6. Wildlife Management Construction Contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports. a. Trash Food scraps from Contractor personnel activity must be collected. b. Standing water Water will not be allowed to collect and pool for more than a single 24-hour period. c. Tall grass and seeds The use of millet seed in turfing and seeding operations is not permitted. d. Poorly maintained fencing and gates (Not anticipated as applicable to the scope of this project) The Contractor must maintain all installed permanent or temporary fencing and gates for the duration of the project (reference Section C.5.b, Vehicle and Pedestrian Operations, of this document). e. Disruption of existing wildlife habitat Not applicable to this project. 7. Foreign Object Debris (FOD) Management Special care and measures will be taken by the Contractor to prevent Foreign Object Debris/Damage (FOD) when working in an airport environment. The Contractor is responsible for implementing an approved FOD Management Plan as a part of the SPCD. The FOD Management Plan will have procedures for prevention, regular cleanup, and containment of construction material, trash, and debris. The Contractor will ensure all vehicles related to the construction project using paved surfaces in the AOA are free of debris, prior to entering the AOA, which could create a FOD hazard. Special attention will be given to the cleaning of cracks and pavement joints. All taxiways, ramps, and runways must remain clean. Special attention will be given to securing lightweight construction material (concrete insulating blankets, tarps, insulation, etc.). Specific securing procedures and / or chain -link enclosures may be required. ri __ z LUBBOCK PRESTON SMITH INTERNATIONAL 20 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H The Contractor must provide his/her own equipment for vehicle and equipment washing and clean up. The cost of all cleaning equipment, operation of said equipment, and labor and incidentals required for cleaning operations must be included for payment under the item(s) of this specification. The Contractor must provide an adequate number of sweepers, vacuum trucks, and additional cleaning equipment to keep all haul routes, active airfield pavements within the limits of work, and other pavement areas traversed by the Contractor's vehicles and equipment clean and free of mud, dirt, debris and other FOD. The Contractor must sweep and / or vacuum, as necessary, or as directed by the Airport, immediately after each active airfield pavement crossing by the Contractor's vehicles or equipment. The Contractor must additionally ensure that all active airfield pavements affected by construction operations are kept free of FOD. 8. Hazardous materials (HAZMAT) Management All Contractor personnel operating construction vehicles and equipment on the Airport must be prepared to notify the Airport immediately and contain and clean-up spills resulting from fuel, hydraulic fluid, or other chemical fluid leaks within one hour of the spill occurring. Transport and handling of other hazardous materials on an airport also requires special procedures. To that end, the Contractor is required to develop and implement spill prevention and response procedures for vehicle operations. The Contractor must incorporate these procedures into the SPCD. This includes maintenance of appropriate MSDS data and appropriate prevention and response equipment on - site. 9. Notification of Construction Activities Following is information and procedures for immediate notification of airport users and the FAA of conditions adversely affecting the operational safety of the airport. In the event of a life threatening emergency, the call to 911 should not be delayed. The Airport should be contacted after 911. Non- life threatening emergencies may be reported to the Airport. a. Points of contact/list of responsible representatives Emergency Telephone Number (Police/Fire/Rescue): National Emergency Number 911 Additional Information, Contacts: Airport: Deputy Director: Steve Nicholson (806) 775-2036 Operations Supervisor: Zeb Austin (806) 775-3144 b. Notices to Airmen (NOTAM) Only the Airport may initiate or cancel NOTAMs on airport conditions, and the Airport is the only entity that can close or open a runway or taxiway surface. The Airport must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (ATCT, approach control, or } air traffic control center), and must provide information on closed or hazardous conditions on airport movement areas to the FAA FSS so it can issue a NOTAM. The Airport must file and maintain a list of authorized representatives with the FSS. Only the FAA may issue or cancel LUBBOCK PRESTON SMITH INTERNATIONAL 21 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the Airport. Any NOTAMs for planned airfield closures for this project must be coordinated through the Airport manager and the airports duly appointed construction management representative. Reference Section 2, Phasing, for planned closures for this project, which require issuance of a NOTAM. c. Emergency Notification Procedures In the event of an emergency, the Contractor is required to contact the Airport. Airport: Deputy Director: Steve Nicholson (806) 775-2036 Operations Supervisor: Zeb Austin (806) 775-3144 In the event of an aircraft emergency, severe weather conditions, or any issue that may affect aircraft operations as determined by the Airport, Contractor personnel and / or equipment may be required to immediately vacate the area(s) affected. Points of contact for the various parties involved with the project will be identified and shared at the pre -construction conference among the various parties (reference Section C.1.c, Pre -construction Conference, of this document). Specific emergency notification procedures must be incorporated into the Contractor's SPCD. d. Coordination with ARFF Personnel (Not anticipated as applicable to the scope of this project) The Contractor must coordinate, through the Airport, with ARFF personnel, mutual aid providers, and other emergency services if construction requires the following: The deactivation and subsequent reactivation of water lines or fire hydrants, or • The re-routing, blocking and restoration of emergency access routes, or • The use of hazardous materials on the airfield. Procedures and methods for addressing planned or emergency response actions on the airfield concerning this project will be established and implemented prior to the start of construction. e. Notification to the FAA (Not anticipated as applicable to the scope of this project) i. Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in CFR Part 77, must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i.e. cranes, graders, other equipment) on airports. FAA Form 7460-1 can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. This form will be completed by the Airport and submitted for FAA review. The Contractor is required to comply with stipulations set forth in the approved FAA Form 7460-1. ii. Part 157. With some exceptions, CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the Airport notify the FAA in writing LUBBOCK PRESTON SMITH INTERNATIONAL 22 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H whenever a non -Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office. It is not anticipated that Part 157 notifications will be required for this project. NAVAIDs. For emergency (short -notice) notification about impacts to both Airport -owned and FAA -owned NAVAIDs, contact Airport Deputy Director: Steve Nicholson (806) 775-2036. 1) Airport -owned, FAA maintained (not anticipated as applicable to the scope of this project) If construction operations require a shutdown of more than 24 hours, or more than four (4) hours daily on consecutive days, of a NAVAID owned by the Airport but maintained by the FAA, provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdown. 2) FAA Owned (not anticipated as applicable to the scope of this project). The Airport must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs; impacts to FAA equipment covered by a Reimbursable Agreement (RA) do not have to be reported by the Airport. Coordinate work for an FAA -owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA -owned NAVAIDs. In addition, provide seven (7) days of notice to schedule the actual shutdown. 10. Inspection Requirements a. Daily (or more frequent) Inspections Inspections must be conducted by the Contractor at least daily, but more frequently if necessary, to ensure conformance with the CSPP. A sample checklist is provided in AC 150/5370-Z Operational Safety on Airports During Construction, current edition, latest change of this document of this document. In addition to the Contractor's required inspections, the Airport will inspect the construction site to ensure compliance with the CSPP and the SPCD. b. Lighting and Signage Inspections. Inspections must be conducted by the Contractor at least one (1) hour before sunset on any airfield lights and / or signs affected by the Contractor's operations that day. Coordination for approval is required with Airport Operations. c. Final inspections New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service (not anticipated as applicable to the scope of this project). Coordination is required with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. i LUBBOCK PRESTON SMITH INTERNATIONAL 23 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H 11. Underground Utilities f (Not anticipated as applicable to the scope of this project) Special attention must be given to preventing unscheduled interruption of utility services and facilities. Where required due to expected construction operations, the FAA will locate all of their underground cables prior to the start of work. The Contractor must locate and / or arrange for the location of all the underground cables. When an underground cable is damaged due to the Contractor's negligence, the Contractor must immediately repair the cable affected. Full coordination between airport staff, field inspectors, and Contractor personnel will be exercised to ensure that all airport power and control cables are fully protected prior to excavation activities. Locations of cabling will be marked prior to beginning excavation. 12. Penalties Failure on the part of the Contractor to adhere to prescribed requirements may have consequences that jeopardize the health, safety or lives of customers and employees at the Airport. The Airport may issue warnings on the first offense based upon the circumstances of the incident. Individuals involved in non-compliance violations may be required to surrender their Airport Operations security badges and / or be prohibited from working at the Airport, pending an investigation of the matter. Penalties for violations related to airport safety and security procedures include the following: a. Warning citation, Airport Operations security badge confiscation, (if applicable) retraining, and a letter from the employer stating what action has been taken to prevent this from happening again. b. Project shutdown and / or removal of Contractor personnel involved from the AOA. Note: project shutdown citations may be issued on a first offense. When construction operations are suspended, activity cannot resume until all deficiencies are rectified. 13. Special Conditions In the event of an aircraft emergency, Contractor personnel and / or equipment may be required to immediately vacate the area. The Contractor will receive notification from the Airport and / or Engineer when special conditions require the construction site to be vacated. Extreme care must be exercised should Contractor personnel identify an ARFF vehicle with emergency lights displayed. This will generally mean that an emergency situation is imminent (reference Section C.9.c, Emergency Notification Procedures, of this document). 14. Runway, Taxiway, and Taxilane Visual Aids Runway, taxiway, and taxilane visual aids include marking, lighting, signs, and other visual NAVAIDs on the airfield. Those areas where aircraft will be operating must be clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, the Contractor must inspect and verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs and visual NAVAIDs remain in place and operational. LUBBOCK PRESTON SMITH INTERNATIONAL 24 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H a. General Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings All taxiway and taxilane centerline markings leading into the project work site for each phase must be barricaded and / or marked as closed to the start of construction of each phase. Locations of those centerline markings are graphically illustrated in the plans. These markings are also graphically shown in the exhibits provided in the exhibits of Attachment A of this document. Markings must be in compliance with the standards of AC 15015340-1, Standards for Airport Markings, current edition, latest change, and the drawings and technical specifications of this project. c. Lighting and visual NAVAIDs (Not anticipated as applicable to the scope of this project) All taxiway edge lights in those sections of taxiways closed to aircraft traffic will be either de - energized or blacked out by use of an appropriately cut length of PVC pipe or other Airport - approved device. Centerline lighting that conflicts with the temporarily relocated or closed taxiway routing must be either de -energized, removed from the circuit by use of jumpers or as detailed in the project drawing set. Reference Attachment A of this document for locations and details. d. Signs (Not anticipated as applicable to the scope of this project) Airfield signage directing aircraft into the closed airfield surfaces for this project will be blacked out (reference Attachment A of this document). 15. Marking and Signs for Access Routes Location of haul routes on the airport site are as specified in the project drawing set and as provided graphically in the exhibits of Attachment A of this document. It is the Contractor's responsibility to coordinate off -site haul routes with the appropriate owner who has jurisdiction over the affected route. The haul routes, to the extent possible, must be marked and signed in accordance with FAA airfield signage requirements, the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and / or state highway specifications. Signs adjacent to areas used by aircraft must meet the airfield general frangibility requirements as required by the airport and subsequent approval by the Owner. Meeting airfield frangibility requirements may require modification to size and height guidance in the MUTCD. LUBBOCK PRESTON SMITH INTERNATIONAL 25 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H 16. Hazard Marking and Lighting a. Purpose Hazard marking and lighting prevents pilots from entering areas closed to aircraft, and prevents Contractor personnel from entering areas open to aircraft traffic. To that end, comprehensible warning indicators for an area affected by construction that is normally accessible to aircraft, personnel, or vehicles must be installed and maintained by the Contractor for the duration of construction operations. b. Equipment Low -profile Barricades of the type detailed in the plans with omnidirectional flashing red lights and orange and alternating white flags must be placed outside the safety area of intersecting taxiways at the edge of the closed airfield surfaces and the project work limits. Layout locations for this equipment are as shown in the project drawing set and in the exhibits of Attachment A of this document. The Contractor must have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The Contractor must file the contact person's information with the Airport. Lighting must be checked for proper operation at least once per day, preferably at dusk. 17. Protection of Runway and Taxiway Safety Areas Safety area encroachments, improper ground vehicle operations and unmarked or uncovered holes and trenches in the vicinity of aircraft operation surfaces and construction areas are the three most recurring threats to safety during construction. Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces is a standing requirement for the duration of the project. Reference Section C.9, Notification of Construction Activities, and Section C.14, Runway, Taxiway, and Taxilane Visual Aids, of this document for taxiway closure requirements. Reference Section C.16, Hazard Marking and Lighting, of this document for hazard marking. Reference Section C.18, Other Limitations on Construction, of this document for height restrictions (as required). a. Runway Safety Area (RSA) A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway by aircraft. No construction may occur within the existing RSA while the runway is open (not anticipated as applicable to the scope of this project). Construction between the RSA and hold line must be approved with the Airport prior to starting work. The Airport must coordinate adjustments of RSA dimensions, to meet the above requirement, with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. it, LUBBOCK PRESTON SMITH INTERNATIONAL 26 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION I RS&H Open trenches or excavations are not permitted within the RSA while the runway is open. The Contractor must backfill trenches before the runway is opened. Coverings are not allowed in -, runway safety areas. After the Runway has been closed, the Contractor must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the Airport, and light them with red lights during hours of restricted visibility or darkness. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. It is not anticipated that elements of this project will require work within the RSA. b. Runway Object Free Area (ROFA) Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material cannot be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a FAA Form 7460-1 and justification provided to the appropriate FAA Airports Regional or District Office for approval. F T tuna ROFA Distance frot ROTA Width F�Ot 'L �'i �r.�rri End of . Centerline (ft) (ft) Runway (ft) ( ADG B-I 200 400 240 c. Taxiway/Taxilane Safety Area (TSA/TLSA) The taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. No construction may occur within the TSA while the taxiway is open for aircraft operations. TS T A Dista6ce'66rn ,.. 'TS/UTLS Width (ft) ADG 1 24.5 89 Open trenches or excavations are not permitted within the TSA while the taxiway is open. The Contractor must backfill trenches before the taxiway is opened. Coverings are not allowed in ftaxiway safety areas. L_ After the taxiway has been closed, the Contractor must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the Airport, and j light them with red lights during hours of restricted visibility or darkness. LUBBOCK PRESTON SMITH INTERNATIONAL 27 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway/Taxilane Object Free Area (TOFA/TLOFA) Unlike the ROFA, aircraft wings regularly penetrate the taxiway and taxilane object free areas during normal operations. Thus the restrictions are more stringent. No construction may occur within the TOFA while the taxiway is open for aircraft operations. Reference Section C.2, Phasing, of this document for details on taxiway and taxilane closures associated with this project. e. Obstacle Free Zone (OFZ) Contractor personnel, material, and / or equipment may not penetrate the OFZ while the runway is open for aircraft operations (not anticipated as applicable to the scope of this project). The OFZ is a defined volume of airspace centered about and above the runway centerline. It is not anticipated that construction activities will take place within or otherwise penetrate the OFZ for this project. f. Runway Approach/Departure Surfaces (Not anticipated as applicable to the scope of this project) All Contractor personnel, materials, and / or equipment must remain clear of the applicable threshold siting surfaces. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. Construction activity in a runway approach/departure area may result in the need to partially close a runway or temporarily relocate the existing runway threshold. Partial runway closure, the temporary relocation of the runway threshold, or the closure of the runway and other portions of the movement area also require coordination through the Airport with the appropriate FAA air traffic manager (FSS if non -towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. It is not anticipated that there will be impacts to the approach departure surfaces by construction activity. LUBBOCK PRESTON SMITH INTERNATIONAL 28 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H 18. Other Limitations on Construction a. Prohibitions The following prohibitions are in effect for the duration of this project: 1) No use of tall equipment (cranes, concrete pumps, and so on) unless a FAA Form 7460-1 determination letter is issued for such equipment. 2) No uses of open flame welding or torches unless fire safety precautions are provided and the Airport has approved their use. 3) No use of electrical blasting caps or explosives on or within 1,000 ft. (300 m) of the airport property. 4) No use of flare pots within the AOA. b. Restrictions 1) Construction suspension required during specific Airport Operations — N/A 2) Areas that cannot be worked on simultaneously —Contractor must follow phasing notes as shown in the plans. 3) Day or night construction restrictions — For the performance of night work, reference Section C.5.b, Vehicle and Pedestrian Operations, of this document. 4) The Airport reserves the right to suspend construction operations for short periods of time (i.e. while an aircraft passes), daily, or between construction phases, and / or change the order of construction phasing during the project if it is determined as in the best interest of airport operations or safety. The Contractor may be directed to move Contractor personnel, equipment, and materials to a safe location and / or evacuate the site in order to enable aircraft operations. Necessary extensions in contract time will be granted or a stop work order will be issued due to these delays. However, there will be no adjustments in contract price due to these delays, unless otherwise noted in the contract documents. LUBBOCK PRESTON SMITH INTERNATIONAL 29 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H INTENTIONALLY LEFT BLANK LUBBOCK PRESTON SMITH INTERNATIONAL 30 CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION RS&H li ATTACHMENT A SAFETY, SECURITY, AND PHASING EXHIBITS LUBBOCK PRESTON SMITH INTERNATIONAL CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION F RS&H INTENTIONALLY LEFT BLANK LUBBOCK PRESTON SMITH INTERNATIONAL CONSTRUCTION SAFETY AND PHASING PLAN EAST GA RAMP REHABILITATION AB BREVIATIONSID EFIN ISTIONS AC AMA ADVISORY CIRCULAR AIRPORT MOVEMENT AREA SIDA SPED SECURITY IDENTIFICATION DISPLAY AREA CONTRACTOR'S SAFETY PLAN COMPLIANCE DOCUMENT ANSI ADA AMISH NATIONAL STANDARDS INSTITUTE nIRPoRT OPERATIONS AREA STA. $WPPP STATION SMRMWAIER POLLUTION PREVENTION PLAN ARFF AST. ARCRAFT RESCUE AND FIRE FIGHTING AMERICAN SOCIETY FOR TESTING AND MATERIALS SY TED SOUARE YARDS TO BE DETERMINED AICT B.P AIR TRAFFIC CONTROL TOWER BEST MANAGEMENT PRACTICE(S) TEMP. TOFA TEMPORARY TAXIWAY OBJECT FREE AREA CFS CL CUBIC FEET PER SECOND CENTERLINE 15A iWl' TAXIWAY SAFETY ARU TAXIWAY CP CSPP CONTROL POINT CONSTRUCTION G M AND PHASING PLAN I1R. TYPICAL CSSO CT. CONTRACTOR SECURITY AND SAFETY OFFICER CEMENT TREATED BASE CY DIX. EA CUBIC YARDS DIAMETER EACH ACTNE/OPEN (WITH RESPECT TO PAVEMENTS) NOT CLOSED TO NRCRAFT TRAFFIC FL FAA ELEVATION FEDERAL AVIATION ADMINISTRATION AIRPORT REFERS TO LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT, TERM SHALL ALSO BE INTERPRETED TO MEAN 'AIRPORT MANAGEMENT AND/OR FE. FED FIXED BASE OPERATOR FOREIGN OBJECT DEBRIS OPERATIONS STAFF,' FPS FEET PER SECOND BARRICADE SHALL BE USED THROUGHOUT THE PLANS AND SPECIFICATIONS TO FL GA FLOWLINE GENERAL AVWTION UNIVERSALLY INDICATE BARRICADES, SIGNS, RANGER SIGNALS, HAZARD LIGHTING, AND/OR ANY OTHER SUETY MEASURES TO BE INSTALLED BY GAL HMA GALLON NOT IX ASPHALT THE CONTRACTOR PRIOR TO COMMENCING WORN IN AN AREA, THE IDS INSTRUMENT LANDING SYSTEM CONTRACTOR SHALL BE RESPONSIBLE FOR FURNISHING, INSTALLING, AND MAINTAINING THE NECESSARY BARRICADES FOR THE PROTECTION OF THE INV. IPB NEPT INLET PROTECTION BARRIER WORN AND SAFETY OF THE AIR TRAFFIC. LFA INTERNATIONAL SAFETY EQUIPMENT ASSOCIATION CITY REFERS TO THE CITY OF LUBBOCK, TEXAS, TERM SHALL ALSO BE LF LINEAR FEET SUM INTERPRETED TO REFER TO THE CITY REPRESENTATIVES) WITH MAX.LUMP MA MAXIMUM AUTHORITATIVE APPROVAL OF THE VARIOUS COMPONENTS OF THE H MIN. .PH MANHOLE MINIMUM MILES PER HOUR CONTRACTOR PROIER. REFERS TO THE EMPLOYEES OF THE CONTRACTOR. SUBCONTRACTDRS, NO, NORTH AMERICAN VERTICAE DnNM PERSONNEL SUPPUERS, AND ALL OTHER PERSONS UNDER CONTRACTOR CONTROL 01 M01 NUMBER NOTICE OF INTENT OWNER REFERS TO THE LEGAL OWNER OF THE AIRPORT. TERM $HALL AL50 BE NOTAb HIS NOTICE TO AIR.EN NOT TO SCALE INTERPRETED TO MEAN 'OWNER'S REPRESENTATNE.' TERM MAY BE USED INTERCHANGEABLY WITH THE TERM-ARPORT' OR 'CITY; AS APPLICABLE. OC OD ON CENTER OUTSIDE DIAMETER OFI PAPI OBSTACLE FREE IONS PRECISION APPROACH PATH INDICATOR PC PIC POINT OF CURVATURE PORTLAND CEMENT CONCRETE PI PT POINT OF INTERSECTION POINT OF TANGENCY PVC PVI POLYVINYL CHLORIDE POINT OF VERTICAL INTERSECTION R RCP RADIUS REINFORCED CONCRETE PIPE RFI RSA REOUEST FOR INFORMATION RUNWAY SAFETY AREA ROFA ROW RUNWAY OBJECT FREE AREA RIGHT-OF»WAY RPR RESIDENT PROJECT REPRESENTATIVERWY SF RLINWAY SOUARE FEET LEGEND: PROPOSED NMA PAVEMENT WORN AND TO BE COMPLETED THIS PHASE WORN AR COMPLETED IN PREVIOUS PHASE EXISTING NW PAVEMENT EXISTING CONCRETE PAVEMENT CJ CONTRACTOR ❑S TAGING/STOCKPILE/STORAGE AREA TYPE I ROCK CONSTRUCOON .1 ® TEMPORARY PERMETER ROAD TOFA ----- Tnl(IWAY/T.1—E OBJECT FREE AREA (TOFA) -- PHASE DEMARCATION -------�-�- LOW -PROFILE BARRICADE 000 CONSTRUCTION BARREL X - % EXISTING SECURITY FENCE -- - EXISTING AIRPORT PROPERTY LINE N EXISTING AGA ACCESS DATE TABLE LOCATION POINT X ELEVATION GRID LOCATION MARKER OGEOMETRY AND GRADING POINTS IDENTIRER (ROW/COLUMN) CP-A SURVEY CONTROL POINT ] LOO— — PRDPOSED CONTODR EXISTING CONTOUR —LID — PROPOSED UNDEROFAN PROPOSED SAFETY END TREATMENT —SF— TEMPORARY SEDIMENT CONTROL FENCE ❑ TEMPDRARY INLET PROTECTION BARRIER ....._._ _ G_.®..,..,.,. EXISTING ELCCTRKAL LINE EXISTING mECTRI— MANHOLE EXISTING WATER LINE r PROPOSED CONTRACTOR ACCESS ROUTE -44— PROPOSED NRC-FT NAUL ROUTE PROPOSED NRCRM IVAL ROUTE XUNLIT -1 CLOSURE HARMER GENERAL NOTES: C, MNF­ M OFEPONS SECURITY RMEGE MUM RE WORK IN AN EASILY MIKE LOCATION ON ME PERSON ISSUED THE RIDGE 1 A YFLUDA. FLAIHING, WARE -TYPE LIGHT ON ME UFFERNOST PART or ME VEHICLE STRUCTURE, ME LIGHT MUM BE 1. THE CONITLACTOR IS NORM NICE AWARE THAT ME NOTES WITHIN THE PLANS AND PROTECT MANUAL ME WRITTEN MR ME " CONTRACT FIT ES AGNN. IS UNDERSTOOD THAT ME REOUIREMENTS OF ME PLANS AND PROJECT NINVAL ME MEANT AS AT ALL TIMES WHILE WORKING WYMN ME ADA. ME MODE HOLDER MUST BE FMILIAN WITH AND MUST OBEY ALL SECURITY AND SMFU` RULES AND KOVI.ALIONS AIRPORT OPERATIONS SECURITY TAXES MAY BE CONFISCATED AND ALL SECURITY RICERS REVOKED R' MRFORT UPON THE BREACH OF ANY SECURITY OR SAFETY REGUILATIONS AT THE MIKE MY ANY CiFECT— DAY AND NIGHT. INCLUDING FROM ME MR, UNTS MUST HAVE PENN INTENSITY WITHIN ME RANGE or AD TD Ato CMUi.HS (EFFTClIVE) FROMZERO (D) DEGREES (HORIZONTAL) UP M 10 DEGREES ABOVE Tif NGA7CNrk AND FODEGREES ­ o DEGREES FROM 10 DEGREES 70 15 DEGREES ABOVE ME HEF47.0NTAL RSW REOUIREDACTIOn OF ME CDNTTACTOR UNLESS EXPLICITLY MOM AS ME REOUIRED ACTION OF ANOTHER INDIVIDUAL, MCRU"M OF AIRPORT OPERATIONS, THE HOLDER OF AN AIRPORT OPERATIONS SECURITY RIDGE MUST SURRENDER ME PLANE, ME LIGHT OUTPUT MUST BE ONE -TENTH or PEAK INTENSITY OR BETWEEN FOUR (4) AND 4 CANDEILAS 2. MAINTAIN RESPONSIBILITY FOR CONSTANT COORDINATION BETWEEN CONERMUM PERSONNEL SUBMIT PLANNED CONSTRUCTION MIDGE AT THE COMPLETION OF THIS PROJECT, UPON TRANSFER OR TERMINATION OF EMPLOYMENT. OR AT ANY OTHER TIME AT ME REQUEST OF AIRPORT OPERATIONS. (EFMC ), LIGHTS MUST FLASH AT 75 ± 15 FLASHES PER MINUTE, AGENITLES TO ME ENGINEER MR REVIEW. I A THREE (3) FEET X THREE (3) FEET OR LARDER, INTERNATIONAL ORANGE AND WHITE CHECKERBOARD CONSTRUCTION E 3. PROVIDE ALL EOUIPMENT REWIRED TO COMPLETE THE PROJECT. THIS IS SUBSIDIARY TO ME VARIOUS BID ITEMS OF ME F. MY UP RED OR ALTERED WOE. OR ANY BARGE MEANING A PHOTOGRAPH NOT INTERN THE BEARS, MUST BE BROUGHT M ME ATTEN71 N AIRPORT CONFISCATED , rN Ct4ECKEREXWD COLOR BEING ONE (I) FDOT X ONE (1) ENT, FIXED DN A STAFF, MAY BE PROJECT, OF OPERATIONS AMID WILL BE IMMEDIATELY BY AIRPORT OKFUE11ON$ OR ME AIRPORT POLICE. 41NICHED"To E VEHICLE SO THAT THE HAG IS READILY VISIBLE TO SUPPLEMENT ME FILASINNG LIGHT OR FOR TRANSIENT MXCLES OR THOSE SPECIFICALLY ONSITIC FOR ME DAY TO COMPLETE A SPECTIC TASK DURING DAYTIME 4. IT IS ME SOLE RESPONSIBILITY OF ME CONTRACTOR TO OBTAIN APPUCASU PERMITS FOR CONSTRUCTION An FiNIP10% OPERATIONS ONLY. PROVIDE COPIES OF PERMITS AS SUBMITTALS TO THE ENGINEER. PERMITS ME PART OF THE EOUIPMENT P_OE BY IN C )MYRACTOR AND ME SUBSID� TO THE VARIOUS RD ITEMS OF ME PROJECT. G. AT THE COMPLETION OF THIS PROJECT, ME lCOMTRACMR MUST RETURN ALL AIRPORT OPERATIONS -ISSUED SECURITY RIDGES To AIRPORT OPERATIONS. AIRPORT OPERATIONS WILL CHARGE AN ADDERONAL ONE HUNDRED DO R � FEE FOR L` (!I VEHICLES AND EOU;PMENT OPERATING IN ME ADA DURING ME HOURS OF DARKNESS MUM BE EQUIPPED WTH A YELLOW 5, THE GONER TORTS PROJECT SUPERINTENDENT OR HIS / HER DESIGNATED ASDMMT MUST BE ON SITE DURING ALL WORK �006W EACH L07 OR DESTROYED AIRPORT OPERATIONS-ISSUM SECURITY MOST. ALL AIRPORT OP MET SECURITY ON F MUST BE ACCOUNTED MR AND SURRENDERED AT ME COMPLETION OF THIS PROJECT, FAILURE 70 ACCOUNT ED FI.ASHING. EEME-TYPNE LIGHT. -------------- C 1 �. ES. ME COMERACTOR'S PROJECT SUPERINTENDENT IS ME DtSIGNATEO RESPONSIBLE COMPACTOR REPRESENTATIVE An RAND SU ENTER ALL AIRPORT OPERATIGNS-ISSUED SECURITY BADGES WILL COMSTRUTE GROUNDS MR WITHHOLDING FROM C. BE ESCORTED UNDER THE CONTROL OF A CONTRACTOR ESCORT VSHIGI.E. 1, MUM RE AVAILABLE IN CASE OF EMERGENCIES ON A 24-NOUR MSG. UNNAGE THE RHAIL PAY ESTIMATE AMOUNT, lAb A[_ B. No PEPSDNVEHICLES ME ALLOWCO WITHIN ME AGA. PARK PERSONAL VEHICLES IN THE 1, CONTIME1 R PERSONNEL THAT HAVE BEEN ISSUED AN AIRPORT OPMEONS SECURITY MINE ARE RESPONSIBLE FOR All OOHS ASSOCIATED IN VEHICLE AND EOUIPMENT IDENTIFICATION ME PART OF ME EQUIPMENT PROVIDED BY ME OC STAGING / STOCKPILE / MONAGE ARD. OR 9 DESIGNATED BY ME OWNER. SHUTTLE CONTRACTOR PERSONNEL TO ME PROJECT SITE, 'HAUtEN ING ANY PERSON OR VEHICLE FOUND ON ME MOA OR OTHER NON-PUBLIC AREA WHO 15 NOT DISPLAYING A VAIJO CONTRACTOR AND ME SUBSIOLUO' TO ME VARIOUS BID ITEMS OF ME PROJECT, T. IN CODING CONDITIONS SHOWN IN ME PEAKS WEREDEVELOPED MOM INFORMATION KNOM BY ME OWNER, SUPPLEMENTED AIRPORT OPERATIONS SECURITY BARGE, OR WHO CANNOT PRODUCE A VIED AIRPORT OPERATIONS SECURITY RIDGE, OR WHO IS NOT UNDER ESCORT OR UNDO THE DIRECT SUPERVISION OF A PERSON POSSESSING A VALID AIRPORT OPERATIONS SECURITY 9, CONTRACTOR VINIC113 MD EOURPMENT BROUGHT INTO ME AM SHOULD BE SOAKED AND MAINTAINED PRIOR TO ENTERING ME ---- BY CASUAL VISUAL ME NE. AND TOPOGRAPHIC SURVEY THE EXMMO CONDITIONS ARE NOT WARRANTED AS MILE INCLUSNE OR EXACT. 80 RATHER AS ME BEST AVAILABLE KNOWLEDGE AT ME TIME OF PROJECT DESIGN, VERIFY EXISTING CONDITIONS BADGE, ME CHALLENGE MUST CONSIST OF NOTIFYING ME PERSON THAT HE 15 WITHIN A RESTRICTED AREA, AND INFORMING THE PERSON OF AN APPROPRIATE EXT ROME, SHOULD ME UNATHORZED PERSON REFUSE To EXIT ME RESTRICTED AREA, AIRPORT AM To PREVENT FUEL HYDRAULIC FLUID, OR OTHER CHEMICAL FLUID LEAKS AND EXCESSME EXHAUST THAT MAY CAUSE ENVIRONMENTAL ISSUES, VEHICLES AND EOUIPMENT THAT MAY CAUSE ENVIRONMENTALLY DETRIMENTAL CONDITIONS WILL BE LUSSUDICK PRR N SMITH lRERMTIOML MY MOM NE ENGINEER OF DISCREPANCIES IMMEDIATELY IF FOUND. PRIOR TO PERFORMING CONSTRUCTION ACTNTEES, OFEAATONS MUST BE IMMEDIATELY NOTIFIED FOR FURTHER ACTION, AMC ME UNAL.TNORIZED PERSON MUST BE KEPT UNDER SURVEILLANCE UNTIL ARPORT OPERATIONS ARRIVES, PIND1118TED FROM ENTERING ME ADA HOWEVER, CQNTMTOR PERSONNEL OPERATING CONSTRUCTION VEHICLES AND EOUIPMENTE ON THE AIRPORT MUST MODIFY THE ENGINEER IMMEDIATELY AND EXPEDITIOUSLY CONTAIN AND CLEAN-UP SPILLS RESULTING FROM AIRPORT 8. KEEP QNSITE A COPY OF THE PLANS, PROJECT MANUAL, AND ALL REFERENCED STANDARDS CITED MD, AT ALL TIMES, GIVE ME MEL, HMRAUUC FLUID. OR OYN.R CHEMCk FLUID LEADS WITHIN ONE (1) HOUR OF ME SPILL OCCURRING, TRANSPORT AND OWNER ACCESS THERETO. 8. ANY ME FOUND IN NOTATION OF AIRPORT RULES, REGULATTONS. AND SAFETY PLAN MAY BE PROMPTLY AND PERMANENTLY AN DISPOSED OF FROM ME JOB SITE AND WAY BE SUBJECT ED METES}METES}FOR ALL PVNISWLE STATE AND FEDERAL HANDUND OF OTHER HAZARDOUS MATERIALS ON AN AIRPORT ALSO PEOUIRIES SPECUM. PROCEDURE$. TO THAT END, DEVELOP AND IMPLEMENT SPUPREVENTON AND RESPONSE PROCEDURES FOR VEHICLE OPERATIONS. INCDRPDMTEA THESE PROCEDURES INTO 9. CONSTRUCTION CANNOT COMMENCE UNTIL; OFFENSES OFFENSES, THE SPCD THIS INCLUDES MAINTENANCEOF APPROPRIATE WSCS MIA AND APPROPRIATE PRIEVENMN No RESPONSE EOU P E I M N7 A. A NOTICE 70 PROCEED HAS SEEN ISSUED ON -SITE, 9. IF AN ADA SECURITY GAME IS FOUND OPEN OR UNLOCKED An UNATTENDED, AIRPORT SECURITY POLICE AND / 0 EAST GA RAMP B. BARRICAD S ARE IN PLACE AND APPROVED BY THE OWNER TON ME WORK AREA AND CREATE A BARRIER BETWEEN AIRCRAFT AND VEHICLE MOVEMENT AREAS AND ME CONSTRUCTION AREA. TRANSMIT-10 SECURITY ADWINISTRATON WAY ISSUE ME CON-UTCH A CFAYKNI THE CONTRACTOR IS RESPONSIBLE FOR ALL COURT COSTS AND IMPOSED PINES. IN ANNECK. A CHARGE OF UP TO SII,0GUOO MAY BE LV,TED BY ME DOER AND / OR ll). CONTRACTOR RADIOS AND / OR MOBILE PHD ES MUST ONLY BE USED FOR ME COMPACTOR'S INTERNAL COMMUNICATIONS. TO COMMUNICATE CLEARANCE FOR M�DT OF FOUIPMENT, PERSONNEL. ETC.. ON OR ACROSS ACTIVE AM AREAS. USE 01 RADIOS REHABILITATION G. WEPT DOURRMENT FOR CONTRACTOR PERSONNEL AND CONSTRUCTION EOUIPMENT IS IN PEACE AND OPERABLE. TRANSPORTATION SECURITY AFMINIMFAUNN FOR EACH VELATON So DOCUMENTED MUST NET PITERFERE WITH FREQUENCIES USED BY ME ANCII OR THE AIRPORT, USE OF MERGE PHONES IS RESTRICTED TO WORK -RELATED CALLS WITHIN ME AM NO PERSONAL CALLS WILL BE ALLOWED. ME CONTRACTOR WEST MNNtMN AN ID. PAYMENT OF Al.. FINES ASSESSED TO ME OWNER, WE TO MILATONS St THE ODWRACTOR OF FAA / TRANSPORTATION UP-TO-DATE CONTACT USE WITH THE AIRPORT FOR THE DURATION OF ALL PHASES or WORK. D, KNIFED PERMITS ME IN PEACE. SEC RUITY ANMINISTRAIN SECURITY N �� REOURNIENIS. IS ME SOLE RESEEN&RETTY OF THE CONTRACTOR AND WILL BE DEDUCTED FROM MONIES DUE THE CONTRACTOR 11, CONSTIR OTTEN WAY OCCUR ADJACENT To ACTIVE AIRFIELD NADMEM CONSTRUCTION TRAFFIC MUST YIELD TO AIRCRAFT At ALL 10, FOLLOW GOOD HOUSE KEEPING PRACTICES. CLEAN UP DIRT AND LOOSE MATERIAL AS CONSTRUCTION PTOGRESSES, MONITOR ME SITE REGULARLY TO KEEP SIR TREE OF TRAISH. TOO, AND OTHER CONSTRUCTION DEBRIS. AIRFIELD SAFETY REQUIREMENTS: TIMES 12. GO ONE CONTRACTOR PERSONNEL. EOUIPMENT, OPERATIONS AND TRAVEL TO THE AREA AYMN ME DEFINED WONK UNITS SHOWN It. THROUGH 0 THE COURSE OF CONSTRUCTION. SHAPE EACH CONSTRUCTION AREA TO MAINTAIN POSITNE FLOWING) DRAINAGE OF SURFACE WATER DURING DCH CONSTRUCTION OPERATION AND NET RESTRICT EXISTING DRAINAGE FLOW 1, THE OWNER, AT ALL DARES, — COMPLETE 4URIMNECTON OVER THE SAFETY OF AIRCRAFT OPERATIONS OUTING ME WORK. On IN M PLANS, GO NOT ALLOW CONTRACTOR PERSONNEL TO ENTER OR REMAIN N PART OF THE ADA WHICH WOULD RE HAZARDOUS TO PERSONS OR To AIRCRAFT OPERATIONE, INFORM CONTRACTOR PERSONNEL OF ME ROUTES, SPEEDS, AND PATTERNS * IF NECESSARY, FURIUSH AND INSTAL. DRAINAGE PRINDAYSIONS Q.E. STRUCTURES) TO MEET THESE REQUIREMENTS, WHEREVER ME SAFETY OF MR TRAFFIC IS CONCERNED, ME DECISIONS 01 ME OWNER WILL FINAL AS TO METHODS, PROCEDURES AND MEASURES USED BE PROCEDURES FOR TRANSPORTING EOUIPMENT An MATERIALS TO ME CONSTRUCTION SITE AND RESTRICTIONS TO MWEIJENT OF EQUIPMENT OR CONFORMUCA PERSONNEL WITHIN THE AM 2. FAMILIARZE CGATFACMR PERSONNEL OF ME AIRPORT ACTME" AND OPERATIONS THAT ARE INHERENT TO THIS ACTIVE N 13, ME OWNER RESERVES ME RIGHT TO SJ$PMG CONSTRUCTION OPERATIONS FOR SHORT PERIODS OF TIME (,.E WHILE AN B. PUMP LOCALIZED PORING SURFACE WATER IMMEDIATELY AFTER A RAN EVENT MOM EACH CONSTRUCTION AREA, CARRIER MR`Mr CONDUCT ALL CONSTRECrOM AUNIMS 10 CONFORM TO ALL RO HE AND EMERGENCY AIR TRMFJC qRC PASSES). DAILY, OR BETWEEN CONSTRUCTION PHAS ES, AND / OR CHANGE ME ORDER OF CONSTRUCTION PHASING C. AT THE END or THE PROJECT, RESTORE ALL GRADES. PER DESIGN PLANS, AND REMOVE AND DISPOSE OF ALL TEMPORARY RENTREMENTS AND GUIDELINES ON SAFETY AS SPECIFIED HEREIN OF AS EXPECTED BY ME OWNER, DURING IN PROJECT IF IT IS DETERMINED AS IN IN BEST INTEREST OF AIRPORT OPERATIONS OR SAFETY, ME CONTRACTOR E MAY BE DIRECTED TO NNE CONTRACTOR PERSONNEL EOUIPMENT, AND MATERIALS TO A SAFE LOCATION AND / OR EVACUATE DRAINAGE PROVISIONS, COMPLY WITH AND ACQUAINT CONTERACTER PERSONNEL WIN CURRENT EDITION,LATEST CHANGE, OF THE FOLLOWING SAFETY MA ME 5 IN ORDER TO ENABLE ANTCRAI OPERATIONS NECESSARY EXTENSIONS IN CONTRACT TIME MEE BE GRANTED OR A STOP D. THE COST OF TEMPORARY DRAINAGE AND DENNATERING IS SUBSIDIARY TO ME VARIOUS BID ITEMS or ME PROTECT.FIN ADVISORY CIRCUI.ARS (SAFETY DOCUMENTS, WX ORDER WILL BE ISSUED DUE TO THESE DELAYS. HOWEVER, THERE WILL BE NO ADJUMIAENTS IN CONTRACT PRICE DUE TO THESE DELAYS, UNLESS OTHERWISE WED IN ME CONTRACT DOCUMENTS, 12. PRDRCi SURVEY MONUMENTS IN PLACE UTILIZE ME SERVICES OF A TWO REOSITERED PROFESSIONAL LAn SURVEYOR To A 150 5370-2. OPERATIONAL SAFETY ON AIRPORTS DURING CONSRUEHGN, RESTORE DISTURBED DR COVERED MONUMENTS R 150 5200-18. IMPORT MI INSPECTION. AND 14 DO NOT EXCEED 15 MPH WITHIN ME ADA, Il IXE PROJECT PAY INS PROVIDED ARE INCLUSIVE OF ALL WORK THAT MUST BE PERFORMED AS SHOWN IN ME. PLANS OR D 150 5210-5. PAINTING. MARKING AND UGHRING OF VICHICLES USED ON AIRPORTS, 15 FURNISH AND INSTALL BARRICADES AT IN LOCATORS SHOO IN THE PLANS. FURNISH AND INSTALL RARRSEMRS AT IN DESCRIBED IN ME PROJECT MANUAL. WORK DESCRIBEDIN THE PEAKS OR PROJECT MANUAL THAT IS NOT PAID FOR DIRECTLY BY A SPECIFIC BID ITEM IS SUBSIDIARY TO ME VMIOUS No ITEMS OF 14E PROJECT, BEGINNING OF EACH PHASE TO REMAIN IN PLACE 7EIRGUENOUT ME PHASE, EXCEPT WHERE NOTED, IN ME EVENT BARRICADES ARE ADJUSTED OR REMOVED TO ALLOW VEHICLE TRAFFIC THROUGH OR FOR CONSTRUCTION WOW. SUPPLY FLAGMEN To PREVENT AIRPORT SECURITY REQUIREMENTS: G. DIP, AIRCRAFT FROM INADVERTENTLY ENTERING THE WORK AREA FIAGMEN MUST REMAIN UNIT. ME EARMCUNE IS REPLACED IN ME ORICINA. POSITI N. PROVIDE 24 HOURS PER DAY ON CALL CONTRACTOR PERSONNEL FOR EMERGENCY MANTENINCE OF AIRPORT WARD LIGHTING AND MPNGADESr INTEGRATIE BARRICADES AS A IANT V THE SEND. THESE DOCUMENTS AND RELATED REQUIREMENTS ME DESCRIBED IN MORE )VAIL IN THE PROJECT MANUAL. 1. COMPLY WITH ALL SECURITY REDWREMENES SPECIFIED HEREIN AND 9 REWIRED BY ME DINNER OR AIRPORT OPERATIONS, 3. PREPARE AND SUBMIT FOR APPFXNAL A SPEND IN ACCORDANCE WIN FAA NE 150 / 5370-2. CURRENT EDITION, LATEST CHANCE, 16 PRIN E AN ADEQUATE NUMBER OF SWEEPERS AND VACUUM TRUCKS TO KEEP HALL POLTES, AIRFIELD MANDEB WIEHIN THE SUBMIT ME SPCA PRIOR TO A NODGE TO PROCEED BEING ISSUED. REFER TO ME CSPP FOR ADDITIONALSPED REOUIRENTS LIMITS OF WORK, AND OTHER PAVEMENT ARM WITHIN 250 TV OF CONSTRUCTION AREAS TRAVERSED BY VEHICLES AND 2. DRIVERS OF ALL CONTRACTOR VEHICLES AUTHORIZED TO ENTER ME ADA MUST BE EXPERIENCED IN ME ROM GU OR GUIDED R, EIPMENT CLEAN AND FREE OF MEN, DIRT, DEBRIS, WASTE, LOOSE MATERME.. AND OTHER MD CAPABLE OF CAUSING MANAGE AN AIRPORT OPERATONS^APPROVED SECURITY SAIDGED ESCORT VEHICLE, ME CONTRACTOR IS RESPONSIBLE MR TRAFFIC FURNISH AND INSTALL THE ME THE TIMES ME TPE AIRCRAFT AND NO GEARS OR PROPELLERS AND / OR BEING NOESTED IN JET ENGINES. PROVIDE ENOUGH EOUIPMENT AND GONER L TO AND MGM ME VARIOUS CONSTRUCTION AREAS ON ME SITE AND FOR ME OPERATION AND SECURITY OF THE ADA SEC URIW GATES To ME SITE. ME CONTRACTOR MUM MONITOR AND COORININNTE ALL CONTRACTOR TRAFFIC AT T14E ADAtMMF.DAnl.Y COMPONENTS OF SPED AT APPROPRIATE AS SPECIFIED IN CONTRACT DOCUMENTS. INSPECT EVERY ASPECT or THE SPCD ON AT LEAST A DAILY BASS AND ENSURE ALL COMPONENTS ARE FUNCTIONING PROPERLY. OPERATORS TO ENSURE AN IMMEDIATE RESPONSE TO PROPERLY KEEP ALL ACME AIRFIELD PAVEMENTS AFFECTED BY 5144TTION OPERATIONS ARE KEPT FREE Or FED. SECUR EY GATES WITH SECURITY. CORRECT DEFICIENCIES NOTED BY THE OWNER AND / OR ENGINEER (OR ME ENGINEER'S REPRESENTATIVE). VISUALLY CHECK BARRICADE FLASHING UTHYS ON A DAILY BASIS, 2C MINUTES BEFORE SUNSET FOR PROPER OPERATIONS. THE 11, WEAR HKA-MINUT, WARNING CARMUNTS AND DENT! TILE HAND HATS IN ACCORDANCE WIN APPLICABLE OSHA, ANSI, ISEA J. Do NOT PERMIT UNAUTHORIZED CONTRACEDR PERSONNEL OR TRAFFIC ON THE SITE, PROHIBIT 'PIGGYBACKING OF MULTIPLE SYSTEM ELEMENTS MIT M05 RE INSPECTED ARE AS FOLLOWS: LOCAL. STATE. AND / OR FEDERAL REGULATIONS WHEN CAERE, VEHICLES BEHIND AN AUTHORIZED VENICLE, LINK AND SECURE All ADA SECURITY CATES TO ME SITE AT ALL TIMES WHEN NOT A. WRICADES SET PROPERLY AND ALL FLASHING WARNING LIGHTS OPERATING PROPERLY, ATTENDED BY M CONTRACTOR. IF ME CONTRACTOR CHOOSES TO LEAVE M AM SECURITY FE OPEN, C MUST BE AMENDED BY CONTRACTOR PERSONNEL WXO ME FAMIUM PYTH ME REOUIRENNES OF THE AIRPORT OPERATIONS SECURITY PROGRAM. B. ALL GENITIMETOR PERSONNEL AND ADA SECURITY GATES MANNED AND SECURITY PROCEDURES IN PEACE. 18. PREVENT SPILLAGE OF DEBRIS FROM CONSTRUCTION VEHICLES AND EOUIPMENT OUTSIDE ME IMMEDIATE WORK AREA. 4, FU NISH TO ME DIE GUARD A L17 OF AUTHORIZED DELIVERY VEHICLES TO ENTER ME AM SECURITY GATE AND RECORD INE 19. CONSTRUCTION ACTIVITIES ME PROHIBITED IN THE REAL CF7, AND IDEA. WHEN CONSTRUCTION. MEN, DR EOCIPMENT ME WITHIN VEHICLE LICENSE PLATE, TIME IN. AND TIME OUT FOR EACH VEHICLE USING ME GATE G. ALL VEHICLES AND EOUIPMENT LONGED / MARKED IN ACCORDANCE WEEN ME REOUIREWENTS OF ME CONTRACT DOCUMENTS. . THE RM, DEC. OR TOM. THESE AREAS WILL BE CLOSED TO ALL AIRCRAFT OPERATIONS OR RESTRICTED, UNLESS OTHERWISE INDICATED IN THE PHASING PLAN "ESOR AS APPROVED BY THE OWNER, FHEWWRDNRS IWRRIRION "23 5. PEDESTRIAN WALKTHROUGHS ME HOT ALLOWED THROUGH ME VIEHFCUW DATE. D, COMITRACTOR USE OF UNAUNCIRDED AOA SECUFATt GATES CHECKED 20 IT IS ME SOLE RESPONSIBILITY OF ME CONTRACTOR TO SEE THAT ALL SHEETTING, SHORING An a ING IS NNE 11 6. ME CONTRACTOR IS RESPONSIBLE FOR AIRPORT OPERATORS SECURITY BANK 9 FOLLOWS ME OWNER AND / OR ENGINEER WILL NOTIFY ME CONTRACTOR IN WREDING OF ME ABOVE SAFETY AND SECURITY ITEMS IDENTIFIED AS DIDECIKE WAKE A GONCEMYOD EFFORT To ENSURE ALL WIFTY AND SECURITY ITEMS ARE IN PROPER WR)RKPNG ACCORDARKDE WITH CURRENT OSHA RECULATEAS AND INEOUIREMENIS, SHEETING, SHORING AND BRIE"" IS AN INPARTNo or THE WORK AND 5 SUBSIDIARY TO ME VARIOUS BID ITEMS OF ME PROJECT, EXCEPT AS I —NO IN THE P PROJECT MANUAL A. ME CON MR IS RESPONSIBLE FOR OBTAINING PIHOTO-IOEWTFIGATTON SECURITY MINES ISSUED BY AIRPORT OPERATIONS ORDER EACH DAY DUE TO ME SECURITY STATUS OF ME AIRPORT 21, HSZ. MANAGE. HANDLE. AND DISPOSE or ALL 'HAZAROWS AATERW IN STRICT ACCORDANCE MEN ALL APPLICABLE FOR EACH SUPERINTENDENT OF EACH WORN CREW WORKING WITHIN ME MA.THE CONTRACTOR MUST OBTAIN AIRPORT OPERATIONS SECURITY BADGES MR AT LEAST ONE (T) MEMBER Or EACH WORK CREW WORKING IN SEPARATE AR E M OF IN 4 SUBMIT A OESTRUCTNE / ACI_EMMT WEATHER PLAN TO SET FORM GENERAL GUIDANCE AND INFORMATION MR ME CONTRACTOR DIVER) MENTAL LAWS, FOR THE PURPOSES or THIS PROJECT THE TERM 'HAZARDOUS MATERIALS IS DEFINED IN ME BROADEST SENSE TO ENCOMPASS SUBSTANCES. MATERIALS. WASTES. POLLUTANTS, OR OILS REFERRED TO IN ANY DIVRONMENTAL, LAW AS AAA, ALL CONTRACTOR PERSONNEL MUM EITHER OBTAIN AND DISPLAY AN AIRPORT OPERATIONS SECURITY BADGE, OR OFMN AND DISPLAY A CONTRUCTOR-ISSUED ONEFICITION BADGE AND RE ESCORTED OR DIRECTLY SUPERVISED BY T� INDTADIJAJ. TO GOOROWTE PREPAREDNESS PLANS WHEN DECIFUCTIVE WEATHER THREATENS ME AIRPORT ENARONMENT. TOXIC RADIOACTIVE, DANGEROUS. OR SIMILAR TEN ENVIRONMENTAL LAWS ME DEFINED To MEAN ALL AFFILICABLIC FEDERAL STATE, AND LOCAL STATUTES, ORDINANCES, REGULATIONS, RULES, POLIMMU . CODES, AND GUFOEUNES IN EDURING ME DISPLAYING A CURRENT MWORT OPERATIONS SECURITY MINE. 5 CONDUCT A WEEKLY SAFETY BRIEFING MR ALL CON MUOR PERSONNEL CONDUCT THESE MEETINGS BILINGUALty IN ENGLISH TERM OF ME PROJECT. R INE CONTRACTOR IS RESPONSIBLE FOR COMPLETING THE REWIRED AIRPORT OPERATIONS SECURITY ME APPLICATION GAT AND SPANISH THESE MEETINGS MUST BE OPEN TO ME ENWNEER (OR THE ENGINEERS REPRESENTATIVE), OWNER, AND ANY OTHERGOVERNING AUTHORYTt THAT WOULD UKE TO ATTEND. THERE WILL ALSO BE A MANDATORY WEEKLY CONSTRUCTOR WCUNS, 2.1 CONSTRUCTION FOUIPMEW MUST HAVE A MAXIMUM HEIGHT OF 30 FEET. SHOULD ME USE OF CONSTRUCTION EQUIPMENT AN ;A —..I— NUMPAPAY 1., 1.11 "Ns".0.4r; ilk ES N FORMS, A D MR SUBMITING NE FORMS To ARPORT OPERATIONS FOR THEIR RENEW kS EARLY IN THE PROJECT AS ME DATE AND ONE OF WHICH WILL BE TAWSHED PRIOR To ME START OF CONSTRUCTION, WIN THE OWNER THAT RUST RE EIGHTS GREATER MAN 3D FEET BE REWIRED, INCLUDING CRANES. SUBMIT FAA FORM 7460-1 TO ME FAA FOR APPROVAL. ME POSSIBLE TO AVOID CO STRUCIMN DELAYS. FORMS MUST BE SUBMITTED LEAST THREE (3) WEE S IN ADVANCE Of AMENDED BY ME COMPACTOR'S SENIOR FIELD STAFF, INCLUIYNG PUT NOT LIMITED TO SUPERINTENDENTS AND TEAM LEVIERS FAA MUST PROVIDE APPROVAL PRIOR TO USE OF ME REQUESTED EQUIPMENT - FAA RESPONSE TIME MAY TAKE 60-90 om AT ISSUANCE OF A BADGE. FORMS WILL BE AVAILABLE THROUGH AIRPORT OPERATIONS AFTER AWARD OF THE PROJECT, THE CDNEINCTOR MUST OESICNATE AN AUTHORIZED SIGNATURE NO X8 (AM) RESPONSIBLE FOR ALL CONTRACTOR 6, CONTRACTOR PERSONNEL AND EOUIPWNT ME HOT ALLOWED WITHIN PROJECT WORK MDR UNTIL THE AND HAS BEEN CLOSED 23 INSTITUTE DUST CONTROL MEASURES It) MEROATE CURRENT OR PDMNTAL CAM ISSUES. SPECIAL ATTENTION TO DUST CONTROL MISPARIND INI 68N .2.. DR, oa ASACCE MP CATIONS ME ASK DESIGNEE MUST COMPLETE TRAINING TO BECOME THE AUTHORIZED AME AFTER WHICH ALL AIRPORT TO AIRCRAFT AND NOTWAS HAVE BEEN ISSUED.eW : S REQUIR D WHEN EARTHWORK OR NALUNG OPERATIONS ARE IN PROGRESS OR WHEN WIND AND WEATHER CONDITIONS CAUSE OPERATIONS SECURITY DOGE APPLICATIONS MUM BE RNMO AND APPRGVREC) VIA SIGNATURE BY ME ASH. EACESSVE SLOWING OF DUST, REGULARLY PREY WATER TO KEEP DUST DOWN. PROVIDE 24 HOURS PER DAY ON 7. CONTRACTOR ESCORTS MUST MEET THE FOLLOWING REGLIREMENTS: CONTRACTOR PERSONNEL MR EMERGENCY DUST CONTROL OPERATORS. RESPOND WINN 20 MINUTES DURING TIMES WHEN ME C. ME CONTRACTOR MUM CONDUCT A MORGROUNO CHECK OF EACH APPLICANT FOR AM AIRPORT OPERATIONS SECURITY CONTRACTOR IS ON WE AND WITHIN TWO (2) HOURS WHEN NO WORK IS BDNG PERFORMED, SHINT" Trtfa D E MIZING STANDMID BACKGROUND CHECK FORMS PROVIDED BY AIRPORT OPERATIONS. FORMS MR COMPLETING ME A CONTRACTOR ESCORT VEHICLE DRIVER MUST RECEIVE AIRPORT MIATMENT AREA (AMA) OFTIVIA MINNING REOUIRED BACKGROUND CHECK IMU BE AVAILABLE THROUGH AIRPORT OPERATIONS, AFTER AWARD OF THE PROJECT. ME 8 BACKGROUND CHECK MUM SHOW PROOF OF A MINIMUM FIVE (5) YEAR EMPLOYMENT RECORD AND WILL BE REVIEWED BY B. ALL VEHICLES RESPONSIBLE TO ME CONTRACTOR ENTERING THE AEA MUST 3 ESCORTED BY AN AIRPORT 24. AT ME COMPLETION OF EACH WORK PERIOD, CLEAN ME PROTECT WOW AREA AND REMOVE EOUIPMENT, MATERIALS, AND 0 CONTRACTOR PERSONNEL FROM ME MWEDE WOPF AND, SWEEP AND / OR VACUUM I'MAIDIMENTS PRIOR TO VACATING ME WORK AIRPORT OPERATORS. ANY GAP IN EXCESS OF W DAYS MUST RE DOCUMENTED OR EXPLAINED, AIRPORT OPERATIONS IS RESPONSIBLE FOR REVIEWING ME BACKGROUND PERSONS OPERAINNS-APPIRCIVED CONTRACTOR ESCORT VEHICLE FROM ME POINT OF AM EMERY TO ME CONSTRUCTION SITE. ENSURE THAT ACTIVE AIRFIEM SURFACES AFFECTED BY CONSTIRTUCTION OPERATIONS ARE KEPT FREE OF Too DEPOSITED BY CHECKS. ONLY AN AN APPLICATION APPROVED BY AIRPORT OPERATIONS M RE UM BE ISSUED SECURITY BADGES. AIRPORT OPERATIONS RESERVES ME RKPHT TO MR FROM THE ADA ANY TED. HER CONSTIN) CON TRAIFIC, CONSTRUCTION OPERATIONS, WINDBLOWN DEBRIS, OR DEBRIS DEPOSITED AS THE RESULT OF OMER SOURCES. GENERAL NOTES ONDNIDUALS FOUND R' ME BACKGROUND CHECK TO BE, IN ME OPINION OF AIRPORT OPERAPONS. A ENSK TO ADA SECURITY OR SAFETY. C. TD FACIOAtE WE M�MENT OF CONTRACTOR ESCORT VEHICLES AND ESCORTED VEHICLES. DRIVERS OF COMERACTOR ESCORTVEHICLES MUST BE APPROVED MR, ISSUED. AND DISPLAY AN AIRPORT OPERATIONS SECURITY BANE. TURNER - CONTRACTOR ESCORT VEHICLE DRIVERS MUM BE FAMILIAR WITH AIRPORT SECURITY AND SAFETY PROCEDURES. 21. BAST. WILL NOT BE PERMITTED, D, THE CONTRACTOR MAY OBTAIN AIRPORT MANIKINS SECURTY MICES FROM THE OPERATIONS DEPARTMENT AT ME AIRPORT, ORE OPERATIONS RESERVES ME RIGHT TO UNIT ME NUMBER OF SECURITY BADGES ISSUED TO ME CORPRACTOR, COMMACTER VEHICLES AND EOUIPMENT THAT ME AUTHORIZED TO OPERATE ROUTONELY ON ME ARPORT IN ME ADA MUST MEET 26, ORIEN-FUME WELDING AND TORCH CUTTING WILL NET RE PERMITTED, AIRPORT OPERATIONS WILL CHARGE ME CONTRACTOR A FIFTEEN DOLLAR (Ilt5 .00) FEE MR EACH AIRPORT OPERATIONS ME FOLLOWING REOUREMENTS: ADAl SECURITY ME ISSUED, ME COST FOR A FINGERPRINT VERIFICATION WILL BE AN ADOMONA. S3000. MR A TOTAL 11* PWOR TO OPENING FOR AIRCRAFT USE AND ME DEPARTURE OF THE CONTRACTOR'S WORK CREWPS, ME ENGINEER *I_L ARRANGE G003 NOW -REFUNDABLE C09 OF $45,00. AN ANTIONk FEE WILL BE CHARGED, AS NOTED HEREIN, FOR LOST OR DEMPOIED SADISM & DISPLAY A COMPANY LOGO / PLACARD IDENTIFYING THE VEHICLE WIN BLOCK -TYPE CHARACTERS OF CONTRATENO COLOR ARE E EASILY LEGIBLE 9 1 SO FEET. FOR THE INSFECOGIN OF MY AFPEL.D PAVEMENT. RSA MA. OFA, OR IDEA THAT HAS BEEN CLOSED FOR WORK, OR THAT HAS BEEN USED FOR A CROSSING POINT OR KILL ROUE BY ME CONTRACTOR, THESE AREAS MUST COMPLY WITH ME SAFETY REQUIREMENTS, DEFINED BY FEDERAL AVIATION R GUI_AINCHS PART 139, AS INTERPRETED BY ME DINNER, BEFORE PERMISSION B. DISPLAY EITHER: ----- -------------- ----------------------------------------------------------------------------------------- — --- — -------- - ::77: C7,77! L___j "I", "'i I J CONTRACTOR'S STAGING I STOCKPILE I STORAGE AREA NOTES: 1. THE STAGING / STOCKPILE / STORAGE AREA WILL BE AS SHOWN IN THE PLAINS, OR AS ADJUSTED IN THE FIELD AND COORDINATED WITH THE OWNER, 2, W NOT PLACE THE STAGING / STOCKPILE / STORAGE AREA WITHIN WATERS OF THE UNITED STATES, INCLUDING WETLANDS. WATTMOCIES, AND STREAM BEGS, CONSTRUCT THE STAGING / STOCKPILE / 90RACE AREA TO PROHIBIT THE RUNOFF OF POLLUTANTS AND CONTROL SILT / SEDMENT MOVEMENT. 3. 00 NOT CREATE PONDING OF WATER OR ALTER DRUNWE PATTERNS OF THE STAGING / STOCKPILE /STORAGE AREA DURING OR AFTER CONSTRUCTION. 4, MAINTAIN THE STAGING / STOCKPILE / STORAGE AREA IN A CLEW AND ENVIRONMENTALLY SAFE CONDITION. 5, UNIT STOCKPILED / STOWE EOUIPMENT AND MATERWS TO THE SMALLEST POSSIBLE FOOTPRINT. PLACE MATERIALS STORED OR STOCKPILED ON THE AIRPORT AND CONDUCT WORK TO CAUSE NO GREATER OBSTRUCTION TO THE AR MO GROUND TPAPPC THAN IS ALLOWED IN THE PLANS. EOVIPMENT / STOCKPILES MUST COMPLY WITH OBSTMCTON NIGHT REQUIREMENTS FOR PROTECTED AIRSPACE (PRIMARY SURFACE, TRANSTIONAL SURFACE. AND APPROACH / DEPARTURE SURFACE OF AN ACTIVE RUNWAY) AS FRONDED IN THE CODE OF FEDERAL REGUTATIONS, PART ]Z, WE, EFFICIENT USE, AND PRESERVATION OF ME NAVIGABLE AIRSPACE. 6. STOCKPILED MATERIALS AND EOUIPMENT STORAGE ARE NOT PERMITTED WITHIN M ACTIVE RBA, T5A OR OFZ, MO IF ROSSIBLE SHOULD NOT BE PLACED WTHIN ANY ACTIVE OR OR TOR. STOCKPILING ENTERAL WITHIN AR ACTIVE OFA OR MR REOUIRES SUBMITTAL OF AN FM FORM 7460-1 TO THE FM FOR APPROVAL. THE FM MUST PROVIDE APPROVAL PRIOR TO STOCKPIUNG WITHIN AN ACTH OR OR TDFA Z. STOCKPILE GEOMETRIES MUST COMPLY WITH ALL APPLICABLE DSW REGUTATIONS. B. PRIOR TO THE CDMMENCEMENT OF WORK. RECORD EXISTING CONDITIONS OF THE STAGING / STOCKPILE / STORAGE AREA VIA PHOTOGRAPH OR VIDEO DOCUMENTATION, SUBMIT ALL DOCUMENTATION TO THE ENGINEER PRIOR TO DISTURBING THE AREA, 9, THE STAGING / STOCKPILE / STORAGE AREA MAY OR MAY NOT HAVE UTILITIES PRESENT. COOMUTE UTILITIES REQUIRED WITH THE RESPECTIVE UTILITY OWNERS AT NO ADOOION COST TO THE OWNER. M. NO VEHICLES, EQUIPMENT, OR MATERW STORAGE MAY OCCUR WITHIN 10' OF THE SECURITY FENCE. 11, THE MAXIMUM EOUIPNEW / STOCKPILE HEIGHT FOR STAGING / STOCKPILE /STORAGE AREA, AS SHOWN ON THE PLANS, IS 30 FEET ABOVE EXISTING GRADE. 12. TREAT STOCKPILED MATERIAL AND OPEN EXCAVATIONS TO PREVENT MOVEMENT RESULTING FROM AIRCRAFT BUST OR WIND CONDITIONS IN EXCESS OF TEN (10) MPH. 13. THE CONTRACTOR IS RESPONSIBLE FOR THE SECURITY OF EQUIPMENT AND MATERIALS, AND ASSOCIATED SECURITY APPURTEHANCES. SECURITY MEASURES DEEMED NECESSWY BY THE CONTRACTOR IN THE PROTECTION OF EQUIPMENT AND MATERIALS IS INCNENTAL TO THE OVERALL PERFORMANCE OF THE WORK ASSOCIATED WITH THE PROJECT, 14. PARK COWRACTOR EQUIPMENT OUTSIDE THE ROfA/TOFA WHEN WORK IS NOT BEING PERFORMED, 15. HAKE MODIFICATIONS WITHIN THE STAGING / STOCKRLE / STORAGE MCA WHEN DEEMED NECESSARY BY THE OWNER. 16. HANDLE AND STORE MATERIALS STOCKPILED ONSFE SUCH THAT SEGREGATION AND CONTAMINATION BY FORM SUBSTANCES IS PREVENTED. IF STOCKPILED MATERIALS 00 SEGREGATE. REMIX THE MATERIALS TO THE REQUIRED GRADATIONS PRIOR TO PLACEMENT, DISPOSE OF MATERIALS THAT ARE CONTAMINATED BY FOREIGN SUBSTANCES. 17, RESTORE THE STAGING / STOCKPILE /STORAGE AREA UPON COMPLETION OF THE PROJECT INCLUDNG, AT MINIMUM. REPAIR OF EXISTING FACILITIES, REGRADING. AND MPSMING A10 ESTABUSHING VEGETATION, AS APPLICABLE. 18, ALL COSTS ASSOCIATED WITH THE FURNISHMENT. INSTALLATION, MAINTENANCE, REPAIR. AND REMOVAL OF THE STAGING / STOCKPILE /STORAGE AREA INCLUDING LABOR, EOUIPMEW. MATERIALS, AND MCIDENTAS ARE SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT, HAUL ROUTE GENERAL NOTES: 1. THE LOCADON OF CONTRACTOR ACCESS AND ONSRE HAUL ROUTES MUST BE AS SHOWN IN THE PLANS, SPECIAL REQUESTS FOR ALL OTHER ACCESS ARE SUBJECT To APPROVAL BY THE OWNER. MNNTNN CONTRDL AND PASSAGE THROUGH ANY AGA ENTRY POINT UTNZED FOR CONTRACTOR ACCESS AND NOT STAFFED BY THE AIRPORT. 2. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE OFFSITE HAUL ROUTES (STATE HIGHWAYS, COUNTY WAGS, AND / ON CITY STREETS) WITH THE APPROPRIATE OWNER WHO HAS JURISdCDON OVER THE AFFECTED ROUTE AND OBTAIN HAUL PERMITS AS RECURRED. COMPLY WITH ALL FEDERAL. STATE, AND LOCAL LAWS REGARDING OFFSME HAUL ROUTES AND ASSUME SOLE RESPONSIBILITY FOR DAMAGE CAUSED BY CONTRACTOR OPERATIONS. J. IT IS THE SOLE RESPONSIBILITY Of THE CONTRACTOR TO ASSESS THE VIABILITY OF EXISTING HAUL ROADS, INCLUDING WIDTH AND LOADING REQUIREMENTS. NECESSARY MR THE CONTRACTOR'S PROPOSED OPERATIONS. THE CONTRACTOR MAY PJRNISN AND INSTALL TEMPORARY AND / OR WIDEN / STRENGTHEN EXISTING HALL ROADS AS DEEMED APPROPRIATE FOR THE CONTRACTOR'S PROPOSED OPERATIONS, 4. INSPECT ALL CONTRACTOR VEHICLES AND EOUIPMENT UPON ENTERING AND EXITING ANY AGA SECURITY DATE TO ENSURE THAT VEHICLES AND EOUIPMENT ARE CLEAN AND FREE OF MUD, DIRT, DEBRIS, WASTE, LOOSE MATERIAL, AND / OR ANY OTHER MATERLL CAPABLE OF CREATING FOD ON ANY HALL ROADS (ONSITE OR OFFSITE). ANY VEHICLE OR EQUIPMENT IN THREAT OF CREATING A FOD ISSUE MUST BE IMMEDIATELY DISPATCHED TO THE STAGING / STOCKPILE MCA FOR CLEANING, ALL COSTS ASSOCIATED WITH INSPECTION OF CONTRACTDR VEHICLES MVO EOUIPMENT UPON ENTERING AND EXITING ANY AGA SECURITY GATE, AND SUDSEQUENT REQUIRED CIEWMG, INCLUDING LABOR, EQUIPMENT, MATERIALS. AND INCIDENTALS ME SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. 5, THE PRE- AND POST -CONSTRUCTION CONDITION Of HAUL ROUTES MUST BE JOINTLY MPECTEO AND DETERMINED BY THE CONTRACTOR AND THE OWNER AND / OR ENGINEER (OR THE ENGINEER'S RMP ENTATYE), MAWAIN EXISTING ONSITE HAUL ROADS THROUGHOUT CONSTRUCTION AS A PASSIBLE ROADWAY FOR OWNER VEHICLES. RESTORE EXISTING HAUL ROADS (INSIDE AND OUTSIDE THE AM) TO THEIR PRE -CONSTRUCTION CON IDION, OR BETTER, WHEN NO LONGER NEEDED AS A HAUL ROAD, THE CONTRACTOR IS RESPONSIBLE FOR THE REPAIR OF ANY DAMAGE CAUSED BY THE CONTRACTOR'S EOLVPMENT AND PERSONNEL REMOVE AND DISPOSE OF AND REPLACE ANY PAVEMENTS W ED TO AT LEAST TEN (10) FEET ON EACH SIDE OF THE VISIBLE DAMAGE TO ENSURE ALL PAVEMENT TRAVERSED BY THE CONSTRUCTION EQUIPMENT 15 REMOVED AND REPLACED. 6. ALL COSTS ASSOCIATED WITH THE FURNISHMEW, INSTALLATION, MAINTENANCE. REMOVAL, AND RESTORATION OF ONSITE HAUL ROUTES INCLUDING LABOR, EOUIPMENT, MATERIALS, AND INCIDENTALS ME SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT, GENERAL PHASING NOTES: 1, THE CDNSTRUCDDN PHASING DETAILED IN THE PLANS 15 BROKEN INTO MULTIPLE PHASES OF WORK. ALL PHASES OF WORN ARE WITHIN THE AGA. DUE TO THE IMPORTANCE OF MVWAINING AIRFIELD OPERATIONS. SAFETY. AND SECURITY DURING CONSTRUCTION WITHIN THESE AREAS. THE CONSTRUCTION PHASING HAS BEEN OIVTDED INTO MULTIPLE PHASES OF WORK, AS DETAILED ON PLAN SHEETS G102 THROUGH GIC4. THE PHASING CAN GENERALLY BE DESCRIBED AS: A. PHASE 1 IS THE MAL-TY Of THE REHABILITATION Of THE IDENTIFIED PDITIONS OF THE EAST GA RAMP, THE WORK GENERICALLY IS THE WILL AND WERIAY OF THE EAST CA RAMP. B. PHASE 2 IS THE COMPLETION OF THE REHARIUTATION OF THE IDENTIFIED PORTIONS OF THE FAST GA RAMP, INSIDE THE TCFA ADJACENT TO THE FBO. C. PHASE 3 IS THE RECONSTRUCTION OF A DAMAGED PORTION OF THE PERIMETER ROAD ADMCENT TO THE SOUTHWEST CORNER Of THE TERMINAL RAMP. THE WORK INCLUDES THE NRNISHMEW AND INSTALLATION OF AN UMERDRAIN. 2, WRING THE SIRE -CONSTRUCTION PHASE, PERFORM THE FOLLOWING ACIVIVES: A CDMPLF.TE BACGING AND MNER'S TRAINING PROCESSES MR CONTRACTOR PERSONNEL IN ORDER TO HAVE A SUFFICIENT WORK FORCE BARGED AND TRAINED TO OPERATE VEHICLES AND EQUIPMENT WITHIN THE AGA. B. COMPLETE MATERIAL SUBMITTALS, SHOP DRAWINGS, AND RIFTS AND SUBMIT FOR RENEW. PARTICULAR ATTENTION SHOULD BE PAD TO CRITICAL SUBMITTALS, INCLUDING BUT NOT UMTTF.D TO SAFETY PIAN(S), DUALITY CONTROL PLAH(S), CONCRETE MIX DESIGNS, ASPHALT JOB MIX FORMULAS) (JMF).ELECTRICAL ITEMS. AND OTHER LONG LEAD TIME ITEMS. C. BEGAN MOBIUZATION, INCLUOING SET UP OF THE STAGING / STOCKPILE / STORAGE MEAL, PROCUREMENT AND STOCKPILING OF PROJECT MATERWS, AND NRNISHMENT AND SET UP OF TEMPORARY FACILITIES. D. NOTIFY MUTT COMPANIES TO HAVE UNDERGROUND URUTTEB LOCATED. E. COMPLETE INITA. SURVEY CHECKS AND VERIFICATION OF CONTROL NONUMENTS, ALONG MN ESTABLISHMENT of TEMPORARY BENCHMARKS, F. PROCURE TEMPORARY SWPPP CONTROLS AND VERIFY SUFFICIENT OUAWITY FOR EACH PHASE ONCE WORK IS AUTHORIZED TO BEGIN. G. PROCURE BARRICADES AND OTHER SAFETY FEMS AND VERIFY SUFFICIENT QUANTITY TO CLOSE THE REQUIRED AREAS OF EACH PHASE ONCE. WORK IS AUTHORIZED TO BEGIN. J. THE INTENT Of THE PHASING PLANS IS TO MINIMIZE INTERFERENCE TO AIRCRAFT MOVEMENTS. THE AMOUNT OF TIME EACH WORK AREA IS CLOSED, AND OISRUPTMNS TO AIRPORT OPERATIONS, WORK IN A —ER TO HELP MEET THESE INTENDED GOALS, INCLUDING EXTENDED PRODUCTION HOURS WHEN POSSIBLE / PRACTICAL. 4. WORK WITHIN PHASES I AND 2 MAY NOT BE CONCURRENT WORM MTHIN PHASE 3 MAY BE CONCURRENT ACTH EITHER PHASE I OR PHASE 2. 5, COORDINATE WORK EFFORTS WITH THE ENGINEER (OR THE ENGINEER'S REPRESENTATNE) AND OWNER. IF PROBLEMS OR CHANGES ARSE DURING CONSTRUCTOR SEQUENCING. IMMEDIATELY NOTIFY THE ENGINEER REQUESTING ACTIONS TO RESOLVE SAID PROBLEMS PRIOR TO CONTINUING THE WORK, 6. COORDINATE AIPCRAT OPERATIONS SCHEDULES WITH THE OWNER AND MO OPERATOR. FACILITATE ARCRAFT OPERATIONS TO THE MAXIMUM EXTENT POSSIBLE BY REMOVING CONTRACTOR PERSONNEL AND EQUIPMENT FOR THE SAFE PASSAGE OF AIRCRAFT, THE CONTRACTOR 6 HEREBY MADE AWARE THAT AIRCRAFT OPERATIONS ADJACENT TO WORK AREAS MAY CAUSE JET BLAST THROUGH THE WORK AREAS. MOVE COWRACTOR PERSONNEL AND EOUIPMENT AS NECESSARY IN ORDER TO PROTECT PERSONNEL. EOUTPMLM, AND MATERIALS FROM THE EFFECTS OF JET BLAST. ). DURING THE TIME ANY PAVEMENT OR PORTION THEREOF IS CLOSED, IT'S ASSOCIATED LIGHTS AND SIGNS MUST BE DE -ENERGIZED, JUMPERED OUT, OR M ALTERNATIVE OWNER-ARPROVED LIGHT BLACKOUT METHOD EMPLOYED. B. PRIOR To BEGINNING EACH PHASE, MEET ONSITE WITH THE ENGINEER'S REPRESENTATM AND OWNER TO FINALIZE AND IDENTIFY THE WORK LIMITS AND TASKS THAT WILL BE PERFORMED IN EACH PHASE. AT DVS MEETING. PROVIDE A DETAILED WORK PLAIN FOR DIE PHASE. THIS OPERATION MUST TALE PUCE NOT LESS THAN ONE (1) WEEK IN ADVANCE Of PHASE COMMENCEMENT. 9. SPECIFIC CWSRNUCDON TASKS IDENTIFIED MTHIN THE INDMDUAL PHASE PLAN SHEETS ME NOT MEW TO INCLUDE EVERY EXACT OR PRECISE OETAL OF ALL WORK THAT MUST BE COMPLETED. BUT ME RATHER INTENDED TD PROVIDE A GENERAL OVERVIEW OF THE APPROXIMATE SEOUENCING OF THE PHASE. MANY OF THE ITEMS LISTED WILL REWIRE PRECEDING AND SUBSEOUENT OPERATIONS TO VARIOUS OTHER ITEMS LISTED. ID. THE COMPLETION Of ANY PHASE OF WORK AND SUBSEQUENT USAGE BY THE OWNER DOES NOT DEFINE FINAL ACCEPTANCE OF THE WORK IN THAT PHASE THE ENTIRE PROJECT WILL BE ACCEPTED ONCE ALL PHASES ME COMPLETE. A FINAL INSPECTION OF THE ENTIRE PROJECT HAS OCCURRED, AND ALL ASSOCIATED PUNCH LIST ITEMS HAVE BEEN COMPLETED IN ACCORDANCE ACTH THE PROJECT PLANS AND PROJECT MANUAL TO THE SATISFACTION OF THE OWNER, 1 L � 2"�. *9 �MYnnt�lfi Yir ~I.1 N t � saP t EAST %IOE�PF y - ♦i 1 I APPRo%klAlE CONTRACTOR { 1 NORM WALNUT 5TAG9lG/STOCI(PEE/STORAOE " :,, t, A`rEIINIE I 'T 1 pp;� AREA ( "IFS ty,, 1 1, N FOO t-�- kw•«O ❑ TYRE I ROp( HAPSIiAp BlJq D!A!� CONSTRUCn E dry S ., . , - ., �., '" . • '„a� i'a�i+—'r �,� i '5 _ .�..- i I � awi , PI u:• ., .. . , . "„ , ., ^ ., . ,`. .. PHASE 2 WO h YI fk ;1. a PHAS 1 N I � t pp 5 5 M t ➢ f CP-f - Jj' 9TON ROD W RED CAP CP-A - I IRON ROD WrM RED CM N 730273856' N. 73OW2.7T E 95966374' E' 959B25.SB' ELEV 323A T NAV ELEY: 32 916' NAV06B CP-2 - '%' CHSEIID ON CONCRETE CP-5 - )j' IRON ROD WrtH RED CAP N 7302m 6A' N• 7300222 ", E 959831 82' E 959602 A3' 6EV. 325587' NAVW ELEV 326T.60' I VD66 OP-3 - K' PON ROD W RED CAP f -B - fit" CHISELED DN CONCRETE N 73014I001 N. 729. 555' E. 959B29.67' E: 95B756 2A' M. 3256.61' IMVD66 ELEN, 320.01 IMVD66 CP-7 - SITE BENCM.IIfif PHASE 3 WORK AREA - NOS SURVEY MONUMENT - LBB BS (MS) N. 7701175.A6' N, I EIN: J233m,J.60' NAVD60 W 1" \ E%19DNf CP-6 - !S ,3O , ROD WITH Rm CAP P I r : DOTE CCESS Z E 95721 J.6A' , k Ya9 EIEV: 3253.A3' 1NVW6 SCALE IN FEET PROTECTION IIIW! I RATER ABOADWATION LMM Tf10 ElST110 ELLYATON r IAT11110E T LONORIDE -- W 02M R39AW H Tl3V® M!3' JY 32.d2' wor 1E SibY Al7AO�P5Y710 W 13254AB M33' .ID ]2.m' I MIDI' AC SE.I!' W1O1' A!' W41' 1 FBO HANGAR AOV EXISTING HMA TO WEST SIDE TAXIWAY EDGE LINE rR 1. PHASE 1 S THE MAIORM OF THE RDPRILDATOI OF THE EIXDFEO POR OG OF THE EI U RAMP. THE WORN GENERMLY 8. %WlSH MID NSTML BA90CIDF.S AT THE LOCAT1015 SNOAI. IS THE O L MID 0 ILM OF THE EENTiFD NATIONS OF THE FAST GA RMP, 2. THE CONTRACTOR MHi DE ALLOWED 15 CALEIMW DLYS TO NWPLETE RUSE 1. EXCWDING FN4 RATING DPEMDDIS. C. PURMSH MD DISTML TEW+ORWY SWPPP CONTROLS 3. WORX W1T11N PN t AND 2 WY NOT BE C1INLVPEW. M]IDt WTTIIM PHASE 3 L4Y BE COMPETED OM RR NILY WTM D. SAWCUT, REMUE MMD DISPOSE OF EXSTNG PAYFMEM. ElT1£H RUSE 1 OR PNSE 2. N. THE FOLLOMNG MATED ARUUFT TP.M'FC OPEFAT101S MTL W MOOPIED DURING PRASE 1: '. — EAPoSED STRIICRNE'S MUST BE R5-ED TO A MrIMMAI DEPTH OF 8' BELOW THE REQUIRED 14E DEPTH. SE DETAE 2-CP501, A RUNWAY 17.-3SR Mr.L BE CLOSED. E. PERFORM REOLIRFD PROOF ROUM OPEFATONS. S. THE PARAUEL TMNYAY AND NORTH L CTOR TMPMAY MILL BE CLOSED, F. POPoRM REQUIRED REM & AND REPACELOIT Of INSURABLE ARSE / SUBGRADE LATERALS, C. THE HV ACCESS TM'IAME SOUTH OF THE FRO BUKDAIC IN(L BE CLOSED TO AIiCR4T LWER LAMER. FApIfTATE AIRCMFT MOrfl@If5 UfIDER TON THROUGH THE MEA TO THE 14104W EXiFJR POSSIBLE BY REW— CONTRACTOR PEFW EL " EOUFMENT FOR THE SME PAS WE OF INCRMT. G. CONSTRUCT HW STNFACE COURSE, IL REMOTE Nq D6POSE OF TEIi`OPAJTY SMPPP CONIRDLS PRIOR TO REOPFMq THE CLOSED PAKNFNT ARF/S. 5. CO STRIIGTld1 TASXS FDIt PHASE I ARE M N MS: A COORDINATE THE CLOSURE Of /iiROPRNIE PAtpfJOS M1TN THE OMEA. 1. PERFORM A FT41 CLGIMS Of THE WM AK& L THE OANER M. PROAOE RUMMY CLOSURE MVMERS TO THE COMTRACTgt FOR USE DURING 845E I CdSTRIA.'TpN J. REMOVE SVW-ADES. EOUPM[NT, MTERMLS, AND CONRACTOR PERS01/HEL FRLMI THE WORX AREA OP DONS. THE CONRACTOR W WALL. —AK REMO.E. A RETURN TO THE OMER THE RUNMAY CLOSURE WAXERS AT THE DPECTIDN DF THE ENQIFER AHD / OA OWWR THE CONTRACTOR IS RdSPO1SIBIE FOR THE REPAIR OF DAMAGE TO THE RUNNY CLOSUFE WAXERS CAM UY THE CONTRACTORS EOAPLEHT,WO PERSDWIEL K COOROMTE WRH THE MO TO REIP I THE 11 PANFME 1 ARFAS. E MIDI MIPoGNGS FOR TIE P1ASE 1 MORX AREA WILL K COAPLETED DURING PHASE 2. RSM 7 VTA/• M.1 Lubboc R.uraAocR ns.,ow arm wReaATTowMa •.sort. BAST " RAYP REHARUJTATIOR *%`' i r z" Rm"rr"n�ryfi(f fi rrw.?. H k ,�r r S, ff £, . 3 i✓ `" �w I }. 4 s,: J tf 5 " J" r r,., J wx z,„ /f� Rsg#f fi,�Fn�� r`M�` , rr° �w � f £ � „% f r ��, d s � y � £ � � ; 7r r f S✓ I '�<„ r n : i yT'`�: u � � �� . a r< S r ,i THE CONTRACTOR Is HETiEBY 4ADE AYIAFI THAT $irTNE HAACCESS c T BOTH COS . THE ACCESS ROUTE CLEAN ALFuEfA1Cr AAAT THE CCf11RAACTOR MUST ALSO FA TATECD AL. TUES. OKAMENMEOCPRDRAAAiNFRTT RAnONsTO EE' ,.NiisJ#„ i ,f;rrFr r;ln7r~wY f, "s'ir,�i. 1 '�ss,syyut.Ak/1c,+NFrR,G O„/XsLIMTD`. ACIREPRCEO/N�Ts'iRT✓wA" .,wCxAT{r ,OOrRE=f+"' K T,• _ _-„ ^.,,«;d- ✓r / .r Z r3 "Xr ' f fr a ETC £ WOsNaE5or1SoI'RaRUa OGlCnaKokO• o N Ea %tIrT ' r P } .A.w..r.�.:�.wI. ...».. 11iE MAXIMUM EXTENT POSSRLE 1rm rY ,n r k? ` k r zj 7rr q'w,}ti f m ` t sI :"r r CS 1'J 1'Sd f rrm" Aw,rs tst �1 t r` p tt,.F'7,7,Lv��. a_ '`m,t ks° "m }p ,wn'%`rfjw'rP7 r '� 7F s'tt �kr'y,d".,. 3 F<g c. AW rx ,c i ': 7A sr� a p ❑ Ct` rt, sk✓ 1,. II i a", tirwrr'/, Yy".' »M 1s `, x",,. rs`f p f:,w. asjsA,. ..,_,.M -km ' sax, tr';7^ J;%;r•.:`Sirr »x r :� v r7' r, 4�,ir r t'`" c 7 ✓ a'{,,,'; Aarzj7 ,�s•. 4 FBp s �f r, . t r, $: Po:;w r vJ, FBO" i`' N TJOITJa.saa4 lr,r,,,' N' 3oi"s`""ts%ea' dis ulrroeNL nTnTaN ij,',�,y.!��;sp l,';5 �,�';,J . ; ',.�`•r r-. ��is fyJ� "PKTf/f,'r' HANGAR Hk..x h Mr1. ": ,} EBSBBIs6RD 42b fiE 9599�632�42 aNRx NTmMilolul 77,77OA ACCESS GPTE r,., t `mr t a£ ^ i'+x£ f1 Arm AN{--'Lr?Y�' -"tF ,?y.+ys.._,,•.....y,n,..k.w„e^ t. �' a,,"�^»; A; a„::�.uca� x''`��,,, e x x x' x z z J.c.y�.x rt�_z,_x� uNrAFROM m to' M w aEAR 1 s 5 > ~ f} 1 : r3 ,✓yY k, ,A:i;;S 'afw i, <,r!3,'D a""r"1'tY '} 1'Y .: ": $ Fy, # 5. A4 .HONE SEW= FEN(Y NA��'C Jri NO PIRCRAFT OPERATIONS UNDER ��r� ,; U �'J£,fJ "X£� ,�" 4F a ,;:A p•" � £ �� y � mw Porcn ne oucH Nls AAA. C tra m ( x EAST GA RAW ca mACTOR To FAaurA E t w a �^,, p� f,y k i; >#'q ...:!� � ; AwatAn ovaRAnons DNOER rowt r �°. x s RENABILRATIOM a' * HANGAR ACCESS TAXLANE ° .J ° kf'fF' Y,e ai as TCRA'—JWA. ° • 4` yaS}` 7.4jr"b fr �` 45 �' �,/ x7 xb.: n`"t �': of �'S,3`. # i r; - •°��r1 "sAwcur IN ACEYIItOIJICE WTH ��� r`r �:fii 't s� G " � octal. T-CPAI (rw1 r"u ✓ w �/ �� . J�i �X{ BARRCADES : 'S � h J WORK WORK LIMITS '. •. � , !!ww REMOVE E%ISRNC M P VEMENT '�' � p,�r CN. WITH r r ,e s aYr' ! .o PnesTwN wn rk, m rt s & r s r f I / t :I °i,3 F r S >s••.; , , ✓; IgIF. i /r qr6 ..s,w,%;rr' 3 AERML WAE GOES r {rsi t a'sY , , ,w,..,. ✓'w r . r:. r e S4 M. NOT ALIGN PERRELRY u^*C _.... ....... ww rrr? !RUuWAY 17 36R FA OWDRM1 DATP amE S . ,. ✓, yd5f ,.f- X ^ e. , m m... !� A. ,. r:r:: x� :3r� c s tl a,� sa;r•tr s:-. t s 5 f w% y w .,#„ oa,ERNs ".w:. F ,. ,:. � .3s�Nt1. ; r.. 1 t sr„,.. r r'.� , a 5; rfa s f tgA�f fr5`u....e; t M.:n, t CAI m Y�. � Y � sir ,£ f t r �7ed if G' weN„,7s ✓S/t';3 £ r S r PHASE 2 NOTES: PIFA2!2PAY RDVAlLTAM=LlM T. PRASE 2 IS THE COLpIETON OF TIE REIVAIITAT" OF THE CENTRO FORTIDNS OF nE EAST GA RAW, INSDE TNE E. PERFORM REOUFEO PROOF ROOK OPERaTpfA, Mwz FwMAMTr N�mNT ._. _. -A OJACENT TO THE FRO WNxJR AND HANGAR ACCESS TNOV "ArA�As zn eMc ._. PpNrt ! HORBIID FASTNG TE1EMipN tA1TT110E -r-..WMORVOE z THE CONRUCTOR'NLL BE ALLCNEO 1 CA EHOW CATS TO COIPLLTE FHASE 2. EXCLLOHC RNk MA,,N OPEMTpHS F. PERFORM REWIRED REMMM. AM � OF LHSVRABLE B45E / RIBOPME MATERIALS, v 'r3maa2�o nvT2o.m 3zsaae IW nav" nor 4a' se.9!' Ie.,.w.P.l,..a _.,.... .-- 3. 'ITTH WRER HISSES I APO 2 WY NOT BE CCNCLAEM. MORA WTNN PHASE J MAY BE NAWIk m LONCMRRENRY G. CONSTRUCT PAYEMEAT SLC110N. 10 'r3maay.z3 v59762Ae 1321L11 IL)T ]r J2.E9 nor N se.ae• WITH ETHER PHASE I OR PNISE 2. xvvomppe .._ _. ,.,�{, _.._ __. Y... ., 1T 2: P BE MO T3p11 N.2E 9'AT5]96 ]2�CA9 RUT 39 2P85 np1 N 7E 4T H. RELM AW p�pSE aF rEMPOP Ri sWPW NMRJLS PAAN TO REWEIAIG rHE uoSED PAvdFM ARFAS. T� . RFiE1.D A➢ICFNT 1RIFFIC OPERAl1Ul5 WRL pFIED d1RNG WSE 13 4RE FOLLOrAIG A'.7J021E0.'A 969T11.W i ]255JSJ IQT Y' 29N15' r101' /E' SE.W' L PERFORM A FWL CIENlNC CF THE W'CRI( MCA A TIE HANGAR FAFT TA%AME N EIt eF iK FRO HAA WIL ff CLOSED ro AxiCA.Afi UNDER POME0. FACAITATE AxPD MDJEA D E PMEN TOM THEOVWH TIE AREA ro TIE YAbMxI [%IEINF POSSIBLE B! REIpNNO PHASM UMK CONIR/CR]R PERSONEL AND EWFYEM Fql TIME SAFE PI4Afl OF NIICPNT. J. fENAD1E EORMCADES. Eq,FYOR, WIERLALS, AND CONTRACTOR PERSONKL FROM THE WORt AREA I AND S. Cd6TRUC" TASKS FOR PRASE 2 ARE AS FpLgY9: K. COORDWATE WTTH THE OWHER TO REOPEN THE CLOSED PAVEMENT AREAS. SWPPPSE 2N A LWM'NLAIE TIE CLOSURE a APPROPRIATE PAVEMENTS WTTH THE OVtM L. FLRASH AND INSTALL SURFACE LLAPIIING9 FOR THE W AREAS OF PHASES t MID 2 NO U5S THAN W GAYS p B. FURISH Alp NSTALL BMRCAOES AT THE LOCAMXS SIDNN. AFTER THE COMP.ETIOM OF NSPIVLT OPERATIONS FOR THE WORE NFA.4 PRDR TO THE AJCATX>N OF PANT. Z P6AAAwq A°v THOROlIp1lY CLEAN THE ASPHALT PAVEMENT TO FFUM'E OAST, IART, CFAC AND OTHER SURFACE DEPOSITS, G103 a b' L, FVRx51M AND N9TAL1 TEIIPOIAR! SWPPP CCMROLS, 1. THIS WILL REQUIRE A MMAML TEMPOPARY CLOSURE OF THE PAVEMENT APFAS, LWRDIATE TIME CLOSUREF FE PEHs THE NR, PROTECT ALL SURRWPAQ,RARCFAFT. ETC. D. SAWH, REqL NPAVEMENT, RM WERSPMY. SCALE IN FEET i ,, C — LID — 71,50' I \ / T yy MILLED NMA FROM BE USED REMOVE I AND RESTOflE AREA Q U 4'! THE COST FOfl ALL t„✓ Z'� INCLUDING 3. BE RS&H Lubboc .69E71A �,� .MRG.T FAST GA FLAW REHAD UTATON PROTECT E105 rcrc}r �UNDERGROLND ELECTRICAL. 5. Q 0 y `v CLEANUP. AND RESTORAnON. SMALL BC 1 ! 7r r;% WM1 .evp�.& S''1P bw'K xflar7W j t IRS'g10M6 / CIRCUIT AND MANNIXFS ,, INCLUDED IN THE TEMPORARY CONSTRUCnONt (Tw. coNFrtw ocvTN of 1® 4 .', iTENs RAY ITEM rr, s ; r s (� r f lu k j , a c i I Y may'.?W (cs "'1„f ray � Nme AEFK iuwE DOES _ r� urLOE�RDROLIrm ELECTH1CAl SCALE IN FEE7ai.*`f f �r�g;' ,c",'f coNsmucnoN sARRels,°.Nor wLCN PEUECTLYTo FDu ExcnvAnONf� Ys iu rwts r ' au sw.cr !6W[ 3 PAYIIIIIIIIIIIIIIff RlIMNRATgE LN INSET — -- T EAs� Ei u PHASE 3 NOTES:�� u 7301o/20e c670s9At Sz63.0 frus 39 - N1o1 w n.er 1. PHASE ] 6 THE RE(bNSTMTCTgN (i A DA4GED PORTION OF ntE PER9ETFA ROAD E. COOR[Ol1TE TEMPoRARY ELECRIFK REOLKRSENR WRH iNE CADET. J. CONSTRUCT PAVEMENT SECTION.WT 14�7]009w]9 "T'DWL6 {IW 39 1625" WO w 2)AT ADJACENT TO THE SOUTNEEST CORER OF THE TERIINAL RAP. 15 7]W949.34 95706599 32nn NS.T 39 16A5 woo w DAo' 2 THE CONIRAETOR M4L BE ALLORD 15 CALENDAR DAYS TO COAPLLIE PHASE 3, I. THE DIRER DELL TEMPORARILY RDXK UGIn FIXTURES FOR THE PALP H. RFIglE AND DISPOSE Q TEMPORARY PERMETER ROAD. _.. LULU_. PERIYCTER UCAITNG. THE CoNNTRACTOA MAST PRUNE TEIFVfuAf MT LIpS aloe DUN 16 7]W94224 05706362 ]252.99 NS.T >0 IS76 MOT w Z]A' S. 1'ORN MTHN PHESE 3 NAY BE COMPLETED CONCURRENTLY WITH PRO PHASE I OR FOR THE UOT CAS FOR THE DURATION OA COfSTRlIC11[N. _ L PERFDR9 F9LSH GRADING IGTrAITES. IwN 17 7]00942A9 957CU7" 323295 lLI ]0 115:. N101 w' 27.67' PHASE 2� G. T1E OM7EfV DELL LOCKOUT / TAGOUT THE Lh✓DE7✓gi0t4RO ELFCTRCAL CIXCATs m0005Rn6 F AREA WHEN N TE Na6f REED BY THE CONRUETOR PRDYME THE M. URNISH ARE INSTALL THE APPROPRIATE VEGETATION NAEDLATFIY AFTER I5 .. 7300924A6 95R 231 3252.55,1 ILA' V I6.67 MOO w 27A7' 4. TIE FOU.011NG AMPELD AIRCRAFT TRAFTTC OPERATIONS MILL BE MDD'iTED WRING OWNER w NOURS NOPCE. COMPLETION OF GRADING ACTIVITIES.PHISE nlYYmu TUT ]p 19..- 73OM4.n 95NI9.2466 132S2{{/6.60'�WIOI w 27D6' S: } A. ACCESS TO TT¢ lama END of THE rERMrw RUP r6u BE ttosm. a PROTECT ExIS W ELEcrtant CIRCUITS, WNHOLEs, AND LIGHT CANS IN w , N K^E AND DISPOSE OF TEIPORnm' Swvw CONTROLS PROR To REOPENING THE PHASNQ 10 ]]00940.76 9Tl0/963 325260 TUT >0 /676' I NIOT w Z].9e' CON11N DEPTH OF OO✓UEERORROUND ELECTRICAL PRIOR 10 FlR1 ETlGVA110N. CLOSED PAYp{M AREAS. DM*OL(>)VK AND z1 ,..I 7]009412s 9s7o3T 74 mz.m ILTs' >0 197E Mrol 49 zn17' S. arJsrRucnoAl iA51(S CDR PWSFOLLOWS: E 3 ARE As FOS: SWPPP PLAN - _.1 .._ _. _,.N_ F. EAMCVT, REIJOJ[ ARE DISPOSE OA EY1511JG PAVFYENT. 0. PERFORM A iR44 CLEANING Di THE MDI6t AREA a 73aow344 9s7ou.lo 325296 ILLr a' ns7.1 MIOT w zs/r A CLOSURE E CLOSUa APPROPRIATE PANS IITH THE oMNER x PHASE 8 7]..... 70ow9066 95N362M ]IS2W TUT N. 1725' MYOT w XW O. PEPFON REOURED PROOF ROLLING OPERATIONS, P. REI^E BARRICADES. EOUPMENT. MATERIALS, AND CONTRACTOR PERSONNEL IRON .. .I. _,. B FLRNTAI AND INSTAL BARRICADES AT THE LOCATIONS 51pMN. THE WACRN AREA wA�ra AIMw�1 24 7]0p997.S] 957D12.44 3252A6 W Sp 17A1' WI01' w 26.07' H PERFORM REQUIRED RDAWAL AND REPIACDW OF UMSURALJLE AAGRDE Z —.I ._. ._ ._ _- LULU.-. C. FURNSH Ng WALL TEWOYRT SNIP CONTROS. LHTEItIA.S. Q. COORDINATEWRH THE OWNER TO REOPEN THE CLOSED PAID'ENT Ame G104 25 �730100378 95703569 3=.96 HAT 39 17J6' IYIOT w' 25.15' iP, 4 xa _36 7.101W1 14 95702W S35].0.1 li ILiS' Sp 11.35' WIOT w' ]616' D. RIgNpR ANDp6TA1 1EMP0f+A¢f PERIIEIER ROAp, t FIWNSH AND WALL TI L TNOFAORNN AND ASSOCMIEO APPLfDEHAKES 27 7W 1012A5 957G33A1 325= j ILiS' 39' 17,47' M701' w' Mir SCALE IN FEET FAA CENIERLHE BRED O SELF -POWERED RED LENS STANDARD 3-WAY, 6-VOLT OWNIDIRECTIONAL BARRICADE CIGAR SEE FM AC IW/5370-2, LATEST EDITION ORAW.E/WHar HtOH REFLECTIVE STRIPE 98" 6• ELEYSitlB PffifBE NIlIES: I. PROWDE ONE UNLIT TAXI CLOSI M ER FOR DENTFICATION EACH AT THE APPROXIATE LOCATIONS NOTED N THE PLANS PLACEMENT TIME AND EXACT LOCATIONS SW11 BE COORDINATED WITH AIRPORT OPERATORS. 2 PROWDE AND MAINTAIN IN WORKNG ORDER UNUT TAXI CLOSURE MARKER DEKDCES N NEW OR GOOD CDNOTION, UNLIT TAXI CLOSURE MOWS SHLLL BE YELLOW AND SHALL BE ADEQUATELY SECURED AGAINST MONEIEHIT DUE TO WND AND/OR AIRCRAFT ENGINE THRUST. PLACEMENT, COMDITON, AND ANCHORAGE SHALL BE WSPECTED A,D APPROVED BY AJRPORT OPERATIONS, PLACEMENT MID REMOVAL SHALL BE ONLY AT THE DNECRON OF THE AIRPORT AND/OR ENQWR. UNLIT TAN CLOSURE MARKERS MAY ISE CONSTRUCTED OF FABRIC, COLORED PLASTIC, PAINTED SHEETS OF PLYWOOD . OR SIMILAR MATERIALS. UNLIT TAXI CLOSURE MARKERS SHALL COMPLY WITH FAA AC 160/SJ)0-; ORERATONAL SAFETY ON AWORTS DURK CONSTRUCTION, CURRENT EDITION, LATEST CHANCE AN0 FAA AC 150/5340-1, STANDARD FAA AdPORT MAPoMGS tCURRENT EOTON. LATEST CHANCE, 3. ALL COSTS ASSOCIATED ITTH THE NSTALIAPON, MNNTENANCE, AND REMVVAL OF UNLIT TAXI CLOSURE MARKERS NCULDM LABOR, EOVPMENT, MATERIALS. AND IHCDEHTALS SW BE SUBSIDARY TO THE TEAPORARt COh"TRUCHON BD ITEMS. eUNLIT TAXI CLOSURE MARKER G501 SCLE:N.T.S. CHEVRON CWI-6, DRNEWAY SIGN DIDA lE MIN. R1 KEEP RIGHT R4 SERIES' OR AS APPROVED Lit' ERIEI�µI x DRUM DRUM owF3-`3� TOP SHOULD NOT ALLOW COLLECTION IS- OR WATER OR DEBRIS ,R,f�,,, +�+�^� 9/16• qA (TYP) FOR NOiFS. x HANDLE ORECTIOW. CNEMPON AND . 3 FLASHING WATYNO LK>f S (SEE DENTAL ON THS SHEET) 1. DRUMS, TRASTTC CONES AND ALL RELATED ITEMS S COMPLY WITH THE REOUIREMEMS OF THE CURRENT VERSION OF THE "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEYRCES' (TMUTCO) AND THE •CONPJANI WORK zow TRAFFIC CONTROL DMCLS LIST- (CWzTCO). 2. DRAMS, CONES. BASES. AND RELATED MATERIALS SHALL EXHIBIT GOOD WORKMANSNP AND SHALL BE FREE FROM OBJECTIONABLE MARKS OR DEFECTS THAT WOULD ADVERSELY AFFECT THEIR APPEARANCE OR SEAVDEABILIY. 3. CONTINUOUSLY MAINTAIN THE PLACEMENT, LOCATION AND OPERATION OF ALL BARRICADES FOR THE K FACN O SWLL HAYE DURATION Of THE PROJECT. BARRICADES SHALL BE NSPECTED 0A0.Y BY THE CONTRACTOR AND 3 A 19NMUM OF 2 OPhVCE AND 2 WHITE STRIPES USING TYPE C THE OWNER AND Af DEflC1ENCIES FOUND SWLL EE CORRECTED IMMEDIATELY. REIROREFLECTIVE SHELIWG YAIN 11E TOP 4116PE BERG ORANGE a, WARNNC LIGHTS OR DNEC110WL CHEVRONS WY SE INSTALLED ON A DRAM. S. WARNNG UGRTS SHALL NOT BE WALLED ON A TRAFFIC CONE OR ON A DRUM THAT fN5 A SIGN. x 3 CHEVRON, OR VERTKN. PANEL, T. FOR 6, TRAFFIC CONES MAY BE USED FOR APPROVED TEMPORARY (LESS TRW 12 HOURS), AIRFIELD PAVEMENT CLOSURES. A uRAAHW OF FOUR iRAFIC CONES OR ONE FOR EVERY 20 FEET OF R STAPER TACIONGIIY U4 PAVEMENT TO BE CLOSED (WHICHEVER IS GREATER) G REQUIRED TO PROPERLY BARRICADE A O' 6 DRUMS SECTION OF PAVEMENT. T, ALL COSTS ASSOCIATED WITH THE BNSTAl1ATION, WAPNTENANC_ AND REMOVAL OF BARRICADES NCLUdNG LABOR, EQUIPMENT, MATERM SS AND INODENTALS SW BE SUBSIORY' TO THE TEMPORARY CONSTRUCTION BD TTEMS, CONSTRUCTION BARREL AND TRAFFIC CONE BARRICADES GSOI SCR£: HTS mz>F..i I. FURNSN AND PVGE CON-PROFYE MA6VDES WHERE NOTED M THE P14A.SING PLANS, 2. WEK.11 001WN EACH BARRK.ADE BY FRLNG WRM WATER, ]. PLACE flN1RKADLS A AW(NW AT CONSTRUCTION VENCLE ENTRY POKTIS IRO THE WORK AREA PUCE BARRM tt5 A MAXINM OF 12 FEET APARL. ADJUST BARRICADES SUCH THAT NO OAFS BETWEEN BARRKADLS EXCEED a FEET WHEN THERE IS NO CON5IFUCTION A "TY. a. C0NINIDUSLY MAWTAN THE PLACEMENT, LOCATION AND OPERATION OF THE UGHTS FOR THE DUPA" OF THE PROJECT ASPECT BARRCADES DALY AND CORRECT ANY DFFICIEKTES FOUND IMMEDIATELY. CORRECT ANY DEFICENCTCS REPORTED TO THE CONTRACTOR BY AIRPORT OPERA.TONS AID/oR THE ENWEIIt. 5. AUMINTIBN SPAR[ MRRIGADES. NCLUDMG SPARE LIONS AND BARE6E5. REDUCE DAAAAzip BAWICADES NCLUONG BATTERD5, ANMEDLATELY AT NO ADDRIONLL E—SE TO THE OWNER. 6. ALL COSTS ASSOCIATED WITH THE plSTALLATDN, MANTCHWCE AND REMWAL OF BARRICADES INCLIIDINO LABOR, EOUPMENT. WTEHALS AND INCIDENTALS SN BE SUPS— TO THE IEAIPOP.ARY CONSfRL'CTION BID ITEMS eLOW -PROFILE BARRICADE CSOI SCAE;N.i,S. I.ubtioc IIAA LUYOGI{ •I�IOR YIIFX IFETMMIIFIOIYL YVOIR� EAST OA RAMP RENABUJTATION AVIAMV ORRICE I MlION! AVIATION WTrtE nIISAWWTI6N an � t4 MART DD6 WAIN AWWAEeTIAIrAW J' AN, � ', ,� aJOW5606 NOTE: SAFET FLAG SHALL BC PROIAEIRLY •.. -• OSRAYED ON CDNSTRDMIN EOUPMD0 MESS vIaT TTTu MARKED WITH A FLASHING BEACON., SAFETY AND SECURITY eCONSTRUCTION SAFETY FLAG DETALS GS01 SCALE; N.i.S. G501 RS&H APPENDIX B FAA ADVISORY CIRCULAR 150/5370-2F OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION RS&H INTENTIONALLY LEFT BLANK U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: Operational Safety on Date: 9/29/11 AC No: 150/5370-217 Airports During Construction Initiated by: AAS-100 1. Purpose. This AC sets forth guidelines for operational safety on airports during construction. What this AC Cancels. This AC cancels AC 150/5370-2E, Operational Safety on Airports During Construction, dated January 17, 2003. 3. Whom This AC Affects. This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports (Part 139). For those certificated airports, this AC provides one way, but not the only way, of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) Program. See Grant Assurance No. 34, "Policies, Standards, and Specifications," and PFC Assurance No. 9, "Standard and Specifications." While we do not require rion-certificated airports without grant agreements to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. 4. Principal Changes. a. Construction activities are prohibited in safety areas while the associated runway or taxiway is open to aircraft. b. Guidance is provided in incorporating Safety Risk Management. c. Recommended checklists are provided for writing Construction Safety and Phasing Plans and for daily inspections. 5. Reading Material Related to this AC. Numerous ACs are referenced in the text of this AC. These references do not include a revision letter, as they are to be read as referring to the latest version. Appendix 1 contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents. Michael J. onnell Director of Airport Safety and Standards 1 AC 150/5370-2F September 29, 2011 Intentionally Left Blank September 29, 2011 AC 150/5370-2F Table of Contents Chapter 1. Planning an Airfield Construction Project 101. Overview. 102. Plan for Safety. 103. Develop a Construction Safety and Phasing Plan (CSPP). 104. Who Is Responsible for Safety During Construction? Chapter 2. Construction Safety and Phasing Plans 201. Overview. 202. Assume Responsibility. 203. Submit the CSPP. 204. Meet CSPP Requirements. 205. Coordination. 206. Phasing. 207. Areas and Operations Affected by Construction Activity. 208. Navigation Aid (NAVAID) Protection. 209. Contractor Access. 210. Wildlife Management. 211. Foreign Object Debris (FOD) Management. 212. Hazardous Materials (HAZMAT) Management. 213. Notification of Construction Activities. 214. Inspection Requirements. 215. Underground Utilities. 216. Penalties. 217. Special Conditions. 218. Runway and Taxiway Visual Aids. 219. Marking and Signs for Access Routes, 220. Hazard Marking, Lighting and Signing. 221. Protection of Runway and Taxiway Safety Areas. 222. Other Limitations on Construction. Chapter 3. Guidelines for Writing a CSPP 301. General Requirements. 302. Applicability of Subjects. 303. Graphical Representations. 304. Reference Documents. 305. Restrictions. 306. Coordination. 307. Phasing. 308. Areas and Operations Affected By Construction. 309. Navigation Aid (NAVAID) Protection. 310. Contractor Access. 311. Wildlife Management. 312. Foreign Object Debris (FOD) Management. 313. Hazardous Materials (HAZMAT) Management. 314. Notification of Construction Activities. 315. Inspection Requirements. 316. Underground Utilities. 317. Penalties. 318. Special Conditions. 319. Runway and Taxiway Visual Aids. 320. Marking and Signs for Access Routes. 321. Hazard Marking and Lighting. 322. Protection of Runway and Taxiway Safety Areas. 323. Other Limitations on Construction. Appendix 1. Related Reading Material 7 7 7 7 7 11 11 12 13 13 15 16 16 16 17 17 17 17 18 24 24 26 28 31 31 31 31 31 31 31 32 32 33 33 34 34 34 35 35 35 35 35 35 36 36 36 36 37 iii AC 150/5370-2F September 29, 2011 Appendix 2. Definition of Terms 39 Appendix 3. Safety and Phasing Plan Checklist 43 Appendix 4. Construction Project Daily Safety Inspection Checklist 51 List of Tables Table 3-1 Sample Operations Effects......................................................................................................... 32 List of Figures Figure 2-1 Markings for a Temporarily Closed Runway ......................................... Figure 2-2 Taxiway Closure.................................................................................... Figure 2-3 Lighted X in Daytime............................................................................. Figure 2-4 Lighted X at Night.................................................................................. Figure 2-5 Interlocking Barricades.......................................................................... Figure 2-6 Low Profile Barricades........................................................................... ...............................19 ............................... 20 ............................... 22 ............................... 22 ............................... 25 ............................... 25 IV September 29, 2011 Chapter 1. Planning an Airfield Construction Project AC 150/5370-2F 101. Overview. Airports are complex environments, and procedures and conditions associated with construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However, careful planning, scheduling, and coordination of construction activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport's operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, some of the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 102. Plan for Safety. Safety, maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised, the airport operator must strike a balance between maintaining aircraft operations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA. As the project design progresses, the necessary construction locations, activities, and associated costs will be identified. As they are identified, their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities, often by phasing the project, and/or to airport operations in order to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP). The development of the CSPP takes place through the following five steps: a. Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. b. Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations: the Aircraft Reference Code (ACRC) for each runway; Airplane Design Group (ADG) and Taxiway Design Group (TDG)' for each affected taxiway; designated approach visibility minimums; available approach and departure procedures; most demanding aircraft; declared distances; available air traffic control services; _. airport Surface Movement Guidance and Control System plan; and others. The applicable seasons, days and times for certain operations should also be identified as applicable. c. Allow for Temporary Changes to Operations. To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport operator should identify and prioritize the airport's most important operations. The construction activities should be planned, through project phasing if necessary, to safely accommodate these operations. When the construction activities cannot be adjusted to safely maintain current operations, regardless of their importance, then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways, 1 Taxiway Design Group will be introduced in AC 150/5300-13A. Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 and other changes. An example of a table showing temporary operations versus current operations is shown in Table 3-1 Sample Operations Effects. d. Take Required Measures to Revised Operations. Once the level and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary so widely among airports, this AC presents general guidance on those subjects. e. Manage Safety Risk. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA to detennine the appropriate level of Safety Risk Management (SRM) documentation. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for SRM documentation. See FAA Order 5200.11, FAA Airports (ARP) Safety Management System (SMS), for more information. If the FAA requires SRM documentation, the airport operator must at a minimum: (1) Notify the appropriate FAA Airports Regional or District Office during the project "scope development" phase of any project requiring a CSPP. (2) Provide documents identified by the FAA as necessary to conduct SRM. (3) Participate in the SRM process for airport projects. (4) Provide a representative to participate on the SRM panel. (5) Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 103. Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix 1, Related Reading Material for a list of related reading material. a. List Requirements. A CSPP must be developed for each on -airfield construction project funded by the Airport Improvement Program (AIP) or the Passenger Facility Charge (PFC) program or located on an airport certificated under Part 139. As per Order 5200.11, such projects do not include construction, rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line -of -sight. Such facilities may include passenger terminals and parking or other structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures (see paragraph 102.e above). Additional information may be found in Order 5200.11. b. Prepare a Safety Plan Compliance Document. The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights) during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice -to -proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications. Chapter 1 Planning an Airfield Construction Project 2 September 29, 2011 AC 150/5370-2F c. Assume Responsibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. 104. Who Is Responsible for Safety During Construction? r.. a. Establish a Safety Culture. Everyone has a role in operational safety on airports during construction: the airport operator, the airport's consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations C personnel, FAA Airports Division personnel, and others. Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. b. Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: (1) Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3, Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. (2) Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. (3) Convene a preconstruction meeting with the construction contractor, consultant, airport employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5300-9, Predesign, Prebid, and Preconstr action Conferences for Airport Grant Projects. (Note "FAA" refers to the Airports Regional or District Office, the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) (4) Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. (5) Hold weekly or, if necessary, daily safety meetings with all affected parties to coordinate activities. (6) Notify users, ARFF personnel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure construction personnel know of any applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 (9) Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors. (10) At certificated airports, ensure each CSPP and SPCD is consistent with Part 139. (11) Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. (12) Resolve safety deficiencies immediately. At airports subject to 49 CFR Part 1542, Airport Security, ensure construction access complies with the security requirements of that regulation (13) Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD (for example, implementation of low -visibility operations). (14) Ensure prompt submittal of a Notice of Proposed Construction or Alteration (Form 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency. The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. (15) Promptly notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. Coordinate with appropriate local and other federal government agencies, such as EPA, OSHA, TSA, and the state environmental agency. c. Define Construction Contractor's Responsibilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: (1) Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and it asserts it will not deviate from the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re - coordination with the airport operator and the FAA in advance. (2) Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. (4) Identify in the SPCD the contractor's on -site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on - site whenever active construction is taking place. (5) Conduct inspections sufficiently frequently to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. Chapter 1 Planning an Airfield Construction Project 4. September 29, 2011 AC 150/5370-2F (6) Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD. (7) Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. (S) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for expediency. d. Define Tenant's Responsibilities if planning construction activities on leased property. Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction must: (1) Develop, or have a consultant develop, a project specific CSPP and submit it to the 1 airport operator for certification and subsequent approval by the FAA. The approved CSPP must be made part of any contract awarded by the tenant for construction work. (2) In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval to be issued prior to issuance of a Notice to Proceed. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. R (4) Provide a point of contact of who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. (5) Identify in the SPCD the contractor's on -site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on - site whenever active construction is taking place. (6) Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (7) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. (S) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other.), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency. Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29, 2011 Intentionally Left Blank Chapter 1 Planning an Airfield Construction Project 6 September 29, 2011 Chapter 2. Construction Safety and Phasing Plans Section 1. Basic Considerations AC 150/5370-2F 201. Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator's Construction Safety and Phasing Plan (CSPP) and the contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide all information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 202. Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. It is the airport operator's responsibility to apply the requirements of the FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the project contractor. 203. Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as -, follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals are preferred in 8.5 x 11 in or 11 x 17 in format for compatibility with the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) process. a. Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date, to the FAA for review at this stage of the project design. b. Submit a Construction Safety and Phasing Plan (CSPP). The CSPP should be formally submitted for FAA approval when the project design is 80% to 90% complete. Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. c. Submit a Safety Plan Compliance Document (SPCD). The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. d. Submit CSPP Revisions. All revisions to the CSPP or SPCD should be submitted to the FAA for approval as soon as required changes are identified. 204. Meet CSPP Requirements. a. To the extent possible, the CSPP should address the following as outlined in Section 2, Plan Requirements and Chapter 3, Guidelines for Writing a CSPP, as appropriate. Details that cannot be determined at this stage are to be included in the SPCD. (1) Coordination. 7 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (a) Contractor progress meetings. (b) Scope or schedule changes. (c) FAA ATO coordination. (2) Phasing. (a) Phase elements. (b) Construction safety drawings (3) Areas and operations affected by the construction activity. (a) Identification of affected areas. (b) Mitigation of effects. (4) Protection of navigation aids (NAVAIDs). (5) Contractor access. (a) Location of stockpiled construction materials. (b) Vehicle and pedestrian operations. (6) Wildlife management. (a) Trash. (b) Standing water. (c) Tall grass and seeds. (d) Poorly maintained fencing and gates. (e) Disruption of existing wildlife habitat. (7) Foreign Object Debris (FOD) management. (8) Hazardous materials (HAZMAT) management (9) Notification of construction activities. (a) Maintenance of a list of responsible representatives/ points of contact. (b) Notices to Airmen (NOTAM). (c) Emergency notification procedures. (d) Coordination with ARFF Personnel. (e) Notification to the FAA. (10) Inspection requirements. (a) Daily (or more frequent) inspections. (b) Final inspections. (11) Underground utilities. (12) Penalties. (13) Special conditions. (14) Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. Chapter 2 Construction Safety and Phasing Plans 8 September 29, 2011 AC 150/5370-2F (a) General. (b) Markings. (c) Lighting and visual NAVAIDs. (d) Signs. (15) Marking and signs for access routes. (16) Hazard marking and lighting. (a) Purpose. (b) Equipment. (17) Protection. Of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces (a) Runway Safety Area (RSA). (b) Runway Object Free Area (ROFA). (c) Taxiway Safety Area (TSA). (d) Taxiway Object Free Area (TOFA). (e) Obstacle Free Zone (OFZ). (f) Runway approach/departure surfaces. (18) Other limitations on construction. (a) Prohibitions. (b) Restrictions. b. The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, "I , Name of Contractor, have read the Title of Project CSPP, approved on Date , and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. (2) Phasing. Discuss proposed construction schedule elements, including: (a) Duration of each phase. (b) Daily start and finish of construction, including "night only" construction. (c) Duration of construction activities during: (i) Normal runway operations. (ii) Closed runway operations. 9 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (iii) Modified runway "Aircraft Reference Code" usage. (3) Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. (4) Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. (5) Contractor access. Provide the following: (a) Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). (b) Listing of individuals requiring driver training (for certificated airports and as requested). (c) Radio communications. (i) Types of radios and backup capabilities. (ii) Who will be monitoring radios. (iii) Whom to contact if the ATCT cannot reach the contractor's designated person by radio. (d) Details on how the contractor will escort material delivery vehicles. (6) Wildlife management. Discuss the following: (a) Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7) Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. (8) Hazardous material (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. (9) Notification of construction activities. Provide the following: (a) Contractor points of contact. (b) Contractor emergency contact. (c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. (d) Batch plant details, including 7460-1 submittal. (10) Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. (11) Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. (12) Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. (13) Special conditions. Discuss proposed actions for each special condition identified in the CSPP. (14) Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: Chapter 2 Construction Safety and Phasing Plans 10 September 29, 2011 AC 150/5370-2F (a) Equipment and methods for covering signage and airfield lights. (b) Equipment and methods for temporary closure markings (paint, fabric, other). (c) Types of temporary Visual Guidance Slope Indicators (VGSI). (15) Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. (17) Protection of runway and taxiway safety areas. including object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: (a) Equipment and methods for maintaining Taxiway Safety Area standards. (b) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (18) Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. Section 2. Plan Requirements 205. Coordination. Airport operators, or tenants conducting construction on their leased properties, should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9). In addition, the following should be coordinated as required: a. Contractor Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the CSPP and review and approval by the airport operator and the FAA. c. FAA ATO Coordination. Early coordination with FAA ATO is required to schedule airway facility shutdowns and restarts. Relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, may require an FAA flight inspection prior to restarting the facility. Flight inspections must be coordinated and scheduled well in advance.of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See 213.e(3)(b) for required FAA notification regarding FAA owned NAVAIDs.) 206. Phasing. Once it has been detennined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible. In such a case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. a. Phase Elements. For each phase the CSPP should detail: • Areas closed to aircraft operations 11 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 • Duration of closures • Taxi routes • ARFF access routes • Construction staging areas • Construction access and haul routes • Impacts to NAVAIDs • Lighting and marking changes • Available runway length • Declared distances (if applicable) • Required hazard marking and lighting • Lead times for required notifications b. Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (that is, construction safety drawings) should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should likewise be included in the contract drawing package. 207. Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre -meetings with the FAA Air Traffic Organization (ATO) will support operational simulations. See Chapter 3 for an example of a table showing temporary operations versus current operations. a. Identification of Affected Areas. Identifying areas and operations affected by the construction will help to determine possible safety problems. The affected areas should be indentifred in the construction safety drawings for each construction phase. (See 206.b above.) Of particular concern are: (1) Closing, or partial closing, of runways, taxiways and aprons. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or taking off in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is available for take -off in the direction of the displacement and for landing and taking off in the opposite direction. Misunderstanding this difference, and issuance of a subsequently inaccurate NOTAM, can lead to a hazardous condition. (2) Closing of Aircraft Rescue and Fire Fighting access routes. (3) Closing of access routes used by airport and airline support vehicles. (4) Interruption of utilities, including water supplies for fire fighting. (5) Approach/departure surfaces affected by heights of objects. (6) Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads. b. Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: (1) Temporary changes to runway and/or taxi operations. (2) Detours for ARFF and other airport vehicles. Chapter 2 Construction Safety and Phasing Plans 12 September 29, 2011 AC 150/5370-2F (3) Maintenance of essential utilities. (4) Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. 208. Navigation Aid (NAVAID) Protection. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 213.e(3) below.) Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the "critical area" associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to 1.' stockpiling material, as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low t visibility operations. This condition requires that a NOTAM be filed (see paragraph 213.b below). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 213.e(1) below.) 209. Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically address: a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area (OFA) of an operational runway. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. (See paragraph 218.b below.) This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign ., object damage. See paragraphs 210 and 211 below. b. Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the following, and detail associated training requirements: (1) Construction site parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should provide reasonable contractor employee access to the job site. (2) Construction equipment parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway. Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is _ necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by 13 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 construction personnel (for example, overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Instrument Approach Procedures (IAP). See paragraph 213.e(1) below for further infonnation. (3) Access and haul roads. Determine the construction contractor's access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul roads does not interfere with NAVAIDs or approach surfaces of operational runways. (4) Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. (5) Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. (6) Required escorts. (7) Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. Specific training should be provided to those vehicle operators providing escorts. See AC 150/5210-20, Ground Vehicle Operations on Airports, for information on training and records maintenance requirements. (8) Situational awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when given clearance to cross a runway, taxiway, or any other area open to airport operations. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. (9) Two-way radio communication procedures. (a) General. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: (i) Airport operations (ii) ATCT (iii) Common Traffic Advisory Frequency (CTAF), which may include UNICOM, MULTICOM. (iv) Automatic Terminal Information Service (ATIS). This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and "shortened" runways on the ATIS frequency. (b) Areas requiring two-way radio communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Chapter 2 Construction Safety and Phasing Plans 14 September 29, 2011 AC 150/5370-2F (c) Frequencies to be used. The airport operator will specify the frequencies to be used by the contractor, which may include the CTAF for monitoring of aircraft operations. Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements. At airports with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. (d) Proper radio usage, including read back requirements. (e) Proper phraseology, including the International Phonetic Alphabet. (f) Light gun signals. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure. See the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings." This safety placard may be downloaded through the Runway Safety Program Web site at http://www.faa.gov/aij]2orts/ runway safety/publications/ (See "Signs & Markings Vehicle Dashboard Sticker".) or obtained from the FAA Airports Regional Office. (10) Maintenance of the secured area of the airport, including: (a) Fencing and gates. Airport operators and contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggybacking" behind F another person or vehicle. The Department of Transportation (DOT) document DOT/FAA/AR-00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, ,., Airports Council International, or American Association of Airport Executives. (b) Badging requirements. (c) Airports subject to 49 CFR Part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. 210. Wildlife Management. The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard management plan, if applicable. See also AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports, and Certalert 98-05, Grasses Attractive to Hazardous Wildlife. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: a. Trash. Food scraps must be collected from construction personnel activity. b. Standing Water. c. Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent or equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. 15 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 d. Poorly Maintained Fencing and Gates. See 209.b(10)(a) above. e. Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. 211. Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft rnovernent areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing (other than security fencing) may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris (FOD) Management. 212. Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. 213. Notification of Construction Activities. The CSPP and SPCD must detail procedures for the irmnediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below, as applicable. a. List of Responsible Representatives/ points of contact for all involved parties, and procedures for contacting each of them, including after hours. b. NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center), and must provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 207.a(1) above regarding issuing NOTAMs for partially closed runways versus runways with displaced thresholds. c. Emergency notification procedures for medical, fire fighting, and police response. d. Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires: • The deactivation and subsequent reactivation of water lines or fire hydrants, or • The rerouting, blocking and restoration of emergency access routes, or • The use of hazardous materials on the airfield. e. Notification to the FAA. (1) Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed Chapter 2 Construction Safety and Phasing Plans 16 I " September 29, 2011 AC 150/5370-2F parking areas for this equipment (i.e. cranes, graders, other equipment) on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix 1, Related Reading Material, to download the form. Further guidance is available on the FAA web site at oeaaa.faa.gov. (2) Part 157. With some exceptions, Title 14 CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport operator notify the FAA in writing whenever a non -Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office. See Appendix 1, Related Reading Material to download the form. (3) NAVAIDS. For emergency (short -notice) notification about impacts to both airport a_ owned and FAA owned NAVAIDs, contact: 866-432-2622. (a) Airport owned/FAA maintained. If construction operations require a shutdown of f . more than 24 hours, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdown. (b) FAA owned. (i) General. The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs. (Impacts to FAA equipment covered by a Reimbursable Agreement (RA) do not have to be reported by the airport operator.) ( (ii) Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs. In addition, provide seven days notice to schedule the actual shutdown. 214. Inspection Requirements. a. Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix 3, Safety and Phasing Plan Checklist. See also AC 150/5200-18, Airport Safety Self -Inspection. b. Final Inspections. New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. 215. Underground Utilities. The CSPP and/or SPCD must include procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations. Note that "One Call" or "Miss Utility" services do not include FAA ATO/Technical Operations 216. Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 217. Special Conditions. The CSPP must detail any special conditions that affect the operation of the 17 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 airport and will require the activation of any special procedures (for example, low -visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring construction suspension/resumption). 218. Runway and Taxiway Visual Aids. Includes marking, lighting, signs, and visual NAVAIDS. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs remain in place and operational. The CSPP must address the following, as appropriate: a. General. Airport markings, lighting, signs, and visual NAVAIDS must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings. Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 218.b(1)(b) below.) (1) Closed Runways and Taxiways. (a) Permanently Closed Runways. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place Xs at each end and at 1,000-foot (300 m) intervals. Chapter 2 Construction Safety and Phasing Plans 18 September 29, 2011 AC 150/5370-217 (b) Temporarily Closed Runways. For runways that have been temporarily closed, place an X at the each end of the runway directly on or as near as practicable to the runway designation numbers. Figure 2-1 illustrates. Figure 2-1 Marldngs for a Temporarily Closed Runway (c) Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a jdisplaced threshold. See paragraph 207.a(1) above for the difference between partially closed runways L and runways with displaced thresholds. (i) Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1). (ii) Displaced Thresholds. Pavement markings for a displaced threshold consist of a 1 runway threshold bar and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. 19 Chapter 2 Construction Safety and Phasing Plans C- AC 150/5370-2F September 29, 2011 (d) Taxiways. (i) Permanently Closed Taxiways. AC 150/5300-13 notes that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. Figure 2-2 illustrates. IN Figure 2-2 Taxiway Closure (ii) Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed section. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. (e) Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. Chapter 2 Construction Safety and Phasing Plans 20 September 29, 2011 AC 150/5370-2F (2) If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. (3) It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. (4) If it is not possible to install threshold bars, chevrons, and arrows on the pavement, temporary outboard markings may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimension along the runway direction must be the same as if installed on the pavement. The lateral dimension must be at least one-half that of on -pavement markings. If the markings are not discernible on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible. (5) The application rate of paint to mark a short-tenn temporary runway and taxiway markings may deviate from the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10), but the dimensions must meet the existing standards. e. Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. (1) Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. 21 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (2) Temporarily Closed Runways. If available, use a lighted X, both at night and during the day, placed at each end of the runway facing the approach. The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-3 shows a lighted X by day. Figure 2-4 shows a lighted X at night. Figure 2-3 Lighted X in Daytime Figure 2-4 Lighted X at Night (3) Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or Chapter 2 Construction Safety and Phasing Plans 22 n 0 fl I September 29, 2011 AC 150/5370-2F taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service (a) Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed). Alternately, cover the light fixture in such a way as to prevent light leakage. (b) Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light in the opposite direction. Centerline lights are blanked out in the direction of approach if the displacement is 700 ft or less. If the displacement is over 700 ft, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. (c) Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. (d) A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 218.b(1)(c) above. Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR Part 139.309). At non -certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L-853, Runway and Taxiway Retroreflective Markers. (e) Temporary threshold lights and end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible, but not more than 3 in (7.6 cm) above ground. When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at nonnal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. (f) Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered, solar, or portable lights that meet the criteria in AC 150/5345-50 may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operations but may be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office. (g) Reconfigure yellow lenses (caution zone), as necessary. If the runway has (' centerline lights, reconfigure the red lenses, as necessary, or place the centerline lights out of service. (h) Relocate the visual glide slope indicator (VGSI), such as VASI and PAPI; other airport lights, such as Runway End Identifier Lights (REIL); and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, coordinate its installation or disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense. (i) Issue a NOTAM to inform pilots of temporary lighting conditions. (4) Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other taxiways on the same circuit are to remain open), 23 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F cover the light fixture in such a way as to prevent light leakage. September 29, 2011 d. Signs. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs and AC 150/5340-18, Standard for Airport Sign Systems. Any time a sign does not serve its normal function; it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perforn their nonnal function even if the crossing taxiway is closed. For long tern construction projects, consider relocating signs, especially runway distance remaining signs. 219. Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. 220. Hazard Marking, Lighting and Signing. a. Hazard Marking and Lighting Prevents Pilots from entering areas closed to aircraft, and prevents construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is nonnally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Also consider less obvious construction -related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. b. Equipment. (1) Barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 ft. Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. (2) Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 ft. Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. (3) Supplement barricades with signs (for example "No Entry," "No Vehicles") as necessary. (4) Air Operations Area — General. Barricades are not permitted in any active safety area. Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal, alternating orange and Chapter 2 Construction Safety and Phasing Plans 24 September 29, 2011 AC 150/5370-2F white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 in high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. if affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 in (7.6 cm) above the ground. Figure 2-5 and Figure 2-6 show sample barricades with proper coloring and flags. Figure 2-5 Interlocking Barricades Figure 2-6 Low Profile Barricades (5) Air Operations Area — Runway/Taxiway Intersections. Use highly reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. (6) Air Operations Area — Other. Beyond runway and taxiway object free areas and 25 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F er 29, 2011 aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. (7) Maintenance. The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport operator. Lighting should be checked for proper operation at least once per day, preferably at dusk. 221. Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, Obstacle Free zones (OFZ), object free areas (OFA), and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions (See paragraph 213.e above.) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. a. Runway Safety Area (RSA). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 150/5300-13). Construction activities within the existing RSA are subject to the following conditions: (1) No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (see AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances infonnation published. See AC 150/5300-13 for guidance on the use of declared distances. (2) The airport operator must coordinate the adjustment of RSA dimensions as pennitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. (4) Excavations. (a) Open trenches or excavations are not pennitted within the RSA while the runway is open. If possible, backfill trenches before the runway is opened. If the runway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. Chapter 2 Construction Safety and Phasing Plans 26 September 29, 2011 AC 150/5370-2F b. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. c. Taxiway Safety Area (TSA). A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.) Construction activities within the TSA are subject to the following conditions: (1) No construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction (see AC 150/5300-13, Table 4-1). (2) The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and }' issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. (4) Excavations. (a) Open trenches or excavations are not pennitted within the TSA while the taxiway is open. If possible, backfill trenches before the taxiway is opened. If the taxiway must be opened before excavations are backfilled, cover the excavations appropriately. Covering for open trenches must be i designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area, aircraft wings ( regularly penetrate the taxiway object free area during normal operations. Thus the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. (1) The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. (2) Offset taxiway pavement markings may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting or reflectors are required. (3) Construction activity may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions: 27 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 (a) Appropriate NOTAMs are issued. (b) Marking and lighting meeting the provisions of paragraphs 218 and 220 above are implemented. (c) Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang). In these situations, flaggers must be used to direct construction equipment, and wing walkers will be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. e. Obstacle Free Zone (OFZ). In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. f. Runway Approach/Departure Areas and Clearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in Appendix 2, "Threshold Siting Requirements," of AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. (1) Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non -towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. (2) Caution regarding partial runway closures. When filing a NOTAM for a partial runway closure, clearly state to OCC personnel that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition). (3) Caution regarding displaced thresholds.: Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate -stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, other work. within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 222. Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: a. Prohibitions. (1) No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. (2) No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. (3) No use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property. Chapter 2 Construction Safety and Phasing Plans 28 September 29, 2011 AC 150/5370-2F See AC 150/5370-10. (4) No use of flare pots within the AOA. b. Restrictions. (1) Construction suspension required during specific airport operations. (2) Areas that cannot be worked on simultaneously. (3) Day or night construction restrictions. (4) Seasonal construction restrictions. 29 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29, 2011 Intentionally Left Blank Chapter 2 Construction Safety and Phasing Plans 30 September 29, 2011 Chapter 3. Guidelines for Writing a CSPP AC 150/5370-2F 301. General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in Chapter 2, Section 1, paragraph 204. The CSPP is organized by numbered sections corresponding to each subject listed in Chapter 2, Section 1, paragraph 204, and described in detail in Chapter 2, Section 2. Each section number and title in the CSPP matches the corresponding subject outlined in Chapter 2, paragraph 204 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations Affected by the Construction Activity, and so on.). With the exception of the project scope of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 302. Applicability of Subjects. Each section should, to the extent practical, focus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example, the requirement to protect existing underground FAA Instrument Landing System (ILS) cables during trenching operations could be considered FAA ATO coordination (Section 1. Coordination, paragraph 205.c), an area and operation affected by the construction activity (Section 3. Areas and Operations Affected by the Construction Activity, paragraph 207.a(4)), a protection of a NAVAID (Section 4. Protection of Navigational Aids (NAVAIDs),paragraph 208), or a notification to the FAA of construction activities (Section 9. Notification of Construction Activities, paragraph 210.e(3)(b)). However, it is more specifically an underground utility requirement (Section 11. Underground Utilities, paragraph 215). The procedure for protecting underground ILS cables during trenching operations should therefore be described in Section 11: "The contractor must coordinate with the local FAA System Support Center (SSQ to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of the cable markings." All other applicable sections should include a reference to Section 11: "ILS cables shall be identified and protected as described in Section 11" or "See Section I for ILS cable identification and protection requirements." Thus, the CSPP should be considered as a whole, with no need to duplicate responses to related issues. 303. Graphical Representations. Construction safety drawings should be included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. 304. Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced document must be provided to the contractor. 305. Restrictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent ("as -built") features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 306. Coordination. Include in this section a detailed description of conferences and meetings both before and during the project. Include appropriate information from AC 150/5300-9. Discuss coordination procedures and schedules for each required FAA ATO airway facility shutdown and restart and all required flight inspections. 31 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 307. Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 308 below, as appropriate. 308. Areas and Operations Affected By Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. Tables and charts such as the following may be helpful in highlighting issues to be addressed. Table 3-1 Sample Operations Effects Project Runway 15-33 Reconstruction Phase Phase II: Reconstruct Runway 15 End Scope of Work Reconstruct 1,000 ft of north end of Runway 15-33 with Portland Cement Concrete (PCC). Operational Requirements Normal (Existing) Phase II (Anticipated) Runway,15 Average Aircraft Operations Carrier: 52 /day GA: 26 /day Military: 11 /day Carrier: 52 / day GA: 20 / day Military: 0 /day Runway 33 Average Aircraft Operations Carrier: 40 /day GA: 18 /day Military: 10 /day Carrier: 20 /day GA: 5 /day Military: 0 /day Runway 15-33 ARC C-1 V C-1 V Runway 15 Approach Visibility Minimums 3/4 mile I mile Runway 33 Approach Visibility Minimums 3/4 mile 1 mile Runway 15 Declared Distances TORA: 7,820 TORA: 6,420 TODA: 7,820 TODA: 6,420 ASDA: 7,820 ASDA: 6,420 LDA: 7,820 LDA: 6,420 Runway 33 Declared Distances TORA: 8,320 TORA: 6,920 TODA: 8,320 TODA: 6,920 ASDA: 8,320 ASDA: 6,920 LDA: 7,820 LDA: 6,420 Runway 15 Approach Procedures ILS LOC only RNAV N/A V OR N/A Runway 33 Approach Procedures ILS Visual only RNAV N/A V OR N/A Runway 15 NAVAIDs ILS/DME, MALSR, RVR LOC/DME, PAPI (temp), RVR Chapter 3 Guidelines for Writing a CSPP 32 September 29, 2011 AC 150/5370-2F ILS/DME, MALSF, PAPI, RVR IV IV 06:00 — 24:00 local D Air National Guard (ANG) military operations Airline XYZ requires VGSI MALSF, PAPI, RVR IV (N/A between T/W H and R/W 15 end) IV 06:00 — 24:00 local D Military operations relocated to alternate ANG Base Airline XYZ requires VGSI Complete the following chart for each phase to detertine the area that must be protected along the runway edges: Complete the following chart for each phase to determine the area that must be protected before the runway threshold: Airplane `Aircraft Minimum , Minimum Distance to Threshold Runway End Design Group * Approach * Safety Area Based on,Required Approach Number I, II, III, or IV:° Category Prior to the Slopes" $ ''C, or D Threshold * ft ft :1 ft ft :1 ft ft :1 ft ft :1 *See AC 150/5300-13 to complete the chart for a specific runway. 309. Navigation Aid (NAVAID) Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of service. Include a reference to paragraph 306 above for FAA ATO NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 314 for the issuance of NOTAMs as required. Include a reference to paragraph 316 for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 319. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 310. Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide 33 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as described below: a. Location of Stockpiled Construction Materials. Describe in this section specific locations for stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 311 for provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 312 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. b. Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don't belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying Hazardous Material (HAZMAT) vehicles. Quote from, rather than incorporate by reference, AC 150/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airport's recordkeeping system listing authorized vehicle operators. c. Two -Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor Common Traffic Advisory Frequencies (CTAF) at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations, this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light signals, telephone numbers, others) must be included. All radio frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on). d. Airport Security. Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points. 311. Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences, and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 310 for security (wildlife) fence integrity maintenance as required. 312. Foreign Object Debris (FOD) Management. In this section, discuss methods to control and monitor FOD: worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 315 for inspection requirements as required. 313. Hazardous Materials (HAZMAT) Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Material Safety Data Sheet (MSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be Chapter 3 Guidelines for Writing a CSPP 34 September 29, 2011 AC 150/5370-2F identified. Include a reference to paragraph 310 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. 314. Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives — and at least one alternate — for each party. List both on -duty and off -duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID service). Explain requirements for and the procedures for the issuance of Notices to Ainnen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each specific type of Notice to Ainnen (NOTAM) required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals. The local Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 310. Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If notification is to be made through Airport Operations, then detail this procedure. Include a method of confirmation from the ARFF department. 315. Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer (RE) and the construction contractors. If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress. Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 316. Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to paragraph 314 above for notification of utility owners of accidental utility disruption as required. 317. Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP: SIDA violations, Vehicle/Pedestrian Deviations (VPD), and others. 318. Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspension/resumption. Include a reference to paragraph 310 above for compliance with airport safety and security measures and for radio communications as required. Include a reference to paragraph 319 below for emergency notification of all involved parties, including police/security, ARFF, and medical services. 319. Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. 35 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDs such as REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings, AC 150/5340-18, Standards for Airport Sign Systems, and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 320. Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications, not hand lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements. 321. Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 314 above. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 322. Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access, movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13: Airport Design as required. Include a reference to paragraph 310 above for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 310 above for material stockpile restrictions as required. Detail requirements for trenching, excavations, and backfill. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide adequate Runway Safety Area, include a reference to paragraphs 314 and 319 above. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13: Airport Design as required. Include a reference to paragraph 323 for height (i.e. crane) restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional "box" within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 323. Other Limitations on Construction. This section should describe what limitations must be applied to each area of work and when each limitation will be applied: limitations due to airport operations, height (i.e. crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 307 above for project phasing requirements based on construction limitations as required. Chapter 3 Guidelines for Writing a CSPP 36 September 29, 2011 AC 150/5370-2F Appendix 1. Related Reading Material Obtain the latest version of the following free publications from the FAA on its Web site at ht!p://www.faa.gov/airpoits!. AC Title and Description AC 150/5200-28 Notices to Airmen (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. AC 150/5200-30 Airport Winter Safety and Operations Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. AC 150/5200-33 Hazardous Wildlife Attractants On or Near Airports Guidance on locating certain land uses that might attract hazardous wildlife to public - use airports. AC 150/5210-5 Painting, Marking, and Lighting of Vehicles Used on an Airport. Guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. AC 150/5210-20 Ground Vehicle Operations on Airports Guidance to airport operators on developing ground vehicle operation training programs. AC 150/5300-13 Airport Design FAA standards and recommendations for airport design, establishes approach visibility minimums as an airport design parameter, and contains the Object Free area and the obstacle free -zone criteria. AC 150/5310-24 Airport Foreign Object Debris Management Guidance for developing and managing an airport foreign object debris (FOD) program AC 150/5220-4 Water Supply Systems for Aircraft Fire and Rescue Protection. Guidance on selecting a water source and meeting standards for a distribution system to support aircraft rescue and fire fighting service operations on airports. AC 150/5320-15 Management of Airport Industrial Waste Basic information on the characteristics, management, and regulations of industrial wastes generated at airports. Guidance for developing a Storm Water Pollution Prevention Plan (SWPPP) that applies best management practices to eliminate, prevent, or reduce pollutants in storm water runoff with particular airport industrial activities. AC 150/5340-1 Standards for Airport Markings FAA standards for markings used on airport runways, taxiways, and aprons. AC 150/5340-18 Standards for Airport Sign Systems FAA standards for the siting and installation of signs on airport runways and taxiways. AC 150/5345-28 Precision Approach Path Indicator (PAPI) Systems FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. UFA Appendix 1 Related Reading Material AC 150/5370-2F September 29, 2011 AC Title and Description AC 150/5340-30 Design and Installation Details for Airport Visual Aids Guidance and recommendations on the installation of airport visual aids. AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers AC 150/5345-44 Specification for Runway and Taxiway Signs FAA specifications for unlighted and lighted signs for taxiways and runways. AC 150/5345-53 Airport Lighting Certification Program Details on the Airport Lighting Equipment Certification Program (ALECP). AC 150/5345-50 Specification for Portable Runway and Taxiway Lights FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative. AC 150/5345-55 Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure AC 150/5370-10 Standards for Specifying Construction of Airports Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. FAA Order 5200.11 FAA Airports (ARP) Safety Management System (SMS) Basics for implementing SMS within ARP. Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. FAA Certalert 98-05 Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landing Area Proposal Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http:Hecfr.gpoaccess.gov/. Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http://mutcd.fliwa.dot.gov/. Appendix 1 Related Reading Material 38 September 29, 2011 AC 150/5370-2F Appendix 2. Definition of Terms Tertn Definition Notice Of Proposed Construction Or Alteration. For on -airport projects, the form submitted to the FAA regional or airports division office as fonnal written notification of any kind of construction or alteration of objects that affect navigable 7460-1 airspace, as defined in 14 CFR Part 77, safe, efficient use, and preservation of the navigable airspace. (See guidance available on the FAA web site at oeaaa.faa.gov.) The form may be downloaded at http://www.faa.gov/airports/resources/forms/, or filed electronically at: https://oeaaa.faa.gov. Notice Of Landing Area Proposal. Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction 7480-1 of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport The form may be downloaded at http://www.faa.p,ov/airports/resources/forms/. AC Advisory Circular ACRC Aircraft Reference Code ACSI Airport Certification Safety Inspector ADG Airplane Design Group AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program ANG Air National Guard Air Operations Area. Any area of the airport used or intended to be used for the AOA landing, takeoff, or surface maneuvering of aircraft. An air operations area includes such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways, taxiways, or aprons. ARFF Aircraft Rescue and Fire Fighting ARP FAA Office of Airports ASDA Accelerate -Stop Distance Available ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR Part 139, Certification of Airports. CFR Code of Federal Regulations Construction The presence and movement of construction -related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. Construction Safety And Phasing Plan. The overall plan for safety and phasing of a CSPP 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. 39 Appendix 2 Definition of Terms AC 150/5370-2F September 29, 2011 Term Definition CTAF Common Traffic Advisory Frequency A threshold that is located at a point on the runway other than the designated Displaced Threshold beginning of the runway. The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FOD Foreign Object Debris HAZMAT Hazardous Materials 1FR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available LOC Localizer antenna array The runways, taxiways, and other areas of an airport that are used for taxiing or hover Movement Area taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR Part 139). MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal. The area inside the airport security fence exclusive of the Movement Area. It is Non -Movement Area important to note that the non -movement area includes pavement traversed by aircraft. NOTAM Notices to Airmen Obstruction Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C. OE / AAA Obstruction Evaluation / Airport Airspace Analysis Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area OFA flee of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes. (See AC 150/5300-13, for additional guidance on OFA standards and wingtip clearance criteria.) Obstacle Free Zone. The airspace below 150 ft (45 m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in OFZ the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches. The OFZ is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational Safety and Health Administration P&R Planning and Requirements Group Appendix 2 Definition of Terms 40 September 29, 2011 AC 150/5370-2F Term Definition PAPI ------------ Precision Approach Path Indicators PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicators Project Proposal Summary A clear and concise description of the proposed project or change that is the object of Safety Risk Management. RE Resident Engineer REIL Runway End Identifier Lights RNAV Area Navigation ROFA Runway Object Free Area RSA Runway Safety Area. A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5300-13. SIDA Security Identification Display Area SMS Safety Management System SPCD Safety Plan Compliance Document. Details developed and submitted by a contractor to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. SRM Safety Risk Management Taxiway Safety Area A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13. TDG Taxiway Design Group Temporary Any condition that is not intended to be permanent. Temporary Runway End The beginning of that portion of the runway available for landing and taking off in one direction, and for landing in the other direction. Note the difference from a displaced threshold. Threshold The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Free Area TORA Takeoff Run Available. The length of the runway less any length of runway unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13 for guidance on declared distances. TSA Taxiway Safety Area Transportation Security Administration UNICOM A radio communications system of a type used at small airports. VASI Visual Approach Slope Indicators 41 Appendix 2 Definition of Terms AC 150/5370-2F September 29, 2011 Coordination Reference Addressed Remarks Detours for ARFF and other airport vehicles are 207.b(2) ❑ El El identified. Yes No NA Maintenance of essential utilities and 207.b(3) 1:1 1:1 n underground infi-astructure is addressed. Yes No NA Temporary changes to air traffic control 207.b(4) 1:1 1:1 1:1 procedures are addressed. Yes No NA NAVAIDS Critical areas for NAVAIDS are depicted on 208 El El ❑ drawings. Yes No NA Effects of construction activity on the perfon-nance of NAVAIDS, including 208 1:1 El El unanticipated power outages, are addressed. Yes No NA Protection of NAVAID facilities is addressed. 208 n El 1:1 Yes No NA The required distance and direction from each NAVAID to any construction activity is depicted 208 1:1 El 1:1 on drawings. Yes No NA Procedures for coordination with FAA 208, 213.a, ATO/Technical Operations, including 213.e(3)(a), identification of points of contact, are included. 218,a Yes No NA Contractor Access The CSPP addresses areas to which contractor will have access and how the areas will be 209 1:1 El 1:1 accessed. Yes No NA The application of 49 CFR Part 1542 Airport 209 1:1 1:1 n Security, where appropriate, is addressed. Yes No NA The location of stockpiled construction materials 209.a 1:1 El El is depicted on drawings. Yes No NA The requirement for stockpiles in the ROFA to 209.a 1:1 El D be approved by FAA is included. Yes No NA Requirements for proper stockpiling of materials 209.a are included. Yes No NA Appendix 3 Safety and Phasing Plan Checklist 44 F September 29, 2011 i' AC 150/5370-2F arks Construction site parking is addressed. 209.b(1) ❑ ❑ ❑ Yes No NA Construction equipment parking is addressed. 209.b(2) ❑ ❑ ❑ Yes No NA Access and haul roads are addressed. 209.b(3) ❑ ❑ ❑ Yes No NA A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, 209.b(4) ❑ ❑ ❑ Painting, Marking and Lighting of Vehicles Used on an Airport, is included. Yes No NA Proper vehicle operations, including 209.b(5), ❑ ❑ ❑ requirements for escorts, are described. 209.b(6) Yes No NA Training requirements for vehicle drivers are 209.b(7) ❑ ❑ ❑ addressed. Yes No NA Two-way radio communications procedures are 209.b(9) ❑ ❑ ❑ described. Yes No NA Maintenance of the secured area of the airport is 209.b(10) ❑ ❑ ❑ addressed. Yes No NA The airport operator's wildlife management 210 ❑ ❑ ❑ procedures are addressed. Yes No NA Foreign .Object Debris Management The airport operator's FOD management 211 ❑ ❑ ❑ procedures are addressed. Yes No NA The airport operator's hazardous materials management procedures are addressed. 212 1 ❑ Yes ❑ No ❑ NA Notification of Construction Activities Procedures for the immediate notification of airport user and local FAA of any conditions 213 ❑ ❑ ❑ adversely affecting the operational safety of the airport are detailed. Yes No NA Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011 Coordination Reference Addressed Remarks Maintenance of a list by the airport operator of the responsible representatives/points of contact ❑ ❑ ❑ for all involved parties and procedures for 213.a contacting them 24 hours a day, seven days a Yes No NA week is specified. A list of local ATO/Technical Operations 213.a El El ❑ personnel is included. Yes No NA A list of ATCT managers on duty is included. 213.a ❑ ❑ ❑ Yes No NA A list of authorized representatives to the OCC is 213.b ❑ ❑ ❑ included. Yes No NA Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of 208, 213.b, ❑ ❑ ❑ NOTAMS about airport conditions resulting 218.b(4)(i) from construction are included. Yes No NA Provision of information on closed or hazardous ❑ ❑ ❑ conditions on airport movement areas by the 213.b airport operator to the OCC is specified. Yes No NA Emergency notification procedures for medical, 213.c ❑ ❑ Elfire fighting, and police response are addressed. Yes No NA Coordination with ARFF personnel for non- 213.d El El El emergency issues is addressed. Yes No NA Notification to the FAA under 14 CFR parts 77 213.e ❑ ❑ ❑ and 157 is addressed. Yes No NA Reimbursable agreements for flight checks ❑ ❑ ❑ and/or design and construction for FAA owned 213.e(3)(b) NAVAIDs are addressed. Yes No NA Inspection Requirements Daily inspections by both the airport operator 214.a ❑ ❑ Eland contractor are specified. Yes No NA Final inspections at certificated airports are 214.b 1-1 ❑ 1-1specified when required. Yes No NA Underground Utilities Procedures for protecting existing underground 215 ❑ ❑ ❑ facilities in excavation areas are described. Yes No NA Appendix 3 Safety and Phasing Plan Checklist 46 September 29, 2011 AC 150/5370-2F Coordination t Reference Addressed- Remarks P e-nalflis Penalty provisions for noncompliance with airport rules and regulations and the safety plans 216 0 El El are detailed. Yes No NA Special Conditions Any special conditions that affect the operation El El El of the airport or require the activation of any 217 special procedures are addressed. Yes No NA Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs The proper securing of temporary airport markings, lighting, signs, and visual NAVAIDs 218.a 1:1 1:1 E] is addressed. Yes No NA Frangibility of airport markings, lighting, signs, 218.a, 218.c, E] 1:1 El and visual NAVAIDs is specified. 219, 220.b(4) Yes No NA The requirement for markings to be in compliance with AC 150/5340-1, Standards for 218.b El 1:1 El Airport Markings is specified. Yes No NA The requirement for lighting to conform to AC 150/5340-30, Design and Installation Details for Airport Visual Aids, AC 150/5345-50, 218.b(1)(f) ❑ 1:1 El Specification for Portable Runway and Taxiway Lights , and AC 150/5345-53 Airport Lighting Yes No NA Certification Program, is specified. The use of a lighted X is specified where 218.b(1)(b), El 1:1 1:1 appropriate. 218.b(3) Yes No NA The requirement for signs to conform to AC 150/5345-44, Specification for Runway and Taxiway Signs, AC 50/5340-18, Standards for 218.c 1:1 1:1 E] Airport Sign Systems, and AC 150/5345-53, Airport Lighting Certification Program, is Yes No NA specified. Marking and Signs For Access Routes The CSPP specifies that pavement markings and signs intended for construction personnel should conform to AC 150/5340-18 and, to the extent 219 0 1:1 El practicable, with the MUTCD and/or State Yes No NA highway specifications. Hazard Marking and Lighting: Prominent, comprehensible warning indicators for any area affected by construction that is 220.a El 1:1 E] normally accessible to aircraft, personnel, or vehicles are specified. Yes No NA 47 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011 Coordination Reference Addressed Remarks Hazard marking and lighting are specified to ❑ ❑ ❑ identify open manholes, small areas under repair, 220.a stockpiled material, and waste areas. Yes No NA The CSPP considers less obvious construction- 220.a ❑ ❑ ❑ related hazards. Yes No NA Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when 220.b(1) ❑ ❑ ❑ subjected to typical winds, prop wash and jet blast is specified. Yes No NA The spacing of barricades is specified such that a breach is physically prevented barring a 220.b(1) ❑ ❑ ❑ deliberate act. Yes No NA Red lights meeting the luminance requirements 220.b(2) ❑ ❑ ❑ of the State Highway Department are specified. Yes No NA Barricades, temporary markers, and other objects placed and left in areas adjacent to any open ❑ ❑ ❑ runway, taxiway, taxi lane, or apron are specified 220.b(4) to be as low as possible to the ground, and no Yes No NA more than 18 in high. Barricades marked with diagonal, alternating orange and white stripes are specified to indicate 220.b(4) ❑ ❑ ❑ construction locations in which no part of an aircraft may enter. Yes No NA Highly reflective barriers with lights are ❑ ❑ ❑ specified to barricade taxiways leading to closed 220.b(5) runways. Yes No NA Markings for temporary closures are specified. 220.b(5) ❑ ❑ ❑ Yes No NA The provision of a contractor's representative on call 24 hours a day for emergency maintenance 220.b(7) ❑ ❑ ❑ of airport hazard lighting and barricades is specified. Yes No NA Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no construction may occur within a safety area while the associated 221.a(1), ❑ ❑ ❑ runway or taxiway is open for aircraft 221.c(1) operations. Yes No NA The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA 221.a(2), ❑ ❑ El with the ATCT and the appropriate 221.c(2) FAA Airports Regional or District Office and Yes No NA issues a local NOTAM. Appendix 3 Safety and Phasing Plan Checklist 48 September 29, 2011 AC 150/5370-2F Coordination Reference ' Addressed Remarks Procedures for ensuring adequate distance for El El El from blasting operations, if required 221.c(3) by operational considerations, are detailed. Yes No NA The CSPP specifies that open trenches or excavations are not permitted within a safety 221.a(4) El El El while the associated runway or taxiway is open. Yes No NA Appropriate covering of excavations in the RSA or TSA that cannot be backfrlled before the 221.a(4) ❑ ❑ ❑ associated runway or taxiway is open is detailed. Yes No NA The CSPP includes provisions for prominent marking of open trenches and excavations at the 221.a(4) ❑ ❑ ❑ construction site. Yes No NA Grading and soil erosion control to maintain 221.c(5) ❑ ❑ ❑ RSA/TSA standards are addressed. Yes No NA The CSPP specifies that equipment is to be 22Lb ❑ ❑ ❑ removed from the ROFA when not in use. Yes No NA The CSPP clearly states that no construction may within a taxiway safety area while the 221.c El El El taxiway is open for aircraft operations. Yes No NA Appropriate details are specified for any construction work to be accomplished in a 221.d ❑ ❑ ❑ taxiway object free area. Yes No NA Measures to ensure that personnel, material, and/or equipment do not penetrate the OFZ or 221.e El El Elthreshold siting surfaces while the runway is open for aircraft operations are included. Yes No NA Provisions for protection of runway ❑ ❑ ❑ approacb/departure areas and clearways are 221.f included. Yes No NA Other Limitationson Construction The CSPP prohibits the use of open flame welding or torches unless adequate fire safety 222 a(2) ❑ ❑ ❑ precautions are provided and the airport operator has approved their use. Yes No NA The CSPP prohibits the use of flare pots within 222.a(4) ❑ ❑ Elthe AOA at any time. Yes No NA The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft (300 m) of the airport 222.a(3) ❑ ❑ ❑ property. Yes No NA 49 Appendix 3 Safety and Phasing Plan Checklist AC 150/5370-2F September 29, 2011 Item Action Required or . None Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a ❑ runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants — such as trash (food scraps not collected from construction personnel activity), grass ❑ seeds, tall grass, or standing water — on or near airports. Obliterated or faded temporary markings on active ❑ operational areas. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related ❑ airport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / ❑ taxiway lighting; loss of navigation, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. Restrictions on ARFF access from fire stations to the ❑ runway / taxiway system or airport buildings. Lack of radio communications with construction ❑ vehicles in airport movement areas. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport ❑ that could be distracting, confusing, or alarming to pilots during aircraft operations. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. Appendix 4 Construction Project Daily Safety Inspection Checklist 52 September 29, 2011 AC 150/5370-2F Item Action Required ' or None Failure to maintain drainage system integrity during construction (for example, no temporary drainage ❑ provided when working on a drainage system). Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors ❑ should make provisions for coordinating work on circuits. Failure to control dust. Consider limiting the amount of ❑ area from which the contractor is allowed to strip turf. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it ❑ in conduit or bury it. Site burning, which can cause possible obscuration. ❑ Construction work taking place outside of designated ❑ work areas and out of phase. 53 Appendix 4 Construction Project Daily Safety Inspection Checklist AC 150/5370-2F Intentionally Left Blank September 29, 2011 Appendix 4 Construction Project Daily Safety Inspection Checklist 54 L EAST GA RAMP REHABILITATION RS&H PROJECT NUMER 2230003005 CITY OF UIBBOCK ITB NO. 17-U295-TF CITY PROJECT NO. 8552-8304.30000 DRAWNGS PREPARED SYs RSW RS&H, hm 16860 DALLAS PARKWAY, SUITE 220 DALLAS, TEXAS 75248 PK (214) 445-5678 FAX (214) 292-8555 w""andh.cum MUSTERED FMM NO. F-3401 LUBBOCK PRESTON Sam wnmATbmAL Aw&w-- Lubbock LOCATION MAP COVER SHEET uwn INDEX OF SHEETS ORAWTNC k G001 SHEET M OI DRANING_ NAME -_._____.�.---COVER SHEET 2002 02 INDEX OF SHEETS, LEGEND, AND SUMMARY OF QUANTITIES 0003 03 GENERAL NOTES G004 O4 GENERAL CIVIL NOTES G101 OS PROJECT LAYOUT AND SURVEY CONTROL G102 06 PHASING, DEMOLITION. AND SWPPP PLAN - PHASE 1 G103 Ol PHASING, DEMOLITION, AND SWPPP PLAN - PHASE 2 G104 08 PHASING, DEMOLITION. AND SWPPP PLAN - PHASE 3 G501 OB SAFETY AND SECURITY DETAILS CFI01 10 EAST GA RAMP GEOMETRY AND GRADING PLAN CP102 11 EAST GA RAMP GEOMETRY AND GRADING POINTS TABLE CP501 12 PAVEMENT DETAILS CG501 13 SWPPP DETAILS CG701 14 SWPPP DATA SHEET CM101 15 PAVEMENT MARKING PLAN CM501 16 PAVEMENT MARKING DETAILS CU101 i7 PERIMETER ROAD UNDERDRAIN PLAN AND PROFILE CU501 18 UNDERDRAIN DETAILS ABBREVIATIONS/DEFINISTIONS AC AMA ADVISORY CIRCULAR AIRPORT MOVEMENT ARU $IN SPCD ANSI AD n AMERICAN NATIONAL STANDARDS INSTITUTE AIRPORT OPERATIONS AREA S. BWPPP ARFF AST. AIRCRAFT RESCUE AND FIRE FIGHTING AMEMCAN SOCIETY FOR TESTING AND MATERIALS BY MO ATCT BMP AIR TRAFFIC CONTROL TOWER BEST MANAGEMENT PRACTICES) TEMP. TOFA cm CL CUBIC FEET PER SECOND CENTERUNE TSA 11Y1 Cp CSPP CONTROL POINT CONSTRUCTION SAFETY AND PHASING PLAN TP. CSSO CTS CONTRACTOR SECURITY AND SAFETY OFFICER CEMENT TREATED BASE CY CUBIC YARDS SECURITY IOENnMCATION DISPLAY AND CONTRACTOR'S SAFETY PLAN COMPLIANCE DOCUMENT STATION STORMWATER POLLUTION PREVENTION PLAN $QUANE YARDS TO BE DETERMINED TEMPORARY iA%IWAY OBJECT FREE ARU TAX WAY SATTY AREA TA%IWAY TYPICAL DM, DIAMETER EA EACH ACTNE/OPEN (WITH RESPECT TO PAVEMENTS) NDT CLOSED TO AIRCRAFT TRAFFIC EL. ELEVATION F. FEDERAL AVIATION ADMINISTRATION AIRPORT REFERS TO LUBBOCK PRESTON SMITH INTERNATIONAL AIRPORT, TERM SHALL ALSO BE INTERPRETED TO MEAN 'AIRPORT MANAGEMENT AND/OR FHD FBASE OPERATOR FOD FOORERE WE OBJECT DEBRIS OPERATIONS STAFF.' FPS FEET PER SECOND BARRICADE SINLL BE USED THROUGHOUT THE PLANS AND SPECIFICATIONS TO FL FLOWLINE CA GENERAL AVIATION UNIVERSALLY INDICATE BARRICADES, SIGNS, DANGER SIGNALS, HAZARD LIGHTING, AND/OR ANY OTHER SAFELY MEASURES TO BE INSTALLED BY GAL GALLON HMA MOT MIX ASPHALT THE CONTRACTOR PRIOR TO COMMENCING WORK AN AREA, THE IL6 INSTRUMENT LANDING SYSTEM CONTRACTOR $MALL BE RESPONSIBLE FOR FURNISHING. NSTALUNG, AND MAINTAINING THE NECESSARY BARRICADES FOR THE PROTECTION DF THE I1,8 INVERT IPB INLET PROTECTION BARRIER WORK AND SAFETY OF THE AIR TRAFFIC. INTERNATIONAL SAFETY SAFETY EQUIPMENT ASSOCIATION SA CITY REFERS TO THE CITY OF LUBBDCN, TE%AS. TERM SHALL ALSO BE U, LUMPRSU. INTERPRETED 10 REFER 10 THE CITY REPRESENTATIVE(S) WITH .S MAX. MAXIMUM MN MANHOLE AUTHORITATIVE APPROVAL OF THE VARIOUS COMPONENTS OF THE PROJECT. MIN MINIMUM MPH MILES PER HOUR CONTRnCTOR REFERS TO THE EMPLOYEES OF THE CONTRACTOR, SUBCONTRACTORS, NANONORTH vEPNTICM. DATUM PERSONNEL SUPPLIERS, AND ALL OTHER PERSONS UNDER CONTRACTOR CONTROL. N0. NUUMBMBAM[RICAN ER NOI NOTICE OF INTENT OWNER REFERS TO THE LEGAL OWNER OF THE AIRPORT, TERM SHALL AL50 BE NOTAN NOTICE TO AIRMEN NTS NOT TO SCALE INTERPRETED TO MEAN "OWNER'S REFRESENTATAT." TERM MAY BE USED INTERCHANGEABLY WIN THE TERM -AIRPORT' OR "C111'.' AS APPUCABLE. OC ON CENTER OD OUTSIDE DIAMETER OFZ OBSTACLE MEE ZONE PAP I PRECISION APPROACH PATH INDICATOR PC POINT OF CURVATURE PCC PONTIAND CEMENT CONCRETE PI POINT OF INTERSECTION PT POINT OF TANGENCY PVC POLYVINYL CHLORIDE PVI POINT OF VERTICAL INTERSECTION R RADIUS RCP REINFORCED CONCRETE PIPE RFI REQUEST FOR INFORMATION RSA RUNWAY SAPEIY AMA .FA RUNWAY OBJECT FREE AREA ROW RIGHT-OF-WAY RPR RESIDENT PROJECT REPRESENTATIVE RWY RUNWAY SF SQUARE FEET LEGEND: PROPOSED HMA PENT WORK AREA TO BE COMP-ED THIS PHASE WORK ARU COMPLETEO IN P—US PHASE EXISTING HMA PAVEMENT EXISTING CONCRETE PAVFMEM STAGINGST N NGCTOP (� /STOCKPILE/STOWAGE ARU TYPE I ROCK ONSTRUCTION C(R ® TEMPORARY PERe4ETER ROAD -- TOFA ---—WAY/T—NE OBJ— FREE MU (TOFA) — — PHASE DEMARCATION LOW -PROFILE BARRICADE 000 CONSTRUCTION BARREL — % — A — EXISTING SECURITPENCE EXISTING AIRPORT PROPERTY LINE Cl EXISTING AOA ACCESS WTE TABLE LOCATION PO- X ELEVATION GRID LOCATION MARKER OGEOMETRY AND ORANNG POINTS IDENTIFlE'R (ROW/COLUMN) CP-8 SURVEY CONTROL POINT ——325500— — PROPOSED CONTOUR ... :......... ...... EMSRNG COMDUR — UD — PROPOSED UN —hl PROPOSED SAPETY END TREATMENT SF— TEMPORARY SEDWTNT CONTROL PENCE ❑ TEMPORARY INLET PROTECTION 84RRIER ...__.. ..._.... E __..._.._ EXISTING ELECTNICAL LINE ♦6X ! FJIISTI. ELECTRIC% MANHOLE W-- ------ t— EXISTING WATER UNE PROPOSED CONTRACTOR ACCESS ROUTE. y PROPOSEO A— HAUL ROUTE - y PROPOSED MR XUNUT -1 CLOSURE .— Lubboc LYOBOCR TIEBTON EBIITM INTERNCTIONAL AINPOIIT EAST GA RAMP RENABIUTATION 4k Fr iT015T j S No A /xUAvr 10. REVIRION9 INO INNNN RRRUARY », 21HT NGWN.,lri 009 PIOIRTOPm _.. EBN ..., .. ns< 3300000Dp6 POR INDEX OF SHEETS, LEGEND, AND SUMMARY OF QUANTITIES - RR G002 a mrc..nwu 5 ." 9 m C`mx" M.,­ B 6 +^.ow. P~ ^*a.:,C r,..,.. 7 &.,--., u.,-1 ""-'^^. GENERAL NOTES. E. pRPONT OPERATIONS SECURITY BADGES MUST BE WORN IN AN EASILY FUSIBLE LOCATION ON TXE PERSON ISSUED THE BADGE i ALL TIMES ONE WORKING WITHIN iNE AM THE BODGE HOLDER MUST BE FAMILIAR MIN AND MUST OBEY ALL SECURITY i. A YELLOW, RASHMG, DOME -TYPE LIGHT ON THE UPPERMOST PeAT OF THE VEHICLE STRUCTURE, THE UGNT MUST BE VISIBLE FROM ANY DIRECTION, MY AND NIGHT, INCLUDING FROM THE AIR. LIGHTS MUST HAVE AM INTENSITY WITHIN 1. THE CONTRACTOR IS HEREBY MADE AWARE THAT THE NOTES WITHIN THE PLANS AND PROJECT MANUAL ME WRITTEN FOR THE CONTPALTCA'S ACTION. IT IS UNDERSTOOD THAT THE REOUIREMENTS OF THE PLANS MD PROJECT MNUAAL ME MEAN AS AND SNEIY RULES AND REGULATIONS. AIRPORT OPERATIONS SECURITY BADGES MAY BE CONFISCATED AND ALL SECURITY RIGHTS REVOKED BY AIRPORT OPEATONS UPON THE BREACH OF MY SECURITY OR WET' REGULATORS AT THE THE RANGE OF 40 TO 400 CANOEIAS (EFFECTNE) FROM HERO (0) DEGREES (HORIZONTAL) UP TO 10 DEGREES ASME THE HORIZONTAL. AND FOR 36D DECREES HORIZONTALLY. FROM 10 DEGREES TO 15 DEGREES ABOVE THE HORIZONTAL RSW REQUIRED ACTIONS OF THE CONTRACTOR UNLESS EXPUCIRY NOTED PS THE REWIRED ACTION OF MOTHER MDNIDUAL DISCRETION OF MRMPT OPERATIONS, THE HOLDER OF AN AIRPORT OPERATORS SECURITY BODGE MUST SURRENOER THE BADGE AT THE COMPLETION OF THIS PROJECT, UPON TRANSFER OR TERMINATION OF EMPLOYMENT, OR AT MY OTHER TIME PLANE, THE LIGHT OUTPUT MUST BE ONE-MAN OF PMINTENSTY OR BETWEEN FOUR (4) AND 40 EANDEIA9 (EFFECTIVE). UWS MUST FLASH AT 75 3 15 FLASHES PER MINUTE, 2. MAMA N RESPONSIBILITY FOR CONSTANT COORDINATION BETWEEN CONTRACTOR PERSONNEL, SUBMIT PUNNED CONSTRUCTION AT THE REOUEST OF AIRPORT OPERATORS, ACTIATES TO iNE ENGINEER FOR REVIEW, .. A THREE (3) FEET % THREE (3) MET OR LARGER, INTERNATIONAL ORANGE AND On CHECKERBOARD CONSTRUCTION TO THE PROECT. TARS IS SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE F. ANY EXPIRED OR ALTERED BADGE OR MY BADGE BEARING A PHOTOGRAPH NOT MATCHING THE BEARER, MUST BE BROUGHT SMCTY FLAG, EACH CHECKERBOARD COLOR BEING ONE (1) FOOT X ONE (1) FOOT, FIXED ON A STAFF, MAY BE ' 3. PRMIDE ALL MAPPMENT REOUIRED COMPLETE PROJECT. TO THE ATTENION OF AIRPORT OPERATIONS AND MLL BE IMMEDIATELY CONFISCATED BY AIRPORT OPERATIONS OR THE AIRPORT PUCE. ATTACHED TO THE VEHICLE 50 THAT THE FLAG IS READILY MSIBLE TD SUPPLEMENT THE FLASHING LIGHT OR FOR TRANSIENT VEHICLES OR THOSE SPECIFICALLY ONSITE FOR THE MY TO COMPLETE A SPECIFIC TASK WRING DAMNS aALwM x.LvaM � 4. IT IS THE SOLE RESPONSIBILITY OF THE COMPACTOR TO OBTAIN APPUCASUE PERMITS FOR CONSTRUCTION AND EOUIPMENi. G. AT THE COMPLETION OF THIS PROTECT, THE CONTRACTOR MUST RENRN ALL AIRPJNT OPERAlONS-ISSUED SECURITY BODGES OPERATIONS ONLY. tiMsrRlw raw PROVIDE COPIES M PERMITS M SUENOTTILSVM U THE ENGINEER. PERMITS ME PART OF THE EOINPNENT PROVIDED UT THE CONTRACTOR AND ARE SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. TO AIRPORT OPERATIONS, AIRPORT OPERATIONS WILL CHARGE AN AWTTIONAL ONE HUNDRED OCULAR (f1 W.00) FEE FOR VEHICLES AND MALPMENT OPERATING IN THE AGA DURING THE HOURS OF DARKNESS MUST BE MOPPED W11 A YELLOW, m� m 5 BE ON SOO DUNK ALL WORK ASSISTANT E�CONTRACTOR EOACGWWTOR'SSPRO EDESIGNA EACH LOST OR DESTROYED AIRPORT OPERATONS-ISSUED SECURITY BADGE. ALL AIRPORT OPERATIONS -ISSUED SECURITY BADGES MUST BE ACCOUNTED FOR AND SURRENDERED AT THE COMPLETION OF THIS PROJECT, FAILURE TO ACCOUNT MR RAID SURRENDER AIRPORT OIMATE S SECURITY BADGES WILL CONSUME GROUNDS FOR MTHXODING FLASHING, DOME -TYPE UcW. ACW ES. NON CD RESPONSIBLSIONATIED ER SUPNERMTENDEW ISHETHE REPRESENTATIVE AND MUST BE AVAILABLE IN CASE OF EMERGENCIES ON A 24-HOUR BASIS. UHT, RETNNAGE FAON THE FlIML PAY ESTIMATE MOUNT. E L, BE ESCORTED UNDER THE CONTROL OF A LONTAGIOR ESCORT VEHICLE Lublioc 6. NO PERSONAL VEHICLES ME ALLOWED WITHIN THE AM. PARK PERSONAL VEHICLES IN THE STAGING / STOCKPILE STORAGE / 7, CDATR C70R PERSONNEL NIT HAVE BEEN ISSUED AN AIRPORT OPERATIONS SECURITY BADGE ME RESPONSIBLE FOR CO COSTS AND ARE S MM VEHICLE AND EUS 81EIIT IDENTIfICg1ON ME PAIR OF THE EOUIPMEXi PROVIDED BY THE CONTRACTOR AND ORE SUBSIDIARY TO THE VARIOUS BIDE ITEMS OF THE FN01ECi. A AREA. OR AS DEMNATED W THE OWNER, SHUTTLE COMOACiOR PERSONNEL TO THE PROJECT SITE. CHALLENGING ANY PERSON OP VEMCLE FOUND ON THE CA OR OTHER NON-PUBLIC AREA WHO IS NOT OSPLLYING A VALID AIRPORT OPERATIONS SECURITY BADGE, OR WXD CANNOT PRODUCE A VALID AIRPORT OPERATIONS SECUR Y BAI OR WHO IS 7. THE EXISTING CONDTONS SHOWN M THE PIMS WERE DEVELOPED FROM INFORMATION POWDED BY THE OWNER, SUPPLEMENTED NOT UNDER ESCORT ON UNDER THE DIRECT SLWERM ON OF A PERSON POSSESSING A VALID AIRPORT OPMMNS SECURITY 9. COMWCTOR VEHICLES AND ECUPMENT BROUGHT INTO THE AM SHOLLD BE SEWCW AND MMMNNED PRIOR TO ENTERING THE EN CASUAL VISUAL OBSEWAMNS. AND TOPDGWHIC SURVEY, THE EXISTING CONDITIONS ARE NOT WARRANTED AS ALL INCLUSNE OR EKACT, BUT ANTHER AS THE BEST AVALABLE KNOWLEDGE AT THE TIME OF PROJECT DESIGN. VERIFY EXISTING CONERIO NS BADGE. THE CHALLENGE MUST CONSIST OF NOTIFYING THE PERSON TINT HE I WITHIN A RESTRCTED AREA AND INFORMING THE PERSON OF M APPROPRATE EXIT POLITE, SHOULD THE UNAUMONZED PERSON REFUSE TO EX R THE RESTRICTED AREA, NRMW AM TO PREVENT FUEL,. HYDRAULIC FLUID. OR OTHER CHEMICAL FLUID LEAS AND EXCESSIVE EXHAUST THAT MAY CAUSE EWRONNENTN. ISSUES. VEHICLES MO EOUIPMENT THAT MAY CAUSE ENVIRONMENTALLY DETRIMENTAL CONDITIONS WILL HE LYRWOCR PREWTON RMRN INTERMIT$ HIM. AND NOTIFY THE ENGINEER Of DISCREPANCIES IMMEDIATELY IF FOUND, PRIOR TO PERFORMING CONSTRUCTION ACOVnES. SOLPERI TORS MUSTIMME OPERATIONS LNOTIFIEDFORMOTHER ACTION, MO THE UNAVMORQED PERSON MUST BE KEPT UNDER P TNEA FROMENT NONOTTHE AGA. HOWEVER, IMMEDIATELY COAi�ANO ERSONNEL OPERATING TNTAIN CgNSTRUCTTIO UP SPILLS AND EQUIPMENT FROM FRPORT B. KEEP ONSITE A COPY Of ME PUNS, PROJECT MMM.. AND ALL REFERENCED STANDAMS COED MD. AT ALL TIMES. GIVE THE ME- HYDRAULIC FLUID. OR OTHER CHEMICAL FLUID LEMS WINN ONE (1) HOAR OF THE SPILL OCCURRING. TRANSPORT AND OWNER ACCESS THERETO. B. ANYONE FOUND IN VOI.ATION OF AIRPORT RULES, REGULATIONS, AND SAFETY PLAN MAY BE PROMPTLY AND PERMANENTLY REMOVED AND DISPOSED OF FROM THE JOB SITE AND MAY BE SUBJECT TO WREST FOR ALL PUNISHABLE STATE AND MORAL HANOUNG OF OTHER HAZARDOUS MATEMIALS ON AN IMPORT ALSO MOUIRES SPECIAL PROCEDURES. TO THAT ENO. DEVELOP AND IMREMENT SPILL PREVENTION MD RESPONSE PROCEDURES FOR VEHME OPERATIONS, INCORPORATE THESE PROCEDURES INTO 9. CONSTRUCTION CANNOT COMMENCE UNTIL OFFENSLS, THE SPCD, THIS MCLUOES MAINTENANCE OF APPROPRIATE mms DATA AND APPROPRIATE PREVENTION ANO RESPONSE EDUIPMEM ON -SITE. A. A NOTICE TO PROCEED HAS BEEN ISSUED, 9. IF M AM SECURITY MISS IS FOUND OPEN OR UNLOCKED AND UNATTENDED. AIRPORT SECURITY POKE AND / OR EAST GA RAMP B. EARRCADES ORE IN PLACE AND APPROVED EN THE OWNER TO CONFINE THE WORK AREA AND CREATE A OWNER BETWEEN TRANSPORMTION SECURTY ADMINISTRATION MAY RSUE THE COMPACTOR A CITATION. THE CONTRACTOR IS RESPONSIBLE FOR ALL COURT COSTS AND IMPOSED ONES, IN AUDITION, A CHARGE OF UP TO $I IWO.W MAY BE TARED BY THE OWNER AND / OR tO. CONTRACTOR RADIOS AND / OR MOBILE PHONES MUST ONLY BE USED FOR THE CONIRLCTOR'S INTERNAL CWMUNIMTIONS, TD COMMUNICATE CLEARANCE FOR MOVEMENT OF EOUIPMEW. PERSONNEL ETC.. ON OR CROSS ACME AN AREAS. USE OF RADIOS REHABILITATION T NRGOAAND VEHICLE MOVEMENT AREAS AND THE CONSTRUCTION AREA. TRANSPORTATION SECURITY ADMINISTRATION FOR EACH VIOLATION SO DOCUMENTED. RUST NOT INTERFERE WITH FREQUENCIES USED BY THE ATCT OR THE AIRPORT, USE OF MOBILE INCHES IS RESTRICTED TO WARN -RANTED CALLS ATOM THE ADv NO PERSONAL CALLS MLL BE ALLOWED. THE CONRAI MUST MAIMNN AN C. SAFETY EOUIRIENT FOR CONTRACTOR PENSCNNEI AND CONSTRUCTION EOUIMEM IS IN PACE AND CPEP.WLE 10. PAYMENT OF ALL RNIE5 ASSESSED TO THE OWNER, DUE TO VOI AT10NS W THE CONTACTOR OF FAA / TRANSPORTATION UP-TO-DATE CONTACT UST WITH THE AIRPORT FOR THE DURATION OF ALL PHASES OF WORK. D. REQUIRED PERMITS AM IN PACE. SEC MY ADMINISTRATION SECURITY OR SAFETY REOUIREMENTS. IS THE SOLE RESPoNSIBILMY OF THE CONTRACTOR MO WILL BE Ii CONSTRUCT" MAY OCCUR ADJCCNT TO ACTIVE AIRFlEED PAVEMEHrs. CONSTRUCTION TRAFFIC MUST TEND TO AIRLPIEI AT ALL 10. FOLLOW COW HOUSE KEEPING PRACTICES.EAN CUM UP DIRT AND LOOSE MATERIAL AS CONSTRUCTION PROGRESSES. MONITOR THE DEDUCTED FROM MONIES WE THE COMRMTOR. TIMES. SITE REGULARLY TO KEEP SITE FREE Of TRASH, ROD' AND OTHER CONSTRUCTION DEBRIS. AIRFIELD SAFETY REQUIREMENTS: PERSONNEL. OPERATIONS RAVEL TO WORK SHOWN 12. CONFINE CANS, WITHIN THE OHE 11. THROUGH UT THE COURSE OF CONSIRUIN ^sXAPE EACH CONSTRUCTION MFA i0 MAINTAIN POSITIVE (CONTINUOUS AND • DOTS TO RE INFA A WO IN THE PLANS. DU NOi ALLOW COMPKiOR PERSONNEL i0 ENTER OR REMAIN M PMi Of THE AM WHICH WOULD DE ONTRA TOR ROWING) DRAINAGE Of SURFACE WATER WRING EACH CON5IAVCTON OPERATION AND NOT RESTRICT EXISTING DRAINAGE FLOW i. THE OWNER, AT ALL TIMES, HAS COMPLETE JURISDICTION DYER THE CRT' OF AIRCRAFT OPERAMNS DURING THE wORN, HAZARDOUS TOPERSONSAIRCRAFT PEMINHM OF THE AM EiIA TO S. SPEEDS, PATTERNS. WHEREVER THE SNETY' OF AR TRAFFIC IS CONCERNED, THE DECISIONS Of THE OWNER MILL BE FINAL AS TO METHODS, PROCEDURES AND MEASURES USED, MATTERALSTFORM To PHEEONTRICTOR PROCEDURE PORINGDEOIIiPMCNT AND CWSMUCOON SITE AND RESTRICTIONS OF EOVIPN UR OR CONTRACTOR PERSONNEL EW A THE AM. A. IF NECESSARY, FUMGH AND INSTALL EUNICE PROVISIONS (I.E. STRUCTURES) TO MEET THESE REOLOREMENTS. 2. RAZE COMPACTOR PERSONNEL OF THE AIRPORT ACTMP' AND OPERATIONS TIONA THAT ME INHERENT TO iH15 ACTIVE Nq i3. THE OWNER THE RIGHT i0 SUSPEND CONSTRUCTION OPERATIONS. FOR SHORT PERIODS OF THE CITE. WHILE W B. PUMP LOCALIZED PENDING SURFACE WATER IMMEDIATELY AFTER A NJN EVENT FROM EACH CONSTRUCTION AREA. CARRIER E$ TO CONFORM TO ALL ROUTINE AND EMERGENCY AR TRAFFIC WRMIRE NTS AN, CO DUCT ALL CONSTRUCTION SPECIFIED REQUIREMENTS AND GUIDELINES ON SNEIY AS $PECIFlEO HEREIN OR AS DIRECTED BY THE OWNER, PASSES), DAILY, DURING PASSES). T IF OR BETWEEN CONS IN THE PHASES, AND / OP CHANGE THE ORDER OF CONSTRUCTION PHASING OARING TXE PROJECT IF IT IS DETERMINED O AS IN THE BEST INTEREST AIRPORT OPERATIONS SAFETY, THE C. D THE [ND VI ME PROJECT, RESTORE ALL GRADES, PER DESIGN PARS, AND REMOTE AND DISPOSE OF ALL TEMPORARY ORAIHCE PROVNSIONS. COMPLY WTI AND ACMWNT CONTACTOR PERSONNEL WITH CURRENT FOLLOW, LATEST CHANGE, OF THE roLLOWIN6 SAFETY fK RCONTOLCIOR EVACUATE i0 MOVE CONTRACTOR PERSONNEL EONIPMENT. Mp MATERIALS N A SAFE LOCATION AND / OR EVACUATE M C MAY BE OIN ORDER EXTENSIONS CONTACT TIME GRANTED OR A STOP THE 511E IN ORDER TO ENABLE AIRCRAFT OPERATIONS, D. THE COST OF TEMPORARY ONJNAGE AND DMATERING I SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. N)NSOAY CIRCULARS /SAFETY DOCUMENTS: HOWEVER. E IN O MYIRN ORDER M4 BE ISSUED DUE TO THESE DELAYS. HOWEVER. THERE WILL BE NO ADJUSTMENTS IN CONTRACT PRICE WE TO THESE DCUYS UNLESS OTHERWISE NOTED IN THE CONTRACT DOCUMENTS. 12. PROTECT SMVEY MONUMENTS IN PUCE, UIUZE THE SERVICES OF A ME SURVEYOR REGISTERED PROFESSIONAL LAND TO A 150 / 5370-2, OPERATIONAL SAFETY ON NRPoRR DURING CONSTRUCTION; 14, W NOT EXCEED 15 MPH W1HIN THE MA. RESTORE DISTURBED OP COVERED MONUMENTS. B. ISO / 52W-IB, AIRPORT SAfEIY-SELF INSPECTION; AND 15. THE PROJECT PAY ITEMS PROVIDED ME MCLUSM OF NL WORK THAT MUST BE PERFORMED AS SHOWN IN THE PANS OR C. ISO / 5210-5, PAINING, MAKING AND LIGHTING OF VEHICLES USED ON AIRPORTS. 15, FURNISH AND INSTAIL RAMOGADES AT THE LOCATIONS SHOWN IN THE PLANS. AN ANS. PJRNISH D INSTALL BARRICADES AT THE DESCRIBED IN THE PROJECT MWUN.. WORK DESCRIBED IN THE PANS OR PROECT MANUAL THAT IS NOT PNO MR DIRECTLY BY A SPECIFIC BID ITEM IS SUBSIDIARY TO THE VARIOUS BO ITEMS OF THE PROTECT, BEGINNING OF EACH PHASE TO MAIN IN PACE THROUGHOUT THE PHASE, EXCEPT WHERE NOTED, IN THE EVENT BARRICADES ME ADJUSTED OR REMOVED TO ALLOW VEHICLE TRAFFIC THROUGH OR FOR CONSRUC NN WORK, SUPPLY RICH 4 TO ARDENT D. CSPP. AIRCPTFT FROM INADVERTENCY ENTERING THE WORK AREA FLAGMEN MUST REMAIN UNTIL THE WIMCADE IS REPLACED IN THE POSITION. 24 HOURS PER MY ON GALL CONTRACTOR PERSONNEL FOR EMERGENC MAINTENANCE OF AIRPORT AIRPORT SECURITY REQUIREMENTS: THESE DOCUMENTS AND RELATED REQUIREMENTS WE DESCRIBED IN MORE DETAIL IN THE PROJECT MANUAL. D BADE A HAZARD LIGNITE AND BAARIGA4FH INTEGRATE BARRICADES AS A PART OF THE SPCD. HAZARD 1, COWRY WITH ALL SECURITY REOUIREMENTS SPECIFIED HEREIN AND AS REOUIRM W THE MR OR AIRPORT OPERATIONS. 3. PREPARE AND SUB FOR APPROVAL A SPCD IN ACCORDANCE MM FM C 150 / 5370-2. CURRENT EDITION. LATEST CHANGE. 16, PROVIDE AN ADEWATE NUMBER OF SWEEPERS AND VACUUM TRUCKS TO KEEP HAUL ROUTES. AIRFIELD PAVEMENTS MAIM THE 2. Of ALL CONTRACTOR VEHICLES AUTHORIZED TO ENTER THE CA MUST DE EXPERIENCED IN THE ROUTE OP GUIDED BY SUBMIT THE SPCA PRIOR TO A NOTICE TO PROCEED %LNG ISSUED. REFER TO THE CSPP FOR PDDTTIOHAL SPCD REWIRENENTS. LIMNS OF WORN, AND OTHER PAVEMENT AREAS WITHIN 250 FEET OF CONSTRUCTION M TAVERSED BY VEHICLES AND ED PMEM CLAN AND FREE OF MO. DIM. DEBRIS, WASTE, LOOSE MATERIAL AND OTHER ROD CAPABLE OF CAUSING E MACE AN ION AIRPORT OPERg110N"o-APPROVED, SECURITY BADGEO ESCORT VEHICLE. THE CONTRACTOR I RESPONSIBLE FOR iFARIC FURNISH AM INSTALL THE CONPONEHIS Of THE SPODE AT THE APPROPRIATE TIMES AS SPECIFIED IN THE CONTRACT DOCUMENTS. i0 NRCRAR LANDING WAS OR PROPELLERS AND / OR BONG INGESTED IN JET ENGINES. PROVIDE ENOUGH EOUIPYENT AND OPERATORS TO ENSURE AN IMMEDIATE RESPONSE TO PROPERLY KEEP ALL ACTIVE ARRUD PAVEMENTS AFTECTED BY � pj,' AF CONTROL TO MD FROM THE VMIOINS CONSTRVCTON AREAS ON THE SITE AND FOR THE OPERATION AND SECURITY OF THE AM DATES TO THE SITE, THE CONTACTOR MUST MONITOR AND COORDINATE ALL CONTRACTOR TRAFFIC AT THE AOA INSPECT AIRY ASPECT OF THE SPCD ON AT LEAST A DAILY BASIS AND ENSURE ALL COMPONENTS ME FUNCTIONING PROPERLY. CONSTRUCTION OPERATIONS ME KEPT FREE OF FOD. r0 VWTi •j,,,,-._�, SECVRITY SECURITY GATES MIN SECURITY. IMMEDIATELY CORRECT DEFICIENCIES NOTED BY THE OWNER ANO / OR ENGINEER (OR THE ENGINEER'S REPRESENTATIVE). VISUALLY CHECK BARRICADE FLASHING UGMS ON A MLY BASIS, DO MINUTES BEFORE SUNSET FOR PROPER OPERATIONS. THE SYSTEM ELEMENTS THAT MUST BE INSPECTED ME AS FOLLOWS: 17. WEAR HIGH -VISIBILITY WASHING GARNEMS AND ?VERITABLE NAND HATS IN CCORDWCE WITH APPLICABLE OSHA. ANSI, ISEA. f ,-...y i q CLOT xfPH i J -�9'h\.� V 3, W NOT PERMIT UNAUTHORIZED CONTRACTOR PERSONNEL OR TRAFFIC ON THE SITE. PROHIBIT PIGGYBACKW OF MULTIPLE LOCAL ERAL STATE. AND / OR FEDREGULATIONS WHEN ONSOL 110151 VEHICLES BEHIND AN AUTHORIZED VEHICLE. LOCK AND SECURE NL AGA SECURITY CATES TO THE SITE AT ALL TIMES WHEN NOT ATTENDED BY THE CONTRACTOR. IF THE CONTRACTOR CHOOSES TO LEAVE AN AM SECURITY ANTE OPEN, IT MUST BE ATTENDED A BARRICADES SET PROPERLY MD ALL FLASHING WANING LIGHTS OPERATING PROPERLY, 1B, PREVENT SPILUGE OF DEBRIS FROM CONSTRUCTION VEHICLES AND EOIPMEM OUTSIDE THE IMMEDMTE WORK AREA. `Ly^AI� OVAL W CONTRACTOR PERSONNEL WHO ME FAMILIAR WITH THE REWIREMENTS OF THE AIRPORT OPERATIONS SECURITY PROGPALI. B. ALL CONTRACTOR PERSONNEL ANO CA SECURITY GATES THAWED AND SECURE! PROCEDURES IN PLACE. 19. CONSTRICTION qOR TES ME PROHIBITED M THE RSA. ORS, RADA TOM WHEN CONSTRUCTION, MEN, OR EQUIPMENT ME WITHIN JA� ,. X✓�h' 4, FURNISH TO THE GTE WARD A UST OF AUTHORIZED DEANERY VEHICLES TO ENTER 111E AM SECURITY LATE AND RECORD THE VEHICLE LICENSE PLATE. TIME IN, AND TIME OUT FOR EACH VEHCLE USING THE GTE, C. All VEHICLES AND EOVIPNEM LGNED /MANED IN ACCORDANCE WITH THE REOUIREMENTS OF THE CONTPMT DOCUAIENIS. MI THE RSA, OZ. OR iOFA, THOSE AREAS WILL BE CLOSED TO ALL MRCPAR OPERATIONS OR RE51RIC1ED, UNLESS OTHERWIE INDICATED IN THE PHASING PLAN SHEETS OR AS APPROVED BY THE OWNER. Nil Y e. aAL REVFWIOMW 5. PEDESTRIAN WALKTHROVGHS ARE HOT ALLOWED iXPOVGH THE VEHOUIM GTE. p, COMPACTOR USE OF UNAUTHORIZED DIM SECURITY CITES CHECKED, ZO, I IS THE SOLE RESPONSIBILITY OF THEPA COMCOR TO SEE THAT ALL SNEERNG. SHORING AND OWING IS DONE IN ACCORDANCE WITH CURRENT OSHA REWLATONS ANO REWRFMCNIS. SHEETING, SNORING AND BRACING IS AN INCIDENTAL PART - - - 6. RE CONTRACTOR I RESPONSIBLE FOR AIRPORT OPERATIONS SECURITY WONG AS FOLLOWS: THE OWNER AND / ON ENGINEER WILL NOTIFY THE CONTRACTOR IN WRONG OF THE AIM SAFETY AND SECURITY ITEMS OF THE WORK AND I SUBSDMRY TO TO VARIOUS BIDE ITEMS OF THE PROJECT, EXCEPT AS PROVIDED IN THE PRG,IECT MANUAL IDENTIFIED AS DEFICIENTMARE A CONCERTED EFFORT TO ENSURE ALL SNEIY AND SECURITY TENS ARE M PROPER WORKING ORDER CAN DAY DUE TD THE SECURITY STATUS OF THE AIRPORT, 21, USE, MINCE, HANDUL AND DISPOSE OF ALL WZAADOUS MATERIAU^ IN STRICT ACCORDANCE WITH ALL APPLICABLE A THE COMPACTOR IS RESPONSIBLE FOR OBTAINING PHOTO-IDENTIFIGTDN SECURITY BADGES ISSUED BY AIRPORT OPERATIONS W WI FOR EACH STPERINT RESPOWEAT M EACH WORK CREW WORMING WITHIN THE AM, THE CONTRACTOR MUST DRT O RAOAIRPORI 4, SUBMIT A OESTRICTVE / INCLEMENT WEATHER PLAN TO SET MIN GENERAL GUIDANCE AND INFORMATION MR THE CONTRACTOR ENVIRONMENTAL LAWS. FOR THE PURPOSES OF THI PROJECT, THE TERM 'HAZARDOUS MATERLVI IS DEFINED IN THE BROADEST SENSE TO ENCOMPASS SUESTMCES. MATERA.S. WASTES, POLLUTANTS. OR OILS REFERRED TO IN MY ENIRONMEMN. LAW AS ; OPERATIONS SECURITY BADGES FOR AT LUST ONE MEMBER EACH WORK CREW WORKING SEPARATE AREAS OF THE AM ALL CONTRACTUR PERSONNEL MUST EITHER OBTAIN AND DISPLAY AN AIRPORT OPERATONS SECURITY BADGE. OR OBTAIN TD COORDINATE PREPAREDNESS PLANS WHEN DESTRUCTIVE WEATHER THREATENS THE AIRPORT EWRONMENT, TOXIC, RADIOACTIVE. DANGEROUS, OR SIMILAR TERM. ENVIRONMENTAL UWS ARE DER 0 TO MEW ALL APPIMBU FEDEPAL AND DISPLAY A COMPACTOR -ISSUED IOENTIFICATION BADGE AND DE ESCORED OR DIRECTLY SUPERVISED BY AN INDIVIDUAL B DGE STATE. AND LOCII STARTLES. OROWNCES. REGULATIONS, RULES, POLKAS. CODES. AND GUIDELINES IN EFFECT OURNG TO TERM OF THE PROJECT. DISPLAYING A CURRENT AIRPORT OPERATIONS SECON 5, CONDUCT A WEEKLY !ARTY TIMING FOR ALL CONTRACTOR PERSONNEL CONDUCT THESE MEERNGS RUNGMU.Y IN ENGLISH MD SPANISH. THESE MEETINGS WI15T BE OPEN TO THE ENGINEER (OR LADE ENGINEER'S RFPRESEMATNE). OWNER. AND ANY B. THE CONTRACTOR 15 RESPONSIBLE FOR COMPLETING THE REQUIRED AIRPORT OPERATIONS SECURITY BADGE APPLIGOON OTHER GO'WERNING AUTHORITY THAT WOULD UKE TO ATTEND. THERE WILL ALSO BE A MANDATORY WEEKLY CONSTRUCTION MELTING. THE ANTE AND TIME OF WHICH WILL BE ESTABLISHED PRIOR TO THE START OF CONSTRUCTION, WTH THE OWNER THAT MUST SE 22, CONSTRUCTION EOUIPIEW MUST HAVE A MAXILNM HE4W DF JO FEET. SHOULD THE USE OF CONSTRUCTION EOUIPMENT WITH HE3GMS GREATER THIN 30 FEET BE REWIRED. INCLUDING CRANES. SUBMIT FAA FORM 7460-1 TO THE FM FOR APPROVAL. THE RYm FORMS. AND MR SWIMMING THE FORMS TO AIRPORT OPERATIONS FOR THEIREVIEW RAS EARLY IN THE PROJECT AS POSSIBLE TO AVOID CONSTRUCTION DEIAYS FORMS MUST BE SUBMITTED AT LEAST THREE (3) WEEKS IN ADVANCE OF BY THE CONTRACTOR'S SENIOR FIELD STAFF, LIMITED F, INCLUDING BLIT NOT TO SUPERINTENDENTS AND O TEAM U.S, FM MUST PROVIDE APPROVAL PRIOR i0 USE OF THE REQUESTED EQUIPMENT - FM RESPONSE TIME MAY TARE IO-90 DAYS.IIWVI°w° $MSWIMMINGATTENDCONTRACTOR'SENDED _ 1xAWMm 008 ISSUANCE OF A BARGE. FORMS WILL BE AvMAB1.E THROUGH AIRPORT OPERATIONS UTTER AWARD OF THE PROJECT THE CONTRACTOR MUST DESIGHATE AN AUTHORIZED SGAMMRE HOLDER (ASH) RESPONSIBLE FOR ALL CONTRACTOR BADGE 6. CO RACTOR PERSONNEL AND EDUIPMEM AM NOT ALLOWED WITHIN PROJECT WORK AREAS UNTIL THE AREA HAS BEEN CLOSED 23. INSTNTE DUST CONTROL MEASURES TO MITIGATE CURRENT OR FOMNTW- DUST ISSUES, SPECIAL ATTENTION TO DUST CONTROL peuyLnp WVL E. x-1 M AIM 2]J00000P5 CAUSE VPUGWNS. THE ASH DESIGRM MUST COMPLETE TINNING TO BECOME RE AUTHORIZED ASH, AFTER WMCN ALL IMPORT TO AAKRAET AN0 NOTMS HAVE BEEN ISSUED. IS REQUIRED WHEN EARTHWORK OR HAULING OPERATIONS ME IN PROGRESS OR WHET WIND AND WEATHER CDNDIIONS W OPERATIONS SECURITY BODGE APPLICATIONS MUST BE REVIEWED AND APPROVED VIA SIGNATURE BY THE ASH. EXCESSIVE BLOWING OF DUST RECULARLY AIRY WATER TO KEEP DUST DOWN. PROVIDE 24 HOURS PER MY ON CALL C. RE CONTRACTOR MUST CONDUCT A BACKGRDUND CHECK OF EACH APFLNAM FOR AN NRPOW OPERATIONS SECURITY 7, CONTRACTOR ESCORTS MUST MEET THE FOLLOWING REQUIREMENTS: COWWTOR PERSONNEL FOR EMERGENCY DUST CONTROL OPERATIONS. RESPOND MAIM 20 MINUTES DURING TMES WHEN THE CONTRACTOR IS ON SITE AND WITHIN NO (2) HOURS WEN NO WORK IS BONG PERFORMED. Ixalrt mu BADGE UTILIZING STANDARD BACKGROUND CHECK FORMS PROVIDED W AIRPORT OPERATIONS. FORMS FOR COMPLETING THE A. CONTRACTOR ESCORT VEHICLE DRIVER MUST RECEIVE AIRPORT YONEMEW AREA (PIRA) DRIVER TRNNMG, REOUIPED WXGROUND CHECK MU. BE AVAILABLE THROUGH AIRPORT OPERATIONS AFTER AWARD OF THE PROJECT, THE 24. AT THE COMPLETION OF EACH WORK PERIOD, CLEAN THE PROJECT WORK AREA AND REMOVE EWPMEMT. MATERIALS. AND ACKGRO No NECK SHOW MINIMUM RECORD AND MR NTED POANY E%CESOF SOP S B. ALL VEHICLES RESPONSIBLE i0 THE CONTPACIDR ENTERING THE DIM MUST BE ESCORTED BY AN NRIONT CONTRACTORPERSONNEL PRIOR TOPVFDDING THE WORK OR VACUUM VNRE SWEEP AND TON IPE AIRPORT OPERATIONS, GAP INST JD DgY; MUST BE DOCUMEOR E%PWNFD. AIRPONTEOPERATONS RESPONSIBLE MR MINING THE E CKIRiGUM CHECKS. DAILY PERSONS WTH AN APPLICATION MPROJEO BY AIRPORT OPERAMNS-APPROVED CONTRACTOR ESCORT VEHICLE FROM THE POINT OF AM ENTRY TO THE CONSTRUCTION SIZE. CTNEMOM THAT OPERATIONSKEPT FAEEMENTS NRFE O SURFACES APBECMIED BY CON5IRUL. OEPO511ED B! EITHER CONSTRUCTION TRAFFIC. CONSTRUCTION OPERAIONS, WRNDBLOWN DEB IS, OR DEBRIS DEPOSITED AS THE RESULT OF GENERAL NOTES OPERATIONS MUST BE ISSUED SECURIT BADGES. AIRPORT OPERATIONS RESERVES THE RIGHTTO BAR FROM TXE AM ANY INCURITY F'g1N0 BY THE BACKGROUND CHECK TO BE IN THE OPINION OF AIRPORT OPERATIONS. A PISN TO AM C. i0 FCILITPTE SAFE MOVEMENT OF CONIRACf0.R ESCORT vE1HEtE5 AND ESCORTED VEHICLES. DRIVERS OF COMPACTOR OTHER SOURCES. SECURITY OR WET. ESCORT VEHICLES MUST BE APPROVED MR. ISSUED, AND DISPLAY M NRPORT OPERAMNS SEWRTY BADGE. FURTHER. CONTRACTOR ESCORT VEHICLE DRIVERS MUST BE FMILAA WITH AIRPORT SECURITY AND SAFETY PROCEDURES. 25. ELASONG U. NOT BE PERMITTED. D, THE COMPACTOR MAY OBTAIN AIRPORT OPERATIONS SECURITY BADGES FROM THE OPERATIONS DEPARTMENT AT THE AIRPORT, RESERVES TO NUMBER THE CONTRACTOR. TRACTOR MPACTOR VEHICLES AND EOVIPMEM THAT ME AUTHORIZED i0 OPERATE ROUTINELY ON THE NRFggi IN THE AOA MUST MEET CONVEHICLES 20 OPEN -FLAME WELDING AND TORCH CURING MLL NOT BE PERMITTED. IIUYWIw MNww AIRPORT OPERATIONS THE RGNT UNTO THE OF SECURITY BADGES ISSUED TO AIRPORT OPERATIONS N.L. CHANCE THE CONTRACTOR A FIFTEEN ODLLAR ({iS,W) FEE FOR EACH MWORT OPERATIONS THE FALLOWING MD G003 SECURITY BADGE ISSUED, THE COST FOR A FINGERPRINT VERIFEATHON WILL BE AN AWTIONAL {30.01). FOR A TOTAL 27, PRIOR TO OPENING FOR AIRCRAFT USE AND THE DEPARTURE OF THE COWRAGMR'S WORK CREWS, THE DIMMERWILL ARRANGE NON-REFUNDABLE COST OF S45.W, AN ADOROMIL FEE WILL BE CHARGED, AS NOTED HEREIN, FOR LOST OR DESTROYED BADGES, A. DISPLAY A CDWAW LOGO / PLACARD IDENTIFYING THE VEHICLE WIN BLOCK -TYPE CHARACTERS OF CONTRASTING COLOR THAT ME EASILY LEGIBLE AT 150 FEET. FOR THE INSPECTION OF ANY AIRFIELD PAVEMENT, RSA, TSA, OR. OR TOFA THAT HAS BEEN CLOSED FOR WORK, OR THAT HAS BEEN USED FOR A CROSSING POINT OR HAUL ROUTE BY THE CONTRACTOR, THESE AREAS MUST COMPLY WIN THE SAFETY REOUIRELHEMS, DEFINED N' FEDERAL YnON REGULAIONS PAIR 1J9, AS INTERPRETED BY THE OWNER, BEFORE PERMISSION FBO HANGAR HANGAR ACCfPS 7AXILANE, '�TOFA A TWA ;,eARE 10' PROTECTION WRIER PNM I PAVEWW AI IIJIM 7w; LANTUX I M85 9%4"M WtOl' 0WZ7' AI730 Y5�'07 NU 39, na. ] WI Or W 56m* WHO, W 37. WIOV 4a' W41' .A PA JOINT WITH EAST GA RAMP FtEKA8NJTArhM ...... . . . . . -4 A NIMMY PHASE 1 NOTES: 1. PHASE 1 M THE AAWM OF THE REHM TATCA OF THE DENTWO PORTWS OF THE FAST CA RAW' THE CE'EVALLY B. FIA@tl5N W HSTA.. BkW-AOES AT THE LOCATX� IS THE WL. AND MRLAY OF THE CEWI TED POM>KS OF THE EAST CA TOW. 2, THE COIFTPAGTDR WEL K N.I.OM 15 CA.ERW DAYS TO COMPLETE PHASE 1. ORERkI . C. FURRSH AND PLSTALL TEWPOPIRI S— COR,ROLS, O. YnRK M PHASES I W 2 My HOT K CONCURRENT. MDTdt WlTkN PHASE 3 WY K COWPLETED CONAVRREHTLy WITH D. SANCUT, RE W DS OF ENSTNG PAVEMENT. ETFHER PHASE I OR RUSE I i. ANY E*050 STRUCURES Wig K RE^ED TO A J"" OEM OF 5- BELOW THE PEOURED RILL DEM. SEE A. THE FOLUQWW A90W ARCRAF TRAFTIC CPERAT WEE K UOO"ED DURING PIIAY 1: DETAIL 2-CF50I A RUWAY I TL-,W *LL BE CLOSED. E. PERFORM KOURED PROOF ROLLM OPERATIONS. B. THE PAR91E. TA -Ay AHD NORM �CTOR TA -Ay *LL BE CLOSED, F, PERFORM KOURED REI#N4 AND KRACIVElT OF URSUTTA BkSE SUDDRADE WTERIA.S, PHASING, C. THE HA4GNR ACCESS TAVLANE SOUTH OF THE FED "JANG MILL BECUOSEI! TO APCRAFT UNDER POWER. FAMITATE AIRCRAFT MO.OETTS UNDER TOW THROM THE AREA TO THE ADOLMAH DnNT POSSSLE IRT RE40NNG CdF11LACTCR G. CONSTRUCT HW �ACE COURSE DENIOUTION, AND PERSOH� A40 EO� FOR THE WE PASSAGE OF AIRCRAFT. SWPPP PLAN REO S. C� TASHS FOR PHASE I ARE AS � H. � AND DISPOSE OF ID� S� CONTROLS PRIOR TO K— THE CLOSED PAM� AREAS, CY + PHASE I A �TE THE CLOSURE OF �Tf PAMACH7S MOM THE I �ORW A FAA- GLEAMING O� THE � AREA 0 I. THE DINNER W � RUNmAY CLOSURE RARKERS TO THE CONRACTOt FOR USE DURtHG PHASE I CDNSTRU7TM J. Rflg1E BWRUDES, EQUFWRT. WTERKS. AND COHTRACTOR PERSORNFL � THE HORN AREA OPERATIONS. THE CONTRACTOR "ILL NSTALL MNHTw RENOh. " RETURN TO THE OWNER THE — cocSLRE G102 KWERS AT THE DMC7M OF THE EHCNEER W / OR 0WIIFU. THE CONTRACTOR S W"GOLE FOR THE REPAR CLOSURE CAUSED 31 THE C04TI14"'S EQUP.V9 AHO PERSONREL N. COORNNATE WITH THE O� TO REO� THE CLOSED PAVEMENT AREAS. OF TO THE RUNWAY SCALE IN FEET L PRYDeT AARONGS FOR THE PHASE I WDRK AREA WEE BE C%TLETED "04 RINSE 2. FBO HANGAR P[ll211 A' VCUT IN ACCORDANCE M1X A0. i-CP50I PHASE 2 NOTES: '..... PIMR ! FAST MUM11TATI011 LOM 1. PIMSE 2 IS THE COWLEriON OF THE FEHA MATION OF iNE AIEHTIGEA PORTgNS OF THE EAST CA RAIN, INSIDE THE E. PERFORM REOVWED PROOF ROUAlC DPCPATI ,.,.,._ ,. ...� _._ ._.._. T TOFA ADJPCpIf TO TIE M H—R AND H—R ACCESS TAY'VJIE, Po2Rr I NDRTI�Rc E/SMG}-ENEMA UIIRAE LaNGRLnE �rus 2. TIE CONRVCTIXV WLL ALLgRD) CALRJIDMt RAYS i0 C'OIPLETE P1MSE 2, EXCUANO /VLM. WJE(YW OPERARg15. F, PERFORM IEOUEED REMO/AL AHD REPVLCIENf OF LNSUTAEIE akSE R*CRNX WTEPNLS. P n02An�o'vsn]nm S:x ve 7Y ]a.lG lnol M' aw �10 TS@ABE]7_P5PTE25E�325--- NSS m 32JlP 1F101 N 56AE' J. WORK MYTIRV PHASES 1 AND 2 WY HOT w CONLLFREM. MORR YATIIEI PHASE J WY m COMftERD CONCIliRENTLY WTIH EfTHER PI4ASE 1 OR RMSE 2. G. CONSTRUCT RAVOAENT SECMH. 11 DJ02/ro1e W9TSSPE 32Sb�1 MJS JR' 2➢.SS M101 NR 5EU' _ _ _ ._...., _.. 4. THE fOLLpV1NG AIRFRD AbiCRAFT iRAFFlC OPERATIONS WLL BE MODPIFD DIRfIG PIMP 2: N. KWIE ANO D6 SE OF 1EMPOPIRY S/PPP CtlMR015 PRIOR TO REOPENING THE CLOSED PAVENFM 4MA 12 T302130.3A `➢SWl/.EJ9 7NO3' ]o' Db' N1D1' IR SEAT A THE KN—R ALCM TAIfE R 170H1 OF THE FHO 14MRGAR 1NL M CLOSED TO M9CJW UNDER POWER. E PERFORM A FEMC CLEAHNG OF THE W'Cfdt AREA '.., FA TAM MCPNT LN.EMEHTS UNDER T 1V6i000H THE AREA TO THE NNOWIM EXTENT POSAELE W FE1IOYllG COHIRACROR PERSONI[L *10 EOUPWNT FOR THE WE PASSAGE OF QRCP.A J. REMOTE EAPRIONDES. EOUPYENT, WTERLILS, AND CONIPICTOR PERSONNEL FROM TIE W AREA. 5, COR6RRI.CIION TASKS FOR PIMSE 2 ARE AS FOLLDA'S: N. COORDINATE WTH THE OWNER TO REOPEN THE CLOSED PAYpENT (ACAS. A COOROPMTE THE CLOSWE OF APPgOPIWTE PAVEMENTS MTRI THE OWNFA. E. FURtRSH AND WALL WIRICADES AT THE LOCATIONS SIIOWN, E FURIl81 AND NISTALL SIPFACE N R FOR THE TARN AIS/5 OF PHtRFS I AND 1 NO LESS T 30 DAYS MTER TIE CONPI.EIM OF ASPIYIT OPERATIONS FOR THE WOM( AREAi PRIOR TO THE NRICATION OF PARIT. '... THDROUC Y CE TNC ASPIYIT PAYEIIENT TO REMOVE DUST, DRR. ME. AND ODER WFACE DEPJSIfS. C. FVRNBI AND INSTALL 1ElPOPXh SWPPP CO"MOLC i. TIM WILL REIXWE A M K 1E11POMRY CLO OF THE PAVEMENT AREAS COORDMATE THE CLOSNE OF D. SAMCuf. RFJ.IOVE AND DISPoA OF E%ISTNG PAVEMENT. APPROPRNTE PAVEMENT S WRH THE OETER. PROTECT ALL SLRRdAdlC PAVEMENT. STRUCTLFES. ANiCP.MT. M. FROM OJERSPPAY. ,RSM �Lflub:c NRrll IwroIN.TIaIOE AIAIOeI EA" "RAMP RENAY ILMTI IN 110151 NOTE: AERMA WALE DOES NOT A PERFECTLY MIDI —. __.._. _...__..___...._.__. SUMITD DATA SURVEY '..................................... WIERMS, ... .......................... .... m, mn EPic . mM� 32105a10D! PHASN% DEILH)LffKK AND SWPPP PLAN - ® PHASE 2 Z: G103 �rttau SCALE IN FEET r fv 4 z ' { (" Xr' rs r I "az:sr zr1 a'x✓�;`�? AyM YJ j r.5,zsruJ " x,xz Yet r„✓t 'ski r# 8,„c#v'wr:/t'`''eckS.tt Xt L#., A rs,, /`uz #ee. l 'I e{'`5X'r'�' %£is 1 s rj z)4' fi� 'Fro ✓�?£,s9 f ci � . a.0: 7 Nf�"P1�f�3 } a t./ ,tjji`�.z vi r� lvs Jfv"''a tyre ,ff` ss 4#sa �✓syh �ss * r�r.�.�.l. �.l NO Ng RSSH IM TAL. TEMPORARY TEiil(�IAi.° v f'✓f.' }fs �, f ys Xyr kY{ ref/a; {w ,f�#,ynJX't �P,�h "� /p t��vm tr rll' 4?p�' UUT T" CLOSURE ° Q. MARFER RAC ° P t) j r/. f 4 ! t1 M 1 1 I i- J f LubUlll. p r'^`' t . a t F �{'",.sr �'� ➢'` jt�.d6/a'vR z�S : § l s dy t s. Tll4 °° od" a "o ,."�{��7f/fls £.. } " �P„gRJfI''s# PyE ✓f sFX-; zslx£F{{`��rf j°# vfXX :r f�S r` u�,,,� ,• P ,^ ,.. M , : a ° � ,t � fd£✓�f� u 4 t � c: }%/ x { (fi' r > rr'. s'L''' yr} kJ 1.1 F ✓7 Sit 5ua•/ S"q w�oCIE tAWro11 :. ° n a 6 Ft 1 4�i k;E%ISTNGt - `.5�-" ;.tucHTB (7YP) Y �+s �-, F� s �r�i7.if r� ✓f ;" 13�y�;�+�u �'�!i4� r'yjr zigfn��r3zz r �''rsst LAP AAnaRr '. TAUL BARRICADES 10' }' b t�,l ,INSTALL PROPOSED UNDERDRAIN y cN fl,G }, f ,( T "{,, Y�iS (SFF SHEET CUi01) ,ry? tar., ;''rsi jrGfllJ fy ;✓. r rdtl i»{: NA-" GA RAW j wEAenrrAraw ° icRUNEu'a SAWCUT a ACC ORDANCE �._ °. �. ? s 1 z, x s td ircr s r' ...... ... .... � ,w...... _ _:.. WITH OVAL4-CP'..0: ..� _.MIT: r. •.4 � ��x • , ,. �- ,trf.,,s„ ,~Yi,,.Sa, 'S,.,s„•o, sf `� „t'a.^�. ll..,o.', ,, •,..,,.. ,,.,^}, E 71.50' PRIOR TO FULL EXCAVATION, MAN 7 PAT®ET 1lMt3TATON LOM Pow MORlllpO -EWI ELEWTI- u,muE� Lemma _ 13 73ot012EE ES7 2 ]1614J MJJ 3E 174r W1o1 w 27sr 14 73MM-p 95m m J23O21? w 39 t653 W1oll 27.5r is 73m94931 9M .N 32l12a W W 16a5' Mt01' 49' 27m' t5 73m94L21 957Om.52 325299 M3Y 30' 15.7r RIOT w' 27.79' 17 7300942.39 95705770 3252.95 W 39 ta75 W1ol w' 27.5r T5 73170924,55 T57W7.93 3252.55 TEST 39' Ia50V W101. 49' 27Ar w 73m92479 957ows4 3252.5a M33 39' tam' Wlor w' nae• 2D 7300910.7E To"B5 32529E NSY 39 1E,75 WIOV 27.W 21 7FD94t.25 N763 74 3=% MJT 39 1575 riot w 2atr 27 73a '. Y57033 t0 32529E N3J 39 17.2r W1or 9mir 2] 73wmu 9Sm]a29}I 3m45 MY W 17.25 W101 w 2a/1' 24 73009 M 95704244 1 325 " MY 39 17,31 W1orr w 25.Or 26 1t73oto0.77e __ .. �YS7aU 59132529E MSJ J9 nd5' 1 11101 4Y TII.iS' M 7mIm1.11 __ 957RTSJ1 SW.93 N3J >o I7,J5 .... ._. 101 w' 2a15' 37 773o1of7A5 1-957E.T3.51 I I3mw fNSJ 30' 17.47' N1m w' %ia' APPROXIMATELY 218 HMA PAVEMENT AND IN ACCORDANCE MTi �17"92''.i3ry "`""v'v''SX3 a"y"'f f Y '$►.3taF # r {,, /Y Ixt £ Ycr S y `7X #Y;` P PROVIDE TEMPOR ftY PERIMETER ROAD f ! `� ), R 5 1 }� kY kr;kr+r"✓"5'2�nF?�f "'X / d"" s s"1�'. OURINf, THE CON.�iRUCTIOOF PHASE 3 R F k(Y;. Y' Yb e,*SL f { A+ "; {Y ty 4X"` r,`? +L"�bf "(„ if kk R t £ y '� • Pwm lox TEMPORARY PERIMETER ROAD MUST BE .,Lk £,y CO CAPABLE OF SUPPORTINL$ AND G H-20SLOADNG { ,r� Y ({ `rjt irJ iY !K^ Ys»Y.IY"3H W I,�J Y�Yi ,/ � '£tl�{, 114yIRL4 = S( MILLED HMA FROM THE EAST CA RAMP MAYEND PHASE 3 Of k �i" BNDURESTORE AREA TO KORIaNA�FCONDITION \�_T// k$" THE COST FOR ALL WORK ASSOCIATEDLA WITH ? ^r Z ¢, "Xi TiE TEMPORARY PERIMF.TF.P ROAD S1 fJ 3 } J/t,'�{ s'£ �"f �%f ✓Lt3`tf t'.~ nor CLEAINUPU AND RES ORARON. SHALL BE fkV7 , A rG. { i, J, f�YX fa p ✓ ,... .r W 146N510Ma P R lya INCLUDED IN TIE EMPORARY CDNSMUCTION f ® ITEMS PAY ITEM 1 ty h { /. r£f £, r `T1SL* '3 l sY rY NOTEAuaN DOES CTLY NOT V SCALE IN FEET£" ,� dp ,1 I JfCONSTRUCTION BARRELS { r / UM. SuRm INSET "v ny 6 X (, t r �Yaif y tw# s�, "� S a ✓ x ., „< � ,,... �L �, •, ,. ��.. iaa a v t,•„.. . :.. ... ....�:. Yi ^, trW, �,,, r. e,:* ,-�:,, PHASE 3 NOTES: _. 1. PHASE J IS THE RE. OF A DµMGED PORTION OF THE PERMETEi ROAD E. COOWMAITE TEMPCARY DUE.RECOREUENIS WAIN THE OWYER, J. COM �WICT PAVEMEM SECTION. .. ADJACENT TO THE SORNRI'EST COMER OF THE TERINYL RAMP. 2. THE CONTRACTOR MILL BE µLOWED 15 CALENDAR DAYS TO COMPLETE PHASE 3. L THE OTHER WILL TEMPORARY RENK JE UGHT FOTLRES FOR THE RAW N, RELq+E AND DISPOSE OF TCM' - PERSCER ROW. eWiMMm 00! PERIMETER UmHRNG. THE CONTRACTOR MUST PROVIDE TEMPCRAAT MT UDS mgi�pm !lM ........... FOR THE LUOR CANS FOR THE DURA110N OF C0t51WICITWI. 3, NORM( WITENN PHASE J WY X C0IIPLFIFD CONCURRFMLY 'ADM OTHER RIMS I CM L PERFORMI FWSH GRADkRO ACTMIES, PHASE 2. 9. THE OILER WILL LOCKOUT / TACOUT THE UDD*RDU1D ELECTRCAL CIRCUITS 3230003906 4. THE FOUDINO AIRFIELD AIRCRAFT TRWPC OPERATIONS W BE WODPED DLNNG N VNE MONK AREA WHEN MOURED ET TEE CONTRACTOR, PROVIDE THE 4, "NIISH AND NS741 THE APPROPRAIE VEGETATION MAEOATELY AFTER nvTTrrMa NOSE 3: OILER 15 HOURS MODIX. COMPLEPON OF WDING ACTIVITIES, A ACCESS TO TIE SOUTH ETD OF THE iERINAI RAMP WWL BE CLOSED. ¢ PROTECT ElnS IC ELECTRICAL aRCUTS. MqH , AND LIOR CANS M PLACE, N. REMOVE AND DISPOSE OF TEMPORARY S1M+PP CONTROLS PRIOR TO RECPFltlNG THE PIIASN% CIXNFWM DEPTH OF UNDUMONA ELECTRCk PRIOR TO REAL E%CAVARON CLOSED PAVEMENT AREAS, QEYQUT*K AND S. COA'IRUCRON TASKS FOR PHASE 3 ARE AS FOLLOWS: SWPPP PLAN - F. SANWT, REMOVE, AND DISPOSE OF COSTING PAVEMENT. O. PFRFORII A FWUL CLFANNNG a THE PORN AREA =- PHASE a F A COOfRDRM1E THE CLfISURE OF AFPROPRMIE PAVEMENWiT TS N THE OTHER.\/\ G PEMDNRM REOIIIRED PROOF ROVING fN+EA.11gV5. P, REMOVE N.mIXIWMETJ RES. ET. W1EPW5, AND CONTRWTOR PERSONNEL FROM B. iURNSN ND C4TAl1 BWAICMES AT TIE LOCATIONSSHCWN. THE WORKµEA F_ wWlAe xuro N PERFORM REQUIRED REMOVAL AND RPLACEEM OF LNSMAdE MRADE Z C. FURORS; AND W STALL TEMPoWRY SWPP CONTROLS, WTERIkS. 0, COORDINATE W THE d A TO REOPEN THE CLOSED PAVEIEN7 AREAS. G104 D. iURNSN AND RSTµl TEMIDM PEF&WER ROAD. L PIJFNSH AND INSTALL THE UNOEROUN AND ASSOCMTEU APPUREIAMDES. SCALE IN FEET --- � r---- ;~---`^ I^"�'�I I^^^^ �"""'"�I r'—^�, r------•+ r----Z r--� ti--� p""""'' *"'^"' "'—'�"1 �""'—'1, "'�� "'•_""� r- i L H TAXI CENTERLINE (DIRECTION OF ,TVFFIC) I YELLOW I, PIMOVID[ Ole: UNLIT TAXI CLOSURE MARKER FOR IDENTIFICATION EACH AT THE APPROXIMATE LOCATIONS NOTED IN THE PLANB PLACEMENT TIME AND ENACT LOCATIONS SHALL BE COOM'TED WITH AIRPORT OPERATIONS. 2, PROVIDE AND MANTAIN IN WORKNG ORCEP UNLIT TAXI CLOSURE WRKER DEUCES N NEW OR G000 CONDITION. UNLIT TANG CLOSURE MAJWER SHALL BE YELLOW AND SHALL N ADEQUATELY SECURED AGAINST MWEMENT CUE TO WIND AM/OR AIRCRAFT ENGAVE THRUST, PLACEMENT. CO MN, AND ANCHORAGE SHAD BE NSPECTED AND APPROVED BY AIRPORT OPERATIONS. MACEMENT AND REMOVAL SHALL BE ONLY AT THE DIRECTION OF THE ARPORT ANO/OR ENGINEER. UNLIT TAXI CLOSILRE MARKERS MAY BE CONSTRUCTED OF FAWC, COLORED PLASTIC. PANTED SHEETS OF PLYWOOD. OR SMRAR MATERIALS. LTEIT TAXI CLOSURE MRKERS SHALL COMPLY WITH FAA AC 150/53T0-2. OPERATWAI SAFETY ON AIRPORTS WRING CONSTRUCTION. CURRENT EIXTON, LATEST CHANGE AND FM AC 150/53a0-1. STANDARD FAA AIRPORT MMITNGS. &NRENT EOITDN, LATEST CHANGE. 3. ALL COSTS ASSOCAMD WTTN THE WSTALLATDN, MAANTENANCE AND REMOVAL OF LNUT TAXI CLOSURE MARKERS INCLUDING L . EWPMEAT, MATERULS. AND INCDEMTALS SHWL BE SUBSIDURY TO THE TEMPORARY CONSTRLDTDN BID TENDS. eUNLIT TAXI CLOSURE MARKER G901 SU N.TASA SELF -POWERED RED LENS STANDARD 3-WAY, 5-VOLT OMNINRECTDNAL. BMRMCADE LOG ff SEE FM AC 15O/5370-2, LATEST EdTDN ORAfNGE/NHH(fE RICH REFIECINE STMA°E 0- ELEVdiNEI e�xac I. FURNSH AND RACE L01I-PROFlLE BARRICADES WHERE NOTED W THE PHASING PLANS. 2, WEIGH DOWN EACH BARRICl )C BY FILNC WIND ATER. 3. PLACE BMRCADES A MAAI®MM OF a FEET ARAPT AT CONSTRUCTION MEHCLE ENTRY POINTS ,TO THE WORN ARE, PUOE BARAGADES A WJOMUM OF 12 FEET A➢ARf, ADJUST BARRICADES SUCH TINT NO BARS BE1W@1 BARRICADES EXCEED a TEST WHEN THERE IS NO C0.451RIDTMON ACTMIY. a. CdTpR.WSLY MARAIN TINE PUCO . LOCATION AND OPERATION OF THE L&HTs FOR THE WMTION OF THE PROECT. INSPECT BVRICADES DAILY AND CORRECT ANY DOIPQDES FARM BALE MLY. CORRECT ANY OERCIENCFS REPORTED TO THE COHTMC— BY NRPORf OPETATI NS AND/OR THE EIIGWffR, 5. M4NTAN SPINE BARRIFM[5, NRLOM SPAR LXNTs AND MTTERES. REPLACE DAMAGED 9A ICADM NCLUGNG eMTTCRIES. MMEDMIELY AT NO ADDTIONAL EXPENSE TO THE O—R, e. AL COSTS ASSOMAMO WTTH THE HSNll —. MAINTENANCE, AND REMOVAL OF BARNC— INCLUDMG LABOR EOLIPMENT. MATERWS, AND N`IOENTALS SN41 BE SUBSpNMY TO THE TF3APoPARY CONSTRUCTION BD TEAS. eLOW -PROFILE BARRICADE G501 SCALE:n.T.s. .HEN MI-e. DRNEWAY SIGN DTOA le• MIN. i0 KEEP RIGIR Pa SERIES. OR AS APPROVED BY ENGINEER � I ff�, uuAAXr I rroa• HMoIE e DOUBLE REFl.ELTNE BAND REOUREO 2• W j� DRUM DRUM a L FluW: AeWA_mn DRECA'XW 11E11NOH A" AVATXN ORANGE TOP SHOULD NOT AVATKJN WHNTE 0^ FG ALL OiY COLLECTKNN OF WATER OR DEBe TEND Y/IS- DA (TYP) FOR yam; . �+ TANGLE 3 ORECTDTAL CH ESEVRON AM FK WARMING LIGTS H (SEE DETAL ON THIS SHEET) 1 DRUMS. TRAFFIC CONES. AND ALL. RELATED TEM5 SHALL COMPLY WTH THE REWREMEMS OF THE CURRENT VE THE -� MANUAL ON UNIFORMDEACES TRWM DEUCES• OWTCO) AND M WOFF K 2 TRAFFIC CANTON LIST' (CWCONTROI 2. DRUMS, CONES, BASES. AND RELATED MAMRULS SHALL EXHW C000 WDRX I,, AND sHwL 3' BE FREE FROM OBJECTIOWBLE MARKS OR DEFECTS TEAT WOLAD ADVERSELY AFFECT THEIR APPEARANCE OR sERVIOEAaLm. 3. CONTINUOUSLY MAINTAN THE PLACEMENT, LOCATION ,HAD OPERTION OF ALL BAIWCADES FOR THE II1I Aj EACH DRUM —L HAVE DURKMN OF THE PROJECT, BARRICADES 5HA1L BE INSPECTED LMA.Y BY THE CONTRACTOR AND THE OWNER AND ANY DEDCIENCIES FOUND SHALL BE CORRECTED WMEOMMLY, 3 A MINIMUM OF 2 ORANGE AND 2 WIPTE STRIPES USYD TYPE C RETROHERECTI SNEETNG WTHI THE TOP STRIPE BOND ORANGE. a. WARNING UG OR DRECTDNAL CHEVRONS MAY BE INSTATED ON A DRUM. 3. H. 5. WARNIND LIGHTS SHALL NOT BE INSTALLED ON A TRAFFIC CONE M ON A DRAM THAT HAS A SIGN. CHEVRON'OR VERTKAL PANEL. NOTE: SAFETY FUG SHALL BE PROMNFIRLY DNSPUYED ON CpSTRUCTON EOUWIOT UNLESS MARKED MTH A FLASIINC BEACON. TAROK TO ALLOW FOR 6. TRAFFIC CONES MAY BE USED FCR APPPOIED TEMPORARY (LESS TARN 12 HDUPs), AIRFELD PAVEMENT CLOSURES. A MNMUM OF FOUR rRAFM CONES OR ONE FOR EARLY 20 FEET OF it STACIONG A ABNIWM OF 5 DRUMS PAVEMENT TO BE CLOSED (WHKTHEVER IS &METER) IS REOIARED TO PROPERLY BARRICADE A SET- OF PAVEMENT' CONSTRUCTION SAFETY FLAG 1. ALL COSTS ASSOCVMD WRX TIE NSTATATION, WARIRMNNS, AND REMOVAL OF I CAGES G501 SCALE:N.T.S. e INCUONG LIBOR, EWPJENT, MATERIALS, AND WLRDEKTALS SNA.L BE SUBSOWNT TO THE TEMPORARY CONSTRUCTION ED TENDS. r 3 \CONSTRUCTION BARREL AND TRAFFIC CONE BARRICADES C'At SVIE: COTS ft Mi/kw before you ��F.A`A Cln•af LubbocMl W..ocl( RR..EUEF .WO,R xFroMw.noLB.L EAST GA RA" RENASELITATMN rl�III�H ' b�kUnn RMNOMf alT Nu.�i-s NR1C SAFETY AND SECURITY DETAILS IFRAwNR INNRAW� G501 _I Il' �I I FBO x I HANGAR FBO BULDING s o HANGAR , e R Tscr ' v TZ.A1117- 7 ACCESS TAklANF 2 6T' 2 67 v •, a �... � PHASE 2T— �—._.SSA Ttl�A •— TPA --- T s ��) 1 Laos' __. rovr. TOPA ---- NTA — raPA dais' 1 .at riot �AhALLiL-TAXIWAY PROTECT EASTIHO WATER LNE RUNWAY 17L-35R MILL AND OVERLAY NOTES: I. COYPIEIE N 40 My OPETtATTO115 N ACCORDk'tE MTH DETAIL 2-CP'AI 2. M AW O.EPoAY DEPTHS WY VARY. 1 TO DONS AS REOUIFM TO MLYJ1n10DATE A MWIAM M.MAY TTICYfI1E55 0P 2' N AGCORDNICE MTH THE PROPOSED ELEVATIONS SHO" ON 910ET CP102. NklAN MILL DEPTH IS 2'. PAYMENT FOR IRlLI1O IS NGU4.E 0P ALL WTERWLS ENCOIMTERED TO THE BORON OF THE WILL DEPTH. NO SEPM ITE PAYMENT IEE.L BE WOE FOR DMRENM N WTEANLS DIODUNTEfED. a EIVING C OLFR5 (SWWTI AT U.T FEET NTEMMS) INDICATE THE SLPPACE OF EWNG GRADE PROPOSED CONTOERS (S AT 0.1 FEET NTERJNS) INDICATE FINAL OPADE5 AT THE TOP ar THE PROPOSED SLWRM.TE. A. TE-N LOURONS AND ELCVATO SHOW11 ARE APPR MATE 1Ef✓OY THE TIE-N LO TIONS M ASSOCIATED VIVAT I TO DWN0 PMEMENTS W / DR SMXT1.RL5 WDN THE ENGINEER PRIOR TO CONSiRUCMO THE PAVEIWR SEL'TpN 5. USE THE OMO1110 PEN1 AS A 0 TO ETEURE THAT NO PONOMG O< wAIEP attla N THE WORK ARFA OR AD—W AREAS UPON CDIIIFU ON O THE PRp1ECT. REED AREAS 01' PONONG WATER APIER THE C0E/RETgN 7 EDNSTRULTpN AT NO ADgOG1LL DPEH$E TO THE OWNER. RUH I:ubboc TATT i1RCf111lIOIIILTIONY e EAST Bp RAW m •I " 4 RENAILLRATWIf I e C 25 28520. 1 (iw.S � ram.—'wu �— ✓du1 —y— r,�oa 110,151 N< RENWIOND T>•M:IURIPM PP, mT, a EAST GA RAMP GEOMETRY AND �+ GRADING PLAN '.. CC z _ Z Wv�Aw v CP701 SCALE IN FEET '. Lub6o"Z LYSROOK Pft— SMRN INVERNAT10N1LL AIRvom EAST GA RAMP REHABILITATION m.. REVISIONS ummumrueu�nr w, m,r KRNN m E.. _ OyyIVIMDm EBN Ssv 33S000SOOS ova EAST GA RAMP GEOMETRY AND GRADING POINTS TABLE CP102 ES SAWCUTTING SMALL BE PERFORMED IN ACCORDANCE WY1H RE11 G-10B. ONLY SAKILT TO THE REOUIREO MILLNG DEPTH. SA*CUTTINC BELOW THE REoURED MUM DEPTH REQUIRE FULL -DEPTH PAVEMENT REMOVAL AND REPL.ACEMIENT AT THE CONIRACTGI'S UPENSE. EAIIAL SAWCVf SAwM AND REMOVE M ��' TO MILL DEPTH 12 12• OF DSTNO — MATVIA- PPOPOSED PAVEMENT SM ACE DSO, 4MA TO l__ I. MILL EXSTNG HMA PAVEMENT AND POSSIBLY IWO EXSTNG AGGREGATE RASE MATERIAL N ACCORDANCE WTTI FAA ITEM P-101, WILL DEPTHS MAY VARY -MILL TO DEPTHS AS I ATEO ON THE GEOMETRY 90 GRADPIG PLAN. MINMIUM WILLDEPTH S Y. PAYMENT FOP MILLUW 5 NCLUSNE OF ALL MATERWS WtERED ENCNTO THE BOTTOM OF THE WILL DEPTH. NO SEPMUTE PAYMENT WILL BE MADE FOR T/ _"� DIFFERENCES IN MATER ENCWNTERED. 1T+5. r�l j 2. PROOF ROLL EXSTNG EXPOSED AGGREGATE BASE AND/OR SUSCRADE MATEPAL N ACCORDWCE WITH TMDOT ITEM 216. UNOERCUT AM' LO E. 11E-NNG. OP OTHEPMSE VNSUrtABLE MATT— TO A DEPTH OF ;T�{ �.; `, h,7•Yt � A➢PROXtMA LY T N ACCORDANCE TMDOT REM I10. REPLACE WITH GRADE 2. TYPE 0 AGG4 W EMSTING MATERNAL f0 RERbi BASE MATERIAL IN ACCORDANCE WTTH TMDOT ITEM 247, VEMF, LOCATIONS AND DEPTHS WTTH RPR. FINAL SAWOUf D. ANY EXPOSED SIRUCTIRES MUST BE REMOVED TO A MN OEM OF e' BELOW THE REWIRED MILL MATCH PROPOSED P*TvM DEPTH. REMOVAL OF THE STRUCTURES S CONSIDERED AS AN UN —TABLE MATERIALREPLACE THE TO D6 PAWADIT GRApETR RESULTNO VGD WITH GRADE 2. TYPE D AGGREGATE BASE MATERNAL N ACCORDANCE WITH TXDOT ITEM 247, crFipH R1A 4. INSTALL BITLINNDUS TALK COAT N ACCORDANCE MATH FM ITEM P-603, S. INSTALL HMA OVERLAY COURSE N ACCORDANCE WITH FAA REM P-401. OVERLAY DEPTHS MAY VAFY - PLACE TO DEPTHS AS NGGATED ON PLAN SHEETS CP101 AND LP 102. MMWMUM WERLAY THICKNESS S r. �SAWCUT DETAIL - MILLING DEPTH REMOVAL cP50 SOAR! NTs. MILL AND OVERLAY CP50 SCML NT.B. O AL :l HAA PADOn INSTALLATION SAY.OLT AND REMIX IMN" �12' OF fD1ISTW MLA MATVIA- EXISTW KMA/WNCQTE TO REMAIN YI'in`41rti L FDDsrNc BASE MATERIAL i0 RE1MN `FMNAL salclT MATCH PROPOSED PAJEMENT, TO DX151NG PAVEMENT GRMENT SEGI6]tl 1, SAWCVTTNG SHALL BE PERFORMED N ACCORDARCE MATH REM G-109. ( SAWCUT DETAIL - FULL DEPTH PAVEMENT REMOVAL CP50 SGIL N.T.S. CONCRETE/HW JpNi 2' SEA. N ACCORUINCE MITI DETAL 6-CP501 (TYP.) SEE NOTE 4 SEE NOTES 1-1/2• UP N Dww CONCRETE //� ACCORDANCE NIIH ROMAN PAVEMENT TO REMAIN %i� ii%%/ / DETAI 5-CR501 (TYP.) E1tSTNG AGGREGATE 815E �:r yy ; NO MATERIAL TO 1, PRC&U 1-1/2' LP FROM TOP OF PAVEMENT TO PAVOMM CO STMILTED N THIS PROJECT. 2. TAPE11 THE BASE Course, WHEN NECCS3 . N 5 AVEMENT EDGE GRADING ORDER TO PROVIDE THE REOIMED I' TOPSOL CP50 SGlE: N T.s. NrER. SEE NOTE 2 TO KSUBGP/DE I KM ro FEMAIN NOTFF. 1, REMOVE EXISTING HMA SURFACE AND AGGREGATE BASE MATE TO BOTTOM OF EXISTPAG AGGREGATE BASE LAYER ASSUMED MNRMW DEPTH OF REMOVAL IS 14'. VERFY DEPTHS WITH RPR PRIOR TO PERFORMING PROOF ROLLING WORK. 2. PROOF ROLL EXIS EXPOSED SUBORADE MATEWAL IN ACCOROMICE WITH TXWT REM 216. INDERCUT AFY LOOSE. YIELDING. OR OTHERMSE LMSUTABLE MATERMLS TO A DEPTH OF AP MMATELY 6 N ACCORDANCE WITH TXDOT ITEM 11 D. REPLACE WTTH GRADE 2. TYPE D AGGREGATE BASE MATERIAL N ACCORDANCE WITH TXODT ITEM 2A7. VERFY LOCATOYS AND DEPTHS WITH RPR. D. NSTALL APPROXIMATELY B' CRAPE 2, TYPE D AGGREGATE BASE COURSE N ACCORMNCE MATH TXDOT OEM 247 DEPTH OF MATERIAL MAY VARY BASED ON REOURED REMOVAL DEPTHS. VERIFY DEPTHS WITH RPR PRIOR TO PERFORMNG WORK. TOPER BOTTOM OF AGGREGATE BASE LAYER TO SLOPE TOWARD LRDERDRAN, IF APPLICABLE. 4. NBTML BTUWN PRIME COAT N ACCORDANCE WITH FM TEM P-B02. 5. NSTALL S HMA, SURFACE COURSE N ACCARDMDE WTTH FAA ITEM P-40I. �1 FULL -DEPTH HMA PAVEMENT REMOVAL AND REPLACEMENT c� SOAEN,T.s RSW Lubbo GOAL L.IIOOCN BAIITUN IRMITR wTe4IRJMTMORMA usowr EAST GA RAMP REHABOUTATION 1/1• 1/{' - 3/e• BFLa suRFACE t' OFi NAAI PAVEM[NI y,'y� ENCTNG PCC PAVp1ENi OR FIXRRE/VRJTY BASES ( YP F�LLpT NflK y% . I A �"FJa IIpN .I 1/4 .IgIR SEALANT (FAA .� / TIE4 P-SWY NXilw��mlr ��� :f .1 BCITDIONB '",'%'.'��•::.� ,','•' S/4' COMPRESSBIC NON-SNRIN4INO NON�tEM.'TANT TO JOINT SEALUIf NON-/850RGIMi. POLYEIIMEIB SACKER JOMNT LATE ROD .................................. tMIES: 1. CIFAY ALL JONTS AFTER EAWCUTIND, NMEOATCLY P TO THE b4TALLATON DF JDNT SEALANT, BMNC 2. SEALANT RESERNDR S12m TO PROVIDE PROPER SHAPE FACTOR, W/D SEALANTS REOUI ow ._ DIFFERENT SWPE FACfpiS FOR OPIIIIIMN PEWO1NW0G SFANR RESVKM TO BE SAWOUf wN eMl... AFTER NEW PAVEMENT CORE M COMPLETE, 3. BACHSR ROD MATERML MUST BE COMPATIaE IWTH THE TYPE OF SW MT USED SZED TO PROAX '.. THE DESIRED s FACTOR. AVEMENT %e CONCRETUHMA JOINT SEAL DETAU CP50 SGME, N.T.S. CP601 177 L T-SHAPED STEEL FENCE POSTS SPACED AT 6' TO 8' i FASTEN FABRIC TO TOP STRAW OF WELDED WIRE MESH (. - M.) W — RINGS OR CORD AT A —, SPACING OF 15" .—ATTACH THE W.W.M. AND END __, POSTS USW 4 EVENLY SPACED STAPLES DR STEEL POSTS (OR 4 T-CUPS OR SIT POCKETS FOR STEEL POSTS) SL� REW.0 SHEETS OR LS A OF 6 7,AES wrrH -C ®r, RNGS -C, GALY W.W.M. (IZ5 I-) MAN. �NM WE S� BE 2' 1 4' FABRIC SHALL K W ACCORDANCE WITH DAPS -M' 'TEMPORARYSEDwl CONTROL FEMCE FYi `/ PLACE 4" OF FABRICAGAJNST THE TRENCH � AM , 2.ACROSS TRENCH BOTTOM IN UPSTREAM DIRECTION. MINIMUM TRENCH ME SIiAL. BE BAq(FLL AW HAND TAMP. FABRK S L EMEND 5, a ow GROUND BAD ANO HAND TEMPORARY SEDIMENT CONTROL FENCE kCM SCALE; N.T.S. 10 K PROTECTED RECION FLgY ba=l 1. PROMCE S� BACS N A� ALTERNATE UEDA n y m SUBUMED A A POR � TO THE E�EER. 2, REI^E SEDN� DEPOSIT -EN OF SAND BAGS SEDIMM HAS �ATED TO OW-� CT HE. OF THE G,, �o cc, , J. SEE TXDGT TIN �WALLAIGV «fk REWREWWS OF TEHPUTAR+ SANG BAG BARRIERS. SAND BAGS (2TEMPORARY INLET PROTECDON BARRIER \CGSoi SCALE. N.T.S. 77A�. 1. N ISH A10 INSTALL TEMPORARY SEDICENT CONTROL FDKE AS SH ON THE PLANS OR AS NECESSARY TO I EROSION AND SEDAdNT FROM UEAMNG THE PROJECT SM OR AS WSTRLI-MD V TIE ENGREER. 2. EMBED POSTS A "IARTM OF la" WO MSTMO GROUND M N RISTALLIG TEMPORARY SEDNENT CONTROL FENCE. OR F IN ROCK, JNCNpR THE POSTS INTO THE ROCK. J. SEE TXDOT ITEM 506 FOR RMALLAT REOVWENTS OF TEWORARY SEDIMENT CONTROL FENCE TRAPPING OEhCE lt�l x4 4. �7 STONE OR ROCK A A Nl� APPROACH 4' MN. —50 wN. OUNDATOfR COURSE 1. STONE OR ROCK SHOULD K OPEN GRADED WITH A HOMt4AL WE OF I- TO 8', 2. PPPROACH TRANSRKA5 SFKKAD SE W STEEPER T— 6:1 WD CONSTRUCTED AS DRECTED V THE DIGHEM J. FWNOATKKI COURSE SHALL BE FLEAIEILE BASE OR OTHER 4ATERML AS APPROVED V TIE E= 4, TYPE I � CONSTRUCTOR BE GRADED TO ALLOW DPAJN.AGE TO A SEDMCF T TRARPNG DEVICE. 5, LPON cowLrIION OF cONSTRUCTON, REMOVE STANUZED CWSTPUCTION EAT AW GRADE AREA TO DRAK TOP50t AND SEED THE AREA H ACCORDANCE WRH FAA REM T-BOt AND FAA TEAR T-GOT RESPECTELy 6 SEE TNDOT TER SOS FOR NSTALLATK REOLNREMEMS OF CONSTRUCTION EAT. /'21TEMPORARY TYPE 1 ROCK CONSTRUCTION EXIT 2fy SCALEN.TS EAST " RAMP REMARILffATWH SWPPP DETALS CG501 PROJE:Ci LIMITS. 491L"MIMILVdSIDM.P&9G:[AOfu LUbdOCif PHESION SMITId INTCFNATIONAL AIRFDRi _ TEMPORMY SEEDING PERMANENT PUNTING, DINI�MAYB OR SEEDING, ER _..,_. MULCHING (HONDBL "HER XATHIXj PROJECTDE.iCIi F+iION; __. `i01L RETENTION BLANKET -_MLL AND OVFHLA OF !{F EABi C.F.NEFAL AVAt ON RM.tP _ _ -------- __---- BUFFER ':ONES _RECOft5iRUfiION .4 (l M. EO PORT�N OF VEH LE FR ICE Rp?!j,_4DJACE,Ni"T� TCRMINAL TRAMP. __ �,,,, PRTSERVATION OF NATURAL. RESOURCES C� STHtICiO CLUDCS C%C 110N,wM LLiNG� DEAN GF. IMPRJIE ENYS. PAV9NG OPER ii)N,S� ANC? ....___,,..__..__ OTHER'. -L1INIML DISTURBCD VEGCTATEO AREA. MAJOR SOIL DISTURBING ACTIVITIES; E%CAVATION AND EMBANKMENT IN iNE REE)NSTHUCTED FAVf,MENT AREaS. TOTAL PROJECT AREA'.__.._.__......._„..,w„.."__,_.®�.�.�..®__...._._......,.... TOTAL AREA TO BE DISTURBED', I.DO AC. S WEIGHTED RUNOFF COEFFICIENT (AFTER CONSTRUCTION'; ETe9®..—.®________..._.,_,_,__.v._._,.......................__._...____.. EXISTING CONDMON Of SOIL, k VEGETATIVE COVER AND % OF CXISTINQ VEGETATIVE COVER, CLAYEY SOIL.„("IWTH MINED GRASBF.S AND_wEf_DS. APPROXIMATE PERCENTAGE E%IS?ING CtU)VR PROJECT AREA ON EArm_._...._.. NAME Of RECEIVING WATERS'. STRUCTURAL PRACTICES'. _ X_ SILT FENCES 1.1 BALES ROCK BERMS (ROGIS FILTER (EMS) __...._ DIVERSION, INTERCEPTOR, OR PEF!MEN-R DIKES DIVERSION. INYERCE11CA. OR PERIMETER $WALES ____ DIVERSION DIKE AND SWALE COMBINATIONS PIPE SLAPS DRAINS PAVED FLUMES ....X RDCR BEDDING AT CONSTRUCTION EXIT _ TIMBER MATTING At CONSTRUCTION EXIT CHANNEL LINERS __... SEDIMENT TRAPS (STONE OUTLET SEDIMENT 'TRAPS) SEVIMENT BA51NS STORM INLETSEGIMEN' TRAP ..._,_ STONE OUTLET STRUCTURES CURBS AND GUTTERS STORM SEWERS'. VELECUY GONTROL DEVICES OTHER' F.l tilj Nr _C�NTj-) 41L1E(±"f945.1(LN,.dHO.aEf1WEd7_S:aHIiiL`.la; '° MAINTENANCE'. ar.rrnr.a�.aerw nnwa.raan 4 T®. _ Ri �..... Ai;i,T I,N,' P•_I, R � __\'j112" a�MFrre�u.Mw _LL_EPsalittl_Atlft,_:f➢J.MGri. Naar.us,w1EE_f+z:.'nr.r.R._ud..aaue.._a_K.n4 �a...o.Ena.n tEt_z~ Ai_N.C.6ESi9NS_A!_wL19U..,B.E..0.CNE_Y{LAN..'SSI,F',NPaB_A9Y.",...NE7E9_LGLS.Ll6f3Q.lNRI.N.G..6iSIdHLl. H?;_-___Lu______.."________._. '.. bboc ___-__..._.......� ------- ..�. INSPCfiION: LUeeOCK PRESTON .___ ..�_._.. _._...._—. LN4YE.71RY_SLSLL_Ed4S19ri.9tlA.. EDJk&cU_S9.NLru1J S...N'1EE_85:3�E8G4E.ME4.RY...fiCWSL4tlSE5S.ZV9..___ ".TN INTE—TIO.- 4YLR.'f1..fEL�YS_Qft.._9�[fP_.C.!i9LEWtNCri..QPy.GREbZEfi_EA.IN..tlti,_E1LE+L.NEaafSlEO.aN._9..P.A!N..&RUSE._ AIRPORT LaG93G.V AL_LtlLFR4.}ECLSILE._9N_ltl„rEG'rID!+._8E?2aI Wh6_OE_MAgF.F_QB_EA4tlN54.ECr34.N.___..___ L'SId1N9LS._aAiML.Bi.ftFRA5L9...N95EDrQ0'..�'SP£C*!ON RrPt FZ„u" .,,,,..�_�..__.__.____ EAST GA RAMP WASTE MATErtiAi.S: REHABILITATION nu_ssu raEu_u�asu._MnizalRL:_r�LF BE_szs+nLu_I� L�xfa4ea>waxea�t_aa�E:w>L_a�auseL.__ HAZARDOUS WASTE. (INCLUDING SPILL. REPORTING)', PVIENDLI LUXARUOUS WASTE'S INCLVD, ,_FU I !'AIN1„yS, AGIOS50L.VCN7S_, A RHALTS AND OTHER _ IlE NrE0f0 OR SQN'1 HUCTif N. .LLC,;_S LLS ILL HF NEPORTEp MAfF DW?ELY YO'HE FNCINEEF,,v, IRPOFt_tIRER TIO SANIj— WASTE'. tHf CONTHACLgR WILL PROVIDf. 1EMFOHARY REBTRDOM FAf,ILITIES FOR EMPLOYEES. THE FRUI ER OF NAftNAirvF. - SF.OVEUCC OF f.ONSiRVCirON (STORM WA:CF MANAi.EMENT) nCTIVTfIESENE FACILI1 iE5. WIl,4 LfCALIYY DISPOSE OF SANITARY WASTE.,,�_�„�,,,�,,,,_,�,__,___,,,,,�,_"_„ SERMf,KL.C9ri?%fl.;.iw!6L..,E7L!SS9L.LE4'.�51C.9. r9_SCAfSiN N_wJ:JR✓�_.ONwE!NSI.:ELCR�`GSE.,,_.. ._._.."_- ------- ..._—_____ ....._.._."__._._.. OFFOGE VEHICLE TRAC,KINC. HAUL ROADS DAMPENED FOR DUST CONTROL OFi ANC LOADED HAUDIRF tNVC95ROA TO BE EDVERED WITH TARPAULIN .__.,,.__..,_._.,..._....—_._._......0.............. _.._ ..... ._._�_,.__.._._...____._.�v.._. __X.. CNGE:LI DIRL ON ROAD REMOVED DAILY STAHILI2EU CONSTRV(:TION CNN OihlLit; .� .®�.��..._.._iiwivi aXAI REVISIONS . N0 oEsemrtl0x OATa '---"—"--"--�"" ----"------------(:,) tF CtOF S 4L Ki:FP i41[_S P F OM_UM _T AND Als REPUNTi Ai i!{ �Il[:_iHRJU.HOIIi iH ,.. ,,,.,.. __®v-------- ._..,._---- ____—__.._... _...._ ______ ___ _ ._ ..____. ____,__.�____�_ f U ION J4 THE PRS!JECt. DISF _IL CK�i.F.S� nND I�;UL HDUrE RDSI.0 _ANp SFRMENT.Df.PQ§IT`m___ _` ... _ .............. ......... STORM WATER MANAGEMGNY; Rm.,nnen D&fH_9R:E;..LM3R.VIM.9:�li.PIE:_S.E_SW91ESa�y.[L_Udd.YLR]SJJ.UM9T6L•1;.Ed'9iFA.____..-.__"...............___.,..._....._._.�.._.._._.®_._�®�.�.__,�._.._.�._..._._..__.....__....... wAwm cos _..........._.... QEdri,_.EwlE6E(LLi.lHIS1.Si1E_N➢5T1L!:aMlL.R9L61L.Mf2S1NRM.,ECieZ9Y.Ct&'E.0.....�_._...._.._..--.®_._._..___._._..__..._..._....._..._.._,_.______._.®__"'_____...._.._.____._"__,._____ ..__.. ..._. BIN ---------- ---------- _________..._______________._----- ____.,------------- _...------ .______..._.__..... SWPPP DATA __ ----- _._.______.......___._.______.---.._____.._...._______._.._._._--------------- ----- — SHEET CG701 __ _ __,,,,,,,,,,,,,d w,.,....,...,..✓ I.-- kvu.«...a:u,*uH" bV, -Mf A.. E � 3 1101516 � yy)Zx d� POW TAM GENERAL MARKING NOTES: Part I nam�a{j' EASINO 1. Au DMFINOYS vawN P1WY rFY1ER a II.RIWIO ro cEJnEN M uuwlo. — - -- . i ]]0't4D/7.T P "l 3TE-n LOGTIOItt SIpNN W AP xW1E MR THE TIE-N LOCAIIpb NA ASSOf1�TEa ._ .. . R __.. ..__. I 770I1 K.M 4%71)9E ELEVAT TO EPSW PAMADM AND / M SrRtCTFM ENGe ES THE M PRIOR ro EYIHbTPIlCTHO THE PAVDl SEC1pY. ____ -------- _ . 5 73015K.E3 9%7AB.47 .. _. _.. _. ... - 4 _ 5 7501lA7.Y0 i%7Y5.N 7.70/574M M7%.a3 0. AhIEB ALL HEC65ARf PEAYMENi IYMe10 APPUGTgN GOIIOrT10N5 HYVE PAVEI CNik10 FMHIC PCBI005, HflLRN TO THE IPPROPPoATE PAKYEYIS NA MM9V NA kSfALL PEAIYNPM k1PotlNLS ... -•, �•.,- a Twl5eoa5 i%An�e A COOWIIMIE ACCE55 f0 If10 iE1VORARY CLOSUt6 M THE APPRONPAVF*OK N11H THE -_ 7 . TJV1Ai]dl nc5oo.eo FM owuJe. Au cows A55pCM1E0 r,Tnl PAYE1p1T aoswEs nEourao PM TH5 T1MH, MaEaRHc LABOR, EOUIPYFNf, WTEI+NLS. RHppRWI B NGAOFS. NA 0114R IVCNEMN.S R� 6! e.r.o ...._ .. a »oloixa 957tT%.52 THE oxe+w AJE suesnuxr ro rHE vARvws Bp nEYS M rHE PRoxcr. leul �� u5000aroe •".r,. •. •• 9 7]aiAY W �ST15TA! A, N1EN NSTALLMIO NETT YAP1CN05 O/ETi ET051710 MARIOWS: 10 7]000491A YS70E].Yi __,......._�_..O..,... A AC EIOS CORnN PAVEIENIS - En51e1O 14/dOP105 WST F1bT BE REuO'�m M �HRTnRE 11 7]OtA5061 G%55171 74 ACOOROW[E IIrtM RETI G-I08, REYOJAL M LYIOfRGS. E B. M E)OSfRF HPtA PAVEYEMS - Fk6TN10 M4B(RGS IAIST ITRSf W 91A M W V NSfALLMIO WY-IR7lEC17JE BtACN PW OA]t THE ETI w WABCI05. 91ACR O YVMeFS PAVEMENT mm ENTEItl A IaWW M TKICE RICHES (S) BETOIO THE LWS M THE DnTW WRKMM MARKM PLAN M ALL OIIECT10115. S. IEPNHI AT W ET DM M THE 0111{It ALL 1lARICRIOS OAYAOEO BV 111E CMiRACTM AW WT SO*D M PM 4DDIPIOAT10115 M THE SOME M THIS PROJECT. COIFIfyI IEOEREI&TRS N11H ENI MM PM TO REPIACDeg. CMf01 a- �-RmEcr �ow STRK 77TT�RMECnr K� �CX Sn lr� • AL �/ROOM SKYO AT EDGE OF EWE OF T— USEAKE MO� DASHED TAXIWAY EDGE LINE MARKING N.T.S. 42.5' a' NON-REFLECTFVE 3D' sTRFE 5. . TIE� 1 20, 7" �- 1� �0, TIE DOWN MARKING 6, NON-REE1.ECnVE YELLOW 18' dA CIRCLE SIRn - WTER DlA, 60' NIVAEW OVAL EYE =�IETI /SUKAC'a-CMI 12* �-RETLEC�� iJ YEu" STRn, WE COURSE RISE COURSE CONCAlIE (FM P0 3/4-0 ROD X 2--6' IOW0 S�K - "4ER NA..M' REFER TO "101 FOR N.E &CWS eTIE -DOWN ANCHOR srxcN.T.S. HELICOPTER PARKING MARKING 6' NON-REFLEME Eft-ACX STWE V 6- NCW-REFLECW STRIP.n� �O 6" HC-REFLECnVE R CX smn SH0F61 Ai EWE OF EDGE OF T~ LrsEAELE P.IVIE'a eCONTINUOUS TAXIWAY EDGE LINE MARKING —:M.S, EDGE OF SNOUlOER TAMWAY SHWLDER MA NG /3' NO-REFaC VE YELLOW - STRIPES 25' N LENGTH FOR DlEN9W5 EDGE UK M�NGS (TYPI) 3' MR.) A �", TARIAY PAIBW TAXIWAY SHOULDER MARKING —N-TS. RS&H Lubtioc TtN wooer Horror EAST CA RAMP 9931ABMffATWN o TERiMQ�AL RAMP. a DO I-F IW F M PIPE INMCORDVKE W1T11 DET (UND(PORON 2 STk 0+00.00 TO STA WII'I&L W.W LF, OF 8* 4STN F-9 F-949 sl`oc`N_� PERFORATED PVC UNDENDR,NN NON -PERFORATED M PIPE (OUTSIDE P� AREA) I PIPE (TO EDGE PAVEMENT) IN AODDROMCE CONNECT I P �STk 0+63." TO I D111 2�1 I STX UNDERORM 2 STk O�.00 IN � MTN DE7A I-CU501 I (�X 0.82�53 TO STX 1+'OrOO) O�.00 TO SEX 0+B2,53) 9 �DEGPEE MOLE UNDE� 2 5 DECREE tmSI- SLOPED END TRWNENT IN MWROMIOE MTN DET. �USOI PROTECT DUW f UGHTS (M) REPUkCE RDIM MD I i 218 BOUME YARDS OF EXSTING 77777=77777=7=77=77-777 POMW " AGGREG�AILTE IN 0,CCORDANCE WH DET1CF501 PROTECT E)v`4G UNDERGROUND ELECTRIC& CIRCUIT AND 7 _a -- - ---- -- - ---- - -- INSIN CUENIOUT 1 NWT El SLOPED END 9K m 0+00 253�6 SECTION TI TNIEN` ST, I+XOO 3254 ------ L ---------- TOP IW GWE EL 315" ------- - - 3252 --- UNDERGROUND ELE PROPOSED OROLMO OWEP FOR NON -PE �--Tbtvmov� K153 LF, OF 8 919 1, 0.02.W 1250 i !! �� ox 51.47 LF-Of 8' � F-949 M 0'0�,% UI, C1101EII UNTERDRN� _:ro T. --------- -------- --- mm -il-W06 PRDI ST, TNN 6 CLEARANCE FROM 7 3248 It EL- 3219M ---- - ---- UNDE3, 4 4'_-�K ;;Ga EL - 1241�' --- QNDERGROUND j ELECTRIM CIRCUIT - ---- - -------- "L I 32� ENO &j SLOPED ---- ------------------ ------ ------- ------------------- DO TREATMENT 9k I+Q.00 — - - -------- 124. EL- 3,20.00, 9 i8 -O50 -*+40 -W30 -0 2() -0+10 0+0) 0+10 0+20 0+30 OHO ONO Ow 0+70 OdH!'O OWO tt00 1+10 1+20 1+30 1N40 1+50 POW TANX Sik INSTN CLEANOUI PR­DSED PAVEHENI SECTION S'k o�w RY EL- 32W. In. DISTNC cimNo 3�52 3212 CONNECT UNDERD" ST& 0h63 114 8' To -1 UNDIRTNUIN 2 STk j O+Do Do C 3250 FL El, 3249m, SEGIN PERFORATED UNOERDRMN sm D+" DO, R Et- 324927 45 DEGREE (?END E00 LF. of a N""' (m �.00) F-11 PVC* oj!O% -Ohio M00 Ohio 0+20 UNDERDRAIN 1 UNDERDRAIN INSTALLATION NOTES: 1+ CONTRNCIOR IS HEREW WOE AWARE TNAT ALL UMMRW WN-LATIONS WY K TEAR EWTNG B. TINE OWNER WA1 L CUT ! TCM THE LINDUNRoUND ELECTRCk CIRCUITS IN THE MORN T. USE THE CRNDING PLQN AS A 91VE TO ENSURE THAT NO PONDM OF WER OCCWS N THE UNDERGROUND, UGH,,hC CNttRS EM6TNG CIRCUITS ARE BURIED IN CONDLIT' AND MUST w PROTECTED BY THE COIRPMTOR AT ALL TIMES SHOULD M D104C CONDUIT W IN CONFLICT WITH APFA WHEN REOLIMIM BY THE THE CWTER " HOURS NOTICE, wVldf APFA OR Ml4CflR ARFAG UPON COIPLEOON OF DE PROJECT. REYDRN AREAS OF PONDING T TER AFTER THE COMPLETION OF CONSBElC110V AT NO ADORIONAL EXPENSE TO THE THE PROPOSED MERVIRM WTN TION OWING% 114WEMMY CONTACT THE ENGINEER FOR I)RECT"'N. C. PROTECT EIOSTINC ELECTRIC& DRUM, —XIES, AND LIGHT � IN �E STRIP AVALAKE EIOSTINC TOPSOIL, IN ACCOIDAMY tI0ITH F" fTEI,I T-RO5, PROW ARFM TO K PROVIDE�KCTION OF 41. UNECROR� PIPE INST�TICNS AFTER THE vpFD 4 � PA� K� CPf-Tm IN �ORDN`N`E "TN MT� `-Cml- DISTURBED TO A DEPTH OF FOLIR (4) INCHES NDST FOR LATER USE. *TERNSTNLLA� OF THE UNCEROIUUN " RO(CN GRV5OIID ARE COVPUETE, INST* TDPM IN AGCORONICE WITH W7RML AGGREGATE BASE. AJD IfAA PAVEMENT MA BEEN PLACED TO ENSURE THAT ALL NEW UNDERDRAN PIPES MA BEEN PROPERLY INSTN" W OW AGE OR OTHER PROBIELS W 5. EXST14G CONTOURS (SNOWN AT O.M FEET INTUNXII) 4DIGTE THE SURPA OF DOSTING GAME. FM ITEM T­ TO A DEPTH OF POUR (4) NChE3 TO MEET NDIGTED FINISN GAME ON DSII.IRWD ARFM PRIOR TO RENTGETATION, REMOVE FROM ANPORT PROKFIY " LEGALLY DISPOSE OF PREOM VIDEO INSPECTION IS REQUIRED BEFORE THE FIN& INSPECTION W BE C04PLEfED. PROPOSED CONTOURS (SVIOWN AT D.M FEET INTEINXII) INDICATE FIN& GRMES AT THE TOP OF THE PROPOSED SURFN , SURPLUS OR OTHER SOIL WTpdLL NOT REOUIRm OR SUTA I'DR NLLNG' & F`UUNC. OR TOPSOIL UNLESS OTICRMSE SK" ON THE RANS, VEGETATE DISTURBED AREAS IN 9CORWKE 3, COORDINATE TENPORAIY ELECTR0GN. REGUIREWENTS WRIT WE OWNER_ 6. M-H LOVTIONS " ELINATIONS N`PRD�M � THE W-W LOCATIONS W WITH FM T-NI. ASSOCNIEO ELEVATIONS TO EXISTING PAV S AND I OR STRUCTURES WITH THE ENGINEER PRIOR K THE OWNER WRL TD41ORARLY REMM " STORE LIGHT FIXTURES FOR THE RAMP PEIMIETER PROVE TEIWORWY PAT UES FOR THE LIGHT C46 FOR THE DURATION OF CONSTFIUCTKN, TO CONSTRUCTING THE PAVEMENT SECTION UNDERDRAIN 2 0 HORIZONTAL SCALE IN FEET l6mp r VERTICAL SCALE IN FEET EAST CA RAMP REMASKJTATWN PERIMETER ROAD UNDERDRAIN PLAN AND PROFLE culol BACKFlL. SHALL BE INSTALLED FROM THE TOP OF THE BEDDING MATERIAL, CDMPACTEEI IN B' LIFTS TO A MINIMUM OF 95% OF STANDARD PRDCTOR. IN ACCORDVICE WITH FAA ITEM P_152. .IN NANO TRAP TO ' TOP OF PIPE A- MIN__. PIPE UNDERDRAN GRANULAR 6' MATEM1. IN ACCORDANCE .IN WIN FM ITEM D-705 b' ASTM F-949 SMOOTH -WALL NON -PERFORATED PM UNDRA DERIN PIPE IN ACCORDANCE WIN FM ITEM 0-705 - SUITABLE TRENCH BOTTOM FOUNDATION MIE5: I. WHERE PPE IS TO BE PLACED IN FILL AREAS, THE FILL SHALL BE COMPLETED TO ONE (1) FOOT ABOVE THE TOP OF PROPOSED PIPE ELEVATION AND THEN TRENCH EXCAVATION PERFORMED. UNDERDRAIN PIPE TRENCH AND BACKFILL (OUTSIDE PAVED AREAS) CV90t SCALB:N.T.S. I/3- X 1/3- WMEO HOT GALVANIZED -F'— WIRE MESH - 0.62' Mlp. WIRE OIA. PIPE BO%I SIZE L tl01Ei I, PRESS FR INTO OUTLET END OF LATERAL WIN OPEN END TOWARDS DITCH/SLOPE TYPICAL RODENT SCREEN CU501 SCAMN.T.S. 2�. MMINE PER PUN/PROFILE OR j AG REQUIRED TO PDIECT POSITIVE ROW TO THE PIPE OUTEEI RSW LENIO N FOR _ PIPE PAYMENT 1 IB" MIN. I ------- RCP/RCBC O.D. T� — — _ — — — — — ✓" 4"1 yd IB' MIN. ILubboc T--- __ PIPE UNDERORAN GRANUIPR MATERIAL, F11Yi IN ACCORDANCE WIN FM ITEM D-705 +YA. A LUBBOCK PRBBTON 1'-O' BMTI IMIRPow IORLL YIRPORT HOVE 4 ROWS OF PERFORATIONS - 1/4' HOLE 512E AND 3-1/4• HOLE SPACING, OR APPPN EQUAL. PUCE FILTER FABRIC AROUND PIPE WD ALONC TRENCH 6070M AND WALLS PRIOR TO PLACEMENT OF ROCK, HARM OVER TOP OF ROCK PRIOR TO INSTALATICN OF PAVEMENT ABOVE, 21m. 1. CONTRACTOR 51IALL BE AWARE -1 4LL UNDERDRAN PIPE .7ALUTIONS WY RE NUR FASUND LIAITING CRiCUITS, U SLING CIRCUITS ME BURIED IN CONDUR AND SHALL BE PROTECTED BY THE CONTRACTOR AT ALL TIMES. SHOULD AN EXISTING CONDUIT BE IN CONFLICT WITH ANY OF THE PROPOSED UNDERDRAN PIPE INSTALLATION DRAWINGS, IMMEDIATELY CONTACT THE ENGINEER FOR DIRECTION, 2. PRO DE MOM INSPECTION OF ALL UNOERDRAN PPE INSM1,ATIONS AFTER THE GRANULAR 8ACkFlLL MAMRAL. AGGREGATE BASE, AND HW PAVEMENT HAVE BEEN PLACED TO ENSURE THAT ALL NEW UNDERDRAIN PIPES HAVE BEEN PROPERLY INSTALLED AND NO DAMAGE OR ANY OTHER PROBLEMS ME. PRESENT. QED INSPECTION 15 REQUIRED BEFORE THE FINAL INSPECTION CAN BE COMPERED. UNDERDRAIN (UNDER PAVEMENT) CUBOt SGLL N.i.S. AIRPORTRATED TON FRAME AND (' FINISHED lD BY EASTTjOR JOROAN IRON GPA N WORKS ( DE (MODEL 15702), OR APPROVED EOVAL j R9 2 pA _ L + CONCRETE PAp 2" MIN (TAR.)y�`�. �-(FAO ITEM P-610) " PIPE UNOERDMIN GRANULAR ARTERIAL (FAA ITEM P-705) 4. 4. 1 .- CONCRETE THRUST BLOCK U. REM P-610) ALA OCU501 SINGLE CLEANOUT SCAIEINT.S. RCOENT SCREEN 7 / VARIES 93 BARS 0 (SEE 1IN$) 19 DOE.., 6" RCP/RCBC O,D, 4• MIN ,•_O" LENGTH FOR 6' MAX 2--E" Pitt PAYMENT ELEVAimN RAO,B' OCEAPPROX.)b'REAKI.WEHFARCP1'NIPIPE tINTOOARS' REINFORE%TEND PAST BMD BE FIELD B ucnnL+� SLOPED END TREATMENT f.U501 SCALON.Tv. EAST GA RAMP REHABILITATION A� O �IWI�I repmlARr vo, >al� REYIBIONB Immal— W5a 223ON3005 OCR UNDERDRAIN DETAILS N- ....."..-a.. !✓ -....—+-.., m.�........ Amy ... _.««m.cj... ,,, II "- " y .p( 1 i ittn L..,...a.,ma 'r111 ' }