Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 3298 - Contract - Acme Electric Company - Airfield Lighting Improvements, LIA - 01_25_1990
Resolution # 3298 January.25, 1990 Item #30 BID #10479 HW : j s RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Acme Electric Company for airfield lighting improvements at Lubbock International Airport, subject to Federal Aviation Administration approval, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Coun- cil shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 25th day of January , 1990. B. C. McMIN1q, MAYOR ATTEST: to Boyd, City Secre APPROVED AS TO CONTENT: G e•--- hi anager APPROVED AS TO FORM: Harold Willard, Assistant'City Attorney CONTRACT COPY OWNER CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT SPECIFICATIONS AND CONTRACT DOCUMENTS FOR AIRFIELD LIGHTING IMPROVEMENTS A.I.P. PROJECT NO. 3-48-0138-08-88 December, 1989 ADDENDUM NO. 2 January 5, 1990 Attention of all bidders is directed to the following modifications to the referenced Plans and Specifications. SPECIFICATIONS 1. Page SP-11, SPECIAL PROVISIONS Insert the following sentence to Paragraph SP-12, WATER FOR CONSTRUCTION: "Arrangements for the location of water sources and for payment for water consumed by the Contractor during construction. shall be made directly ., with the City of Lubbock's water utility department, Lubbock Power and Light and Water." 2. Page SP-15. SPECIAL PROVISIONS At the end of Paragraph SP-20, INSURANCE, insert the following new paragraph: "The Contractor shall obtain a Builder's Risk insurance policy in the amount of 100-percent of the potential loss, naming the City of Lubbock as insured. Should a claim arise, the Contractor shall be held responsible for the policy deductible, if any, and shall pay said deductible at no additional expense to the Owner. The cost for the Builder's Risk insurance policy shall be included in the Proposal under Item 34 of the Proposal." 3. Page SP-15, SPECIAL PROVISIONS Insert the following new paragraph to Paragraph SP-21, REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS: "Existing electrical manholes to be abandoned under this contract shall be disposed of as herein specified. As directed by the Engineer, the top roof slabs of the existing electrical manholes shall be broken up and the waste from this operation deposited into the existing manhole. No portion of the manhole top slab or wall slabs shall remain within 6-inches of the finished ground elevation around the manhole. The remaining void within the existing manhole walls shall be backfilled with select material, deposited in maximum 8-inch lifts, and compacted to the density of the soil Addendum No. 2 Page 1 of 2 em surrounding the manhole. This work shall not be paid for separately, but shall be considered as a subsidiary obligation of the Contractor, covered ~` under other contract items." 4. Page 4-6. INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS -" Insert the following new paragraph: 113.7 Testing and Replacing Existing Homerun Circuits All existing homerun lighting circuits, as identified by the Engineer, shall be tested, by the Contractor in accordance with paragraph 3.6 Testing, above. Should the results of the circuit testing not be acceptable to the Engineer, the Owner may elect to replace any unacceptable homerun circuits. At the specific direction of the Owner and the Engineer, the Contractor shall remove identified unacceptable circuits and replace these circuits in accordance with these specifications. Measurement and payment for replacing unacceptable lighting circuits shall be at the contract unit price per linear foot for underground cable, 1/c #8 5KV, furnished and installed in conduit and duct." DRAWINGS 1. Sheet 3. PROJECT AIRPORT LAYOUT PLAN The location of the Contractor's storage area shall be identified as the area immediately north of the old terminal building, the building identified on this layout as "GADO." Further, the Contractor's storage area shall be located immediately adjacent to, and outside of, the Airport security fencing. The Contractor's access gate to the Airport Operations Area shall be located in Contractor's storage area. At the Contractor's option, the storage area may be fenced, at the Contractor's expense. After construction, the Contractor's fencing shall be removed at the Contractor's expense, and the area left in a condition equal to that which currently exists and acceptable to the Engineer. This Addendum becomes a part of and shall be attached to the referenced Plans and Specifications. This Addendum shall be acknowledged by the Bidder and shall be attached to the Proposal submitted. PARKHILL, SMITH & COOPER, INC. W By: Lawrence J'.,—(LarrA Valdez, P.E. 4 ACKNOWLEDGED: By: Addendum No. 2 Page 2 of 2 CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT SPECIFICATIONS AND CONTRACT DOCUMENTS FOR *� AIRFIELD LIGHTING IMPROVEMENTS A.I.P. PROJECT NO. 3-48-0138-08-88 December, 1989 ADDENDUM NO. 1 December 29, 1989 Attention of all bidders is directed to the following modifications to the referenced Plans and Specifications. SPECIFICATIONS 1. Page IB-5, INSTRUCTIONS TO BIDDERS In the second paragraph of PART B, delete the following sentence: "Likewise, the subcontracting goals for firms owned and controlled by women is two percent of the dollar value of this contract..". 2. Page C-3, PROPOSAL The quantity of Item 11, Electrical Junction Box, shall be increased from 97 to 99 units. 3. Page 3-1. INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT Insert the following new Paragraphs: 2.5 Lean Concrete Backfill Lean concrete backfill used in the construction of new ducts under existing Airfield pavement shall conform to Section 6, STRUCTURAL PORTLAND CEMENT CONCRETE, of these specifications, except as herein noted. Coarse aggregate for lean concrete backfill shall be 1-inch maximum size. Lean concrete backfill shall have a compressive strength of not less than 2,500 pounds per square inch after 28-days. 2.6 Stabilized Backfill Stabilized backfill shall be in accordance with the requirements of the Texas State Department of Highways and Public Transportation 1982 Standard Specifications for Construction of Highways, Streets and Bridges, Item 274, Cement Stabilized Base. Addendum No. 1 Page 1 of 4 3. Page 3-1. INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT (Continued) 2.7 Bituminous Surfacing Bituminous surfacing shall be in accordance with the requirements of the Texas State Department of Highways and Public Transportation 1982 Standard Specifications for Construction of Highways, Streets and Bridges, Item 340, Hot Mix Asphaltic Concrete Pavement," and shall be Type D, Fine Graded Surface Course." 4. Page 3-3. INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT In Paragraph 3.3 Extension of Existing Concrete Encased Ducts, insert the following new paragraph: T' "At various locations on the Airfield, existing FAA cables pass through existing duct banks to be extended. At these locations, the existing FAA cables will be grouped into a single duct and only the existing ducts not containing FAA cables will be extended to the new manholes and concrete encased. Ducts containing FAA cables will be extended a minimum distance as required to clear the new concrete encasement of the new duct bank extension and insure future access to the duct. The extension of the ducts with FAA cables will be accomplished using split duct of the same diameter as the existing duct. Payment of concrete encased duct extensions with FAA cables will be at the contract unit price bid for extension of the original size duct bank. For example, if a 4-way, 4-inch duct bank with FAA cables is to be extended, the FAA cables will be grouped, into a single 4-inch duct and the remaining 3-way, 4-inch duct bank will be extended and paid for as a 4-way, 4-inch duct bank extension. No direct measurement or payment will be made for split duct extensions containing FAA cables." 5. Page 5-2. INSTALLATION OF AIRPORT LIGHTING SYSTEMS Delete Subparagraph 2.5 (b) Existing_ Lights, and insert the following new subparagraph: "(b) Existing Lights Certain existing taxiway lights shall be removed from the Airfield as a part of this contract. The Contractor shall exercise reasonable care in the removal and stockpile of said taxiway lights in order to minimize damage to the light fixtures. All removed taxiway lights will be maintained in good condition by the Contractor and shall be stockpiled in an area adjacent to the Airport Maintenance Facility as directed by the Engineer. All abandoned or unused existing light bases and junction boxes shall become the property of and shall be removed from the Airfield by the Contractor. The FAA has requested that the removed and salvaged taxiway light fixtures be made available to other general aviation airports in the area, and the Engineer will be responsible for contacting said airports and for distribution of the salvaged lights. Prior to the final inspection of this project, at the direction of the Engineer, any salvaged taxiway lights remaining Addendum No. 1 Page 2 of 4 5. Page 5-2. INSTALLATION OF AIRPORT LIGHTING SYSTEMS (Continued) unclaimed in the stockpile area will become the property of the Contractor, and said lights will be removed from the Airfield by the Contractor at no additional expense to the Owner. The areas disturbed by the removal of the existing lights, light bases or junction boxes, and areas disturbed during stockpiling operations, will be repaired to the satisfaction of the Engineer." 6. Page 9-12, PAVEMENT SENSOR MONITORING SYSTEM In Subparagraph 2..10 480-120/240 Volt Transformer, insert the following new sentence to the second paragraph: "The new fused disconnect switches shall be weather -tight, or mounted in weather -tight enclosures, and designed for exterior applications." 7. Page 9-12, PAVEMENT SENSOR MONITORING SYSTEM In Subparagraph 4.6 Field Equipment, insert the following new paragraph after the first existing paragraph: "The new 480-120/240 volt transformer and the new fused disconnect switch, required at each of the Remote Processor Unit installations, shall be mounted on one of the RPU's pipe supports, and below the RPU housing. Mounting the transformer or the disconnect directly on or in the RPU housing will not be permitted." DRAWINGS 1. Sheet 1. SUMMARY OF OUANTITIES & SHEET INDEX On Item No. 11, Junction Box, of the Summary of Quantities, change the quantity from 97 to 99 units. .a 2. Sheet 16 TRANSFORMER VAULT - NEW WIRING DIAGRAM In the existing load center panel board, the circuit breaker serving the new 480-120/240 volt transformer shall be a new 100-amp circuit breaker, and A shall be shown as such. Furnishing and installing the new circuit breaker shall be included in the lump sum price bid for Proposal Item No. 1, Electrical Equipment with Wiring Installed in Electrical Vault. 3. Sheet 21 PAVEMENT SENSOR MONITORING SYSTEM LAYOUT & DETAILS In the detail entitled "PAVEMENT SENSOR HANDHOLE DETAIL," delete the following call -outs: 11L-824 CABLE, TYPE C, 5000 VOLT" and "L-823 CABLE CONNECTOR," and change the following call -out from: 1'8 GAUGE COPPER GROUND WIRE," to "#8 INSULATED COPPER GROUND WIRE." Addendum No. 1 Page 3 of 4 r" This Addendum becomes a part of and shall be attached to the referenced Plans and Specifications. This Addendum shall be acknowledged by the Bidder and shall be attached to the Proposal submitted. PARKHILL, SMITH & COOPER, INC. By: Lawrence J, arr ) Valdez, P.E. ACKNOWLEDGED: Addendum No. 1 Page 4 of 4 Specifications and Contract Documents for CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT AIRFIELD LIGHTING IMPROVEMENTS A.I.P. PROJECT NO. 3-48-0138-08-88 December 1989 Z 9-Fm Parkhill, Smith & Cooper, Inc. /1 wool./► .A :aNNown :M■ME a:B/ Engineers • Architects Planners 5 � �•9cP r**y •.....................�: LARRY E. ANCELL .......... 44864 S Fsis; . N a • . ^1 TABLE OF CONTENTS AIRFIELD LIGHTING IMPROVEMENTS ADVERTISEMENT FOR BIDS . . A-1 BID BOND . . . . . . . . . . . . BB-1 INSTRUCTIONS TO BIDDERS . . . . IB-1 PROPOSAL . . . . . . . . . . . . C -1 CONTRACT . . . . . . . . . . . . D -1 PERFORMANCE BOND . . . . . . . . E-1 PAYMENT BOND . . . F-1 CERTIFICATE OF INSURANCE . . . . G-1 GENERAL CONDITIONS OF THE AGREEMENT Paragraph Page 1. Owner GC-1 2. Contractor GC-1 3. Owner's Representative GC-1 4. Contract Documents GC-1 5. Interpretation of Phrases GC-1 6. Subcontractor GC-1 7. Written Notice GC-2 8. Work GC-2 9. Substantially Completed GC-2 10. Layout GC-2 11. Keeping of Plans and Specification Accessible GC-2 12. Right of Entry GC-2 13. Lines and Grades GC-2 14. Owner's Representative's Authority and Duty GC-3 15. Superintendence and Inspection GC-3 16. Contractor's Duty and Superintendence GC-3 17. Contractor's Understanding GC-4 18. Character of Workmen GC-4 19. Construction Plant GC-4 20. Sanitation GC-4 21. Observation and Testing GC-4 22. Defects and Their Remedies GC-5 23. Changes and Alterations GC-5 24. Extra Work GC-6 25. Discrepancies and Omissions GC-7 26 Right of Owner to Modify Methods and Equipment GC-7 27. Protection Against Accident to Employees and the Public GC-7 28. Contractor's Insurance GC-7 29. Protection Against Claims of Sub -Contractors, Laborers, Materialmen, and Furnishers of Machinery, Equipment and Supplies GC-9 30. Protection Against Royalties or Patent Invention GC-10 31. Laws and Ordinances GC-10 32. Assignment and Subletting GC-10 33. Time for Completion and Liquidated Damages GC-10 Paragraph Pace 34. Time and Order of Completion GC-ll 35. Extension of Time GC-ll 36. Hindrance and Delays GC-ll 37. Quantities and Measurements GC-12 38. Protection of Adjoining Property GC-12 39. Price for Work GC-12 40. Payments GC-12 41. Partial Payments GC-13 42. Final Completion and Acceptance GC-13 43. Final Payment GC-13 44. Correction of Work Before Final Payment for Work GC-13 45. Correction of Work After Final Payment GC-14 46. Payment Withheld GC-14 47. Time of Filing Claims GC-14 48. Arbitration GC-14 49. Abandonment By Contractor GC-15 50. Abandonment By Owner GC-16 51. Bonds GC-16 52. Special Conditions GC-16 53. Losses From Natural Causes GC-17 54. Independent Contractor GC-17 55. Cleaning Up GC-17 Notice of Acceptance GC-18 r+ SPECIAL PROVISIONS SP-1 Scope of Work SP-1 SP-2 Contract Documents SP-1 SP-3 Time and Order of Completion SP-1 SP-4 Limitation of Operation SP-4 SP-5 Airport Operations Security SP-5 SP-6 Payment SP-10 SP-7 Affidavit of Bills Paid SP-10 SP-8 Calendar Day SP-10 SP-9 Protection of Property SP-10 SP-10 Electric Power and Natural Gas SP-11 SP-11 Lines and Grades SP-11 SP-12 Water for Construction SP-11 SP-13 Material Tests SP-12 SP-14 Compaction Control Testing for Excavation, Embankment, Subbase and Base Courses SP-12 SP-15 Barricades, Signs, and Hazard Markings SP-13 SP-16 Prevention of Air and Water Pollution SP-13 SP-17 Progress Schedule SP-13 SP-18 Public Convenience and Safety SP-14 ' SP-19 Final Cleaning Up SP-14 SP-20 Insurance SP-14 SP-21 Removal and Disposal of Structures, Utilities and Obstruction SP-15 SP-22 Conformity with Plans and Allowable Deviations SP-15 SP-23 Removal of Defective and Unauthorized Work SP-15 Paragraph Page SP-24 Disputed Claims for Extra Work SP-16 SP-25 Federal Participation SP-16 SP-26 Indemnification SP-17 SP-27 Opening of Section of Airport to Traffic SP-17 SP-28 Contractor's Responsibility for Work SP-17 SP-29 Correction of Faulty Work After Final Payment SP-18 SP-30 Texas State Sales Tax SP-18 SP-31 Separate Contracts SP-18 SP-32 Shop Drawings SP-18 SP-33 Engineer SP-19 SP-34 Trench Safety SP-19 SP-35 OSHA - Chapter XVII - Subpart P - Excavation Trenching and Shoring SP-19 SP-36 Wage, Labor, EEO and Safety Requirements SP-19 SECTION 1 INSTALLATION OF AIRPORT ELECTRICAL VAULT EQUIPMENT AND CONTROL TOWER EQUIPMENT 1. Description 1-1 2. Equipment and Materials 1-1 3. Installation of Equipment in Vault 1-4 4. Method of Measurement 1-5 5. Basis of Payment 1-6 SECTION 2 INSTALLATION OF AIRPORT ROTATING BEACON 1. Description 2-1 2. Equipment and Materials 2-1 3. Construction Methods 2-3 4. Method of Measurement 2-8 5. Basis of Payment 2-8 SECTION 3 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT 1. Description 3-1 2. Equipment and Materials 3-1 3. Construction Methods 3-2 4. Method of Measurement 3-5 5. Basis of Payment 3-5 SECTION 4 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Paragraph Page 1. Description 4-1 2. Equipment and Materials 4-1 3. Construction Methods 4-2 4. Method of Measurement 4-7 5. Basis of Payment 4-7 SECTION 5 INSTALLATION OF AIRPORT LIGHTING SYSTEMS 1. Description 5-1 2. Equipment and Materials 5-1 3. Construction Methods 5-4 4. Method of Measurement 5-5 5. Basis of Payment 5-6 SECTION 6 STRUCTURAL PORTLAND CEMENT CONCRETE 1. Description 6-1 2. Materials 6-1 3. Construction Methods 6-3 4. Basis of Measurement and Payment 6-7 SECTION 7 CONCRETE MANHOLES AND STRUCTURES 1. Description 7-1 2. Materials 7-1 3. Construction Methods 7-2 4. Method of Measurement 7-4 5. Basis of Payment 7-4 SECTION 8 CONCRETE SLABS AND MISCELLANEOUS CONCRETE WORK 1. Description 8-1 2. Concrete 8-1 3. Construction•Methods 8-1 4. Method of Measurement 8-3 5. Basis of Payment 8-3 SECTION 9 PAVEMENT SENSOR MONITORING SYSTEM Paragraph Page 1. Description 9-1 2. Equipment and Materials 9-1 3. General System Operation 9-5 4. Construction Methods 9-10 5. Method of Measurement 9-13 6. Basis of Payment 9-14 SECTION 10 LIGHTING CIRCUIT INSULATION MONITORING SYSTEM 1. Description 10-1 2. Equipment and Materials 10-1 3. General System Operation 10-2 4. Construction Methods 10-4 5. Method of Measurement 10-5 6. Basis of Payment 10-6 SECTION 11 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL 1. Description 11-1 2. Materials 11-1 3. Construction Requirements 11-2 4. Method of Measurement and Basis of Payment 11-3 APPENDIX Federal Aviation Administration Advisory Circular No. 150/5370-2C "Operational Safety on Airports During Construction" ADVERTISEMENT FOR BIDS NOTICE TO BIDDERS BID # 10479 Sealed proposals addressed to the Honorable Mayor and City Council of the City of Lubbock, Texas will be received at the office of Gene Eads, Purchasing Manager, Municipal Building, 1625 13th Street Room L-04, Lubbock, Texas, 79401 until 2:00 P.M. on the 12th day of January, 1990, or as changed by the issuance of formal addenda to all planholders, for furnishing all necessary materials, machinery, equipment, superintendence, and labor for constructing certain improvements at the Lubbock International Airport, Lubbock, Texas. Immediately following the closing time for receipt of bids, proposals will be publicly opened and read aloud. Any bid received after closing time will be returned unopened. This Construction Project consists of the installation of taxiway lighting, electrical manholes, wiring, conduit and ducts, electrical vault equipment, runway and taxiway signing, pavement sensor monitoring system, and lighting circuit insulation monitoring system; the rehabilitation of the airport rotating beacon and tower, and other related items of work. A bid proposal guaranty is to accompany the bid, thereby guaranteeing the good faith of the bidder and that the bidder will enter into the written contract. The guaranty is to amount to five percent (5%) of the total bid and must be in the form of cash or certified check, issued by a bank satisfactory to the City of Lubbock, or a bid bond. If in the form of cash or certified "`- check, it is hereby expressly understood and agreed that the City of Lubbock is given the right to retain such as liquidated damages if such bidder withdraws its bid anytime after such bid is opened and before official rejection of such bid, or, if successful in securing the award thereof, such bidder fails to enter into the contract and furnish satisfactory performance bond and payment bond. If a bid bond is submitted, it shall be executed on forms contained in these contract documents by a corporate surety authorized to do business in the State of Texas, and acceptable to the City of Lubbock, and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States of America. Proposals submitted without bid guaranty in the form of cash, certified check or bid bond for 5% of the maximum bid will not be considered. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond each in the amount of the contract, written by a responsible Surety Company authorized to do business in the State of Texas, and satisfactory to the Owner, as required by Article 5160, V.A.T.C.S., as amended by H.B. 344, passed by the 56th Legislature, Regular Session, 1959. Said statutory bonds shall be issued by a company meeting the requirements of Paragraph IB-5, of the INSTRUCTIONS TO BIDDERS of these specifications. A - 1 0 All lump sum and unit prices must be stated in both script and figures. The Owner reserves the right to reject any or all bids and to waive formalities. In case of ambiguity or lack of clearness in stating the prices in the bids, the Owner reserves the right to consider the most advantageous construction thereof, or to reject the bid. Unreasonable (or "unbalanced") unit prices will authorize the Owner to reject the bid. Bidders are expected to inspect the site of the work and to inform themselves regarding all local conditions. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. f-= All bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract ten percent (10%) of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and ^' economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asians -Pacific Americans and Asian -Indian Americans. The apparent successful bidder (proposer) will be required to submit information concerning the DBE's that will participate in this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract). If the bidder fails to acheive the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. NOTICES FOR CONTRACTS IN EXCESS OF $10,000 The regulations and orders of the Secretary of tabor, OFCCP and FAR 152.61 require that the sponsor or his contractor(s) include, in invitations for bids or negotiations for contracts over $10,000, the following notices: (1) The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. (2) The Bidder (Proposer) must supply all the information required by the bid or proposal form. (3) The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a Certification where the subcontract exceeds $10,000. Samples of the Certification and Notice to Subcontractors appear in the specifications. A - 2 0 0 r•- (4) Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. NOTICES FOR CONTRACTS IN EXCESS OF $50.000 In the invitation for bids relating to contracts of $50,000 or more, the sponsor shall include the following notice: For contracts of $50,000 or more, a contractor having 50 or more employees, and his subcontractors having 50 or more employees, and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the Contract. ADDITIONAL NOTICES FOR $1 MILLION CONTRACTS For each contract which may result in a bid of $1 million or more, the invitation for bids shall also include the following notice: (1) Preaward Equal Opportunity Compliance Reviews. Where the bid of the apparent low responsible bidder is in the amount of $1 million or more, the bidder and his known all -tier subcontractors which will be awarded subcontracts of $1 million or more will be subject to full, on -site, preaward equal oportunity compliance reviews before the award of the contract for the purpose of determining whether the bidder and his subcontractors are able to comply with the provisions of the equal opportunity clause. (2) Compliance Reports. Within 30 days after award of this contract, the contractor shall file a compliance report (Standard Form 100) if: a. The contractor has not submitted a complete compliance report within 12 months preceding the date of award; and b. The contractor is within the definition of "employer" in paragraphs 2e(3) of the instructions included in Standard Form 100. The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. After opening of bids, the apparent successful bidder will be required to submit the names and addresses of DBE firms that will participate in the contract along with a description of the work and dollar amount for each firm. If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must clearly demonstrate, to the satisfaction of the airport sponsor, that a good faith effort has in fact been made and that meeting said goals is not reasonably possible. If any apparent low bidder cannot do so, A - 3 N the contract may, at the option of the airport sponsor, be awarded to the next low bidder able to meet these reugirements. This project is subject to Equal Opportunity, Affirmative Action, Minority Business Enterprise Contract Provisions, and other requirements stated in the ,.. Instructions to Bidders and other sections of the project specifications and contract documents. Information for bidders, proposal forms, specifications and plans are on file in the office of the City of Lubbock Purchasing Manager, the office of the Director of Aviation, Lubbock International Airport, Lubbock, Texas, and the offices of Parkhill, Smith & Cooper, Inc., Consulting Engineers, 4010 Avenue R, Lubbock, Texas 79412. Copies of the Plans and Specifications may be secured from Parkhill, Smith & Cooper, Inc., Consulting Engineers, 4010 Avenue R, Lubbock, Texas 79412, upon a deposit of FIFTY DOLLARS ($50.00) as a guarantee of the safe return of the plans and specifications. The full amount will be returned to the Bidder upon return of the documents to the Engineer in good condition within ten (10) days after the date for receiving bids. A pre -bid conference concerning this project will be held at 10:00 AM on the 3rd day of January 1990 at Lubbock International Airport, Ambassador Room. CITY OF LUBBOCK By Gene Eaas, C.P.M. Purchasing Manager A - 4 V ffeThe FIDELITY AND DEPOSIT COMPANY OF MARYLAND D FIDELITY AND DEPOSIT COMPANY Cnnipan'pq HOME OFFICES: BALTIMORE, MD. 21203 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we ...... ACME_ELECTRIC ------PO BOX - 16- 1- 83 . --- . LUB--B- -O--CK--,_ -TX ---- 7949Q ------- -------- ---- -------------------------------------------------------------------------------------------------------------------------------------- .................................................................................................................................................................................................. .................................................................................................................. as Obligee, (hereinafter called the "Obligee"), in the sum of_FIVE_ PER--C.E..NT ..O.F ..B.ID.......................................................................... Dollars ($5K..OF_ AEP ...... for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid ELECTRICAL WORK ......................................................... .......................... ...... LU13_B0.C.K --- T.13T R ..... .. ......... ,E..XAT.IONAL ---- AIV OR T_ ...... LUBROCK....IX ----- ....... AID --- I --- 10.4,79 ....... ----- ...... ..... ..... ....................................................................................................................... ................................................................... NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform - the workcovered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and scaled this. ... I ITH . ..................................... day ly . ................................ A.I.D. 191Q._ ... . T . ............................................. (SEAL) Principal Zl� Y fitness ...................................................... Title Ej FIDELITY AND DEPOSIT COMPANY OF MARYLAND [Z FIDELITY AND DEPOSIT COMPANY Surety ............ ----__----_--- ............ .............. ............................................ ............................................. B Y�, ---------(SEAL) Witness ATTORNEY —IN —FACT Title C325 Tx)— APPro,ed by The Awkwican Institute of Architects, A.I.A, Docummr, 'Va. A-310 February 1970 Edition. Fidelity and Deposit Company OF MARYLAND Fidelity and Deposit Company HOME OFFICES. BALTIMORE BID BOND w 0 w o x H w q z 0 0 z PLEASE READ YOUR BOND - The FIDELITY AND DEPOSIT COMPANY OF MARYLAND UFIDELITY AND DEPOSIT COMPANY Companies HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority anted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the rse side her nd are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constit & appoi arles C. Quisenberry and Sandra Burdette, both of Lubbock, Texas. the true and lawfuT—agent and Attorney -in -Fact of each, to mak ute, seal a liver, for, and on its behalf as surety, and as its act and deed: any and all bonds and u akin XCEPT bonds on behalf of Independent Executors, Community Survinw and CR*_, i_ y Guardians ecction of such bonds or undertakings in pu as fully and amply, to all intents and purposes, as if tl7�' officers of the respective Companies at their office IN WITNESS WHEREOF, the said Vice -Pre and. the Corporate Seals of the said FIDELITY AND EPOSIT ATTEST: SEAL. I� SEAL�� r :e of been tY?nts, shall be as binding upon said Companies, :uted and acknowledged by the regularly elected their own proper persons. ,cretaries have hereunto subscribed their names and affixed OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY _ Anri1 , A.D. 19_SR U FID I AND DEPOSIT COMPANY MAR AND _ 1Z - ,�� - By_ Assistant Secretary Vi resident Assistant Secretary FIDELITY AND DEPDSIT C PANY By k- Vic(-President STATE OF MARYLAND CITY OF BALTIMORE ; SS: On this 26th day of April , A.D. 1989 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELI- TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Sea ity o Baltimore the day nd year t, first above written. i „f�OTA11Y'} ota ublic My commission expires July 1, 1990 CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1%9 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.' IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this _ 11TH_d�y af__JAWARY ---- ----------_ 19-90 168-5158------------- -------- --- --- -------- '�'" ----- Assistant Secretary EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board,, or the. President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." 1.1411)WTX 1—Cd. BID BOND THE STATE OF TEXAS ) COUNTY OF LUBBOCK ) KNOWN ALL MEN BY THESE PRESENTS, THAT SURETY'S NO. (hereinafter called the Principal), as Principal, and, (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of Lubbock, Texas, a home rule municipal corporation of Lubbock County, Texas (hereinafter called the Obligee), in the amount of DOLLARS ($ ), 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 submitted a Bid or Proposal to enter into a certain written contract with the Obligee to NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully, enter into such written Contract, then this obligation shall be void; otherwise to remain in full force and effect. BB - 1 IT IS EXPRESSLY UNDERSTOOD AND AGREED that if said Principal should withdraw its Bid anytime after such Bid is opened and before official rejection of such Bid or, if successful in securing the award thereof, said Principal should fail to enter into the Contract and furnish satisfactory Performance Bond and Payment Bond, the Obligee, in either of such events, shall be entitled and is hereby given the right to collect this Bid Bond as liquidated damages. PROVIDED further that if any legal action be filed upon this Bond venue shall lie in Lubbock County, Texas. IN WITNESS WHEREOF, the said Principal and Surety do sign and seal this instrument, this day of , 19 Principal By Address APPROVED AS TO FORM: City Attorney NOTE: Attach Power of Attorney BB - 2 Surety By Address INSTRUCTIONS TO BIDDERS IB-l. BID FORMS Bids shall be submitted on the Proposal form in the bound specifications. The complete bound documents shall be submitted and plans shall be returned as specified herein. In addition to the completed Proposal, bid forms shall include Bid Security, Experience Record, Financial Statement, Schedules of Equipment and Subcontractors, and other specified documents. Failure to submit a complete bid as specified will be considered as sufficient cause for rejection of the bid. IB-2. PREPARATION OF PROPOSAL All blanks in the forms shall be filled in or marked "N.A." (Not Applicable) and all required information shall be included with the Proposal. ~ Bid prices shall be written in ink and shall be shown both in written words and figures. Receipt of all addenda issued shall be acknowledged in the space provided on the addendum. Each addendum received and the Bid Security shall be .. enclosed with the Proposal. The Proposal and accompanying documents shall be enclosed in a sealed envelope, addressed to the Honorable Mayor and City Council, City of Lubbock, Texas, in care of the City Secretary, marked "Proposal for City of Lubbock, Texas, Lubbock International Airport, Airfield Lighting Improvements," with the name and address of the Bidder also shown thereon. IB-3. FINANCIAL STATEMENT A sworn statement of the current financial condition of the Bidder shall also be enclosed with the Proposal, in order to provide the Owner with information relative to the responsibility of bidders and their ability to r- finance and construct the work. This statement shall be enclosed with the Proposal in a separate envelope will be returned to the Bidder upon return of his bid security. IB-4. BID SECURITY Each proposal must be accompanied by a Bid Bond, Certified Check, or cash in the amount of not less than five percent of the bid submitted, payable without recourse to the City of Lubbock, Texas. Such bid security shall be so conditioned that if the Bidder is awarded the Contract and is unable or fails to furnish performance and payment bonds and execute the Contract within ten days after date of award, the security shall revert to the Owner as compensation for damages which the Owner suffers because of such failure by the Bidder. IB-5. PERFORMANCE AND PAYMENT BONDS With the execution and delivery of the contract documents, the Contractor shall furnish, on the forms provided herein, bonds, as required by the General Conditions, executed by an approved surety company authorized to do !'- business in the State of Texas, and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States of America. Performance and Payment bonds shall be issued by a company carrying a current Best Rating of B or Superior. IB - 1 IB-6. INTERPRETATION OF BIDS No bid will be considered which fails to supply all information indicated, or which has any limitation or provisions placed upon it by the Bidder. In case of a difference between the written words and the figures in the Proposal, the amount stated in written words will be considered as the bid r-. price, without recourse on the part of the Contractor. In case of ambiguity or lack of clearness in the Proposal, the Owner will adopt the most advantageous construction thereof or reject the bid. The Owner reserves the right to accept or reject any or all bids, if it is deemed to be in the best interest of the public. Further, the Owner reserves the right to reject any bids because of irregularity or to waive such irregularity if such action is in the public interest. IB-7. DISPOSITION OF BIDS The Owner expects to make award of the contract as soon as possible after the opening of bids, but specifically reserves the right to hold all Proposals for a period not to exceed sixty (60) days, before making an award. No Proposal, having been opened, may be withdrawn prior to expiration of this sixty day period. Bid security of all but the successful Bidder will be returned upon making an award. A fixed amount of funds is available for the project. The Owner reserves the right to reduce the scope of work and to award a contract that is within the available funding. IB-8. EXAMINATION OF SITE, PLANS AND SPECIFICATIONS Prior to submission of a Proposal, each Bidder shall have made a thorough examination of the site of work and of the plans and specifications, and shall become informed as to the location and nature of the proposed construction, labor conditions and all other matters that may affect the cost and time of completion of the work upon which he bids. Bidders shall make such investigations of the nature of the project as they deem necessary and shall assume all responsibility for fully informing themselves of the character of materials which will be encountered. The submission of a Proposal shall be prima facie evidence that the Bidder has made such an examination. IB-9. INTERPRETATION OF SPECIFICATIONS PRIOR TO BIDDING Any questions arising, during the advertising period as to meaning or intent of the specifications will be answered by an addendum which will be sent to all who have placed a deposit and have been furnished plans and contract documents. The receipt of each addendum shall be acknowledged by the Bidder in the space provided and each addendum shall be enclosed with the Proposal when it is submitted. All addenda shall become a part of these contract documents. IB-10 AVAILABILITY OF PLANS A. For Bidders It is intended that all parties with an interest in the type of work included in the project covered by these documents be given a reasonable IB - 2 r-- opportunity to examine the documents and prepare a bid or sub -bid. Documents may be examined without charge as noted in the Notice to Bidders. Drawings for general distribution are full-size (24" x 3611) drawings. Complete sets of documents may be obtained from the Engineer upon request, accompanied by a deposit of $50.00. Upon return of the documents to the Engineer in good condition within ten (10) days after the date for receiving bids, the full amount of the deposit will be returned. B. For the Contractor The Contractor will be furnished ten (10 sets) of full-size drawings and ten (10) sets of, specifications for his use during construction. This shall include all plans and specifications furnished to material suppliers ^^ and subcontractors but does not include the executed contract copies. Plans and specifications for use during constructio nwill be furnished directly only to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors, or others, as required for proper execution of the work. Should additional sets of documents be desired, they may be purchased, by the Contractor only, at the following prices, exclusive of postage or freight charges: Full-size Drawings $24.00 per set Single Sheets of Drawings $ 1.50 per sheet Specifications $26.00 p.ez set IB-11. SPECIAL PROVISIONS Attention of Bidders is directed to SPECIAL PROVISIONS included in these documents for requirements concerning scope of work, labor, wage schedule, insurance and similar subjects. IB-12. STORAGE AREA Contractors bidding on the work included in this contract who desire to locate a material storage area, mixing plant, or other similar facility on the airport property may secure such a site, buildings or areas by direct negotiation with the Director of Aviation, Lubbock International Airport, Lubbock, Texas. IB-13. DELETED IB-14. WITHDRAWAL OF PROPOSALS Any Bidder, upon his or his authorized representative's written request, will be given permission to withdraw his Proposal not later than the time set for opening thereof. At the time of opening of the Proposals, when such Proposal is reached, it will be returned to him unread. IB-15. DISQUALIFICATION OF BIDDERS Any one or more of the following causes will be considered as sufficient for the disqualification of bidder and the rejection of his bid or bids: r IB - 3 P.- More than one Proposal for the same work from an individual firm, partnership, or corporation under the same or different name. Evidence of collusion among bidders. Participants in such collusion may not receive recognition as Bidders for any future work. Unbalanced Proposals in which the prices for some items are out of proportion to the prices for other items. "- Failure to submit a unit price for each item of work for which a bid price is required by the Proposal. Lack of competency as revealed by the financial statement, experience, or plant and equipment statements submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. Uncompleted work which, in the judgment of the Owner, might hinder or prevent the prompt completion of additional work if awarded. For being in arrears on existing contracts, in litigation with the Owner, or having defaulted on a previous contract. IB-16. MATERIAL GUARANTY Before any contract is awarded, the Bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. IB-17. CONTRACTOR'S CERTIFICATION OF AFFIRMATIVE ACTION The Contractor assures that it will undertake an affirmative action program as required by 14 CFR Part 152, Subpart E, to insure that no person shall on the grounds of race, creed, color, national origin, or sex be excluded from participating in any employment activities covered in 14 CFR Part 152, Subpart E. The Contractor assures that no person shall be excluded on these grounds from participating in or receiving the services or benefits of any program or activity covered by this subpart. The Contractor assures that it will require that its covered suborganizat ions provide assurances to the Contractor that they similarly will undertake affirmative action programs and that they will require assurances from their suborganizations, as required by 14 CFR Part 152, Subpart E, to the same effect. IB-18 DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS PART A Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed IB - 4 I-- r-� in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -assisted contracts. Compliance. All bidders, potential contractors, or subcontractors for this DOT assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation, as set forth above shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the owner. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offers further subcontracting opportunities. PART B It is further understood and agreed: The award selection procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45(i) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals. Notification is hereby given that DBE goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disadvantaged individuals is ten percent (10%) of the dollar value of this contract. Likewise, the subcontracting goal for firms owned and controlled by women is two percent of the dollar value of this contract. After opening of bids, the apparent successful bidder will be required to submit the names and addresses of DBE firms that will participate in the contract along with a description of the work to be performed by each named firm and the dollar value for each contract (subcontract). If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must provide documentation clearly demonstrating to the satisfaction of the airport sponsor, that it made good faith efforts in attempting to do so and that meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered nonresponsive. Agreements between bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith effort to IB - 5 r�- replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action efforts. IB - 6 PROPOSAL TO: The Mayor and City Council City of Lubbock, Texas Lubbock, Texas January 12 , 1990 Gentlemen: r-- Pursuant to the foregoing Notice to Bidders, the undersigned Bidder hereby proposes to do all work and furnish all necessary superintendence, labor, machinery, equipment, tools, and materials and whatever else may be necessary to complete all work upon which he bids as provided by the attached specifications and shown on the plans, and binds himself on acceptance of his proposal to execute a Contract, and Bonds according to the accompanying forms, "^ for performing and completing the said work within the time stated, and furnishing all required guarantees, for the following prices to -wit: LUBBOCK INTERNATIONAL AIRPORT AIRFIELD LIGHTING IMPROVEMENTS Item Quantity No. & Unit Description of Item and Unit Prices Total Amount FAA PARTICIPATING 1. 1 Electrical Equipment with Wiring Install- L.S. ed in Electrical Vault, including removal or relocation of specified existing equip- ment, complete, for the lump sum price of: Forty -Five Thousand Dollars and No Cents ($ 45,000.00 ) $ 45,000.00 2. 1 Electrical Equipment and Wiring Install- L.S. ed in Existing Control Tower, including removal of specified existing equipment, complete, for the lump sum price of: Nine Thousand Two Hundred Fifty -Four Dollars and No Cents ($ 9,254,001) $ 9,254.00 r^ C - 1 r- Item Quantity No & Unit Description of Item and Unit Prices Total Amount FAA PARTICIPATING 3. 1 Installation of Rehabilitated Airport L.S. Rotating Beason, including removal of the r existing beacon, complete, for the lump sum price of: Ten Thousand Three Hundred Eighteen Dollars and No Cents ($ 10,318.00 ) $ 10,318.00 ,,. 4. 1 Installation of Rotating Beacon Radio L.S. Controller System on existing beacon tower and in existing control tower, complete, for the lump sum price of: Fifteen Thousand Three Hundred Fifty Dollars and No Cents ($ 15,350.00 ) $ 15,350.00 5. 1 Installation of New Ladder Assembly L.S. on Existing Beacon Tower, including removal of existing ladder, complete, for the lump sum price of: Fifteen Thousand Five Hundred Thirty -Five Dollars ,., and No Cents ($ 15,535,001) $ 15,535.00 6. 4 Manhole, 6' x 6', furnished and in - Each stalled, complete, each: Five Thousand Fifty -Nine Dollars and No Cents ($ 5,059.00 ) $ 20,236.00 C - 2 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount FAA PARTICIPATING 7. 12 Each 8. 9. 10 74 Each Manhole, 4' x 4' HD, furnished and in- stalled, complete, each: Three Thousand Nine Hundred Four_ Dollars and No Cents ($ 3,904.00 ) Manhole, 2' x 2' HD, furnished and in- stalled, complete, each: One Thousand Five Hundred Sixty Dollars and No Cents ($ 1,560.00 ) 2 Raising Existing Electrical Manhole Top Each Slab, furnished and installed, complete, each: Two Thousand Seven Hundred Dollars and No Cents ($ 2,700.00 ) 120 Connection of New Conduit System to Each Existing Runway or Taxiway Sign Base, including junction box, duct and concrete slab, furnished and installed, complete, each: Three Hundred Forty -One Dollars and No Cents ($ 341,00 ) *99 11. 47- Electrical Junction Box, furnished and Each installed, complete, each: Two Hundred Thirty -Six Dollars and No Cents ($ 236.00 ) 12. 91,101 1-way, 2-inch Underground Conduit, fur- L.F. nished and installed in trench, includ- ing trenching and backfilling, per linear foot: One Dollars and Forty -Five Cents ($ 1.45 ) *Addendum No. 1, 29 Decebmer 1989 C - 3 $ 46,848.00 $ 115,440.00 $ 5,400.00 $ 40,920.00 $ „23,364.00 $ 132,096.45 IR9 096.90 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount FAA PARTICIPATING 13. 1,490 4-way, 4-inch Underground Duct, fur- L.F. nished and installed in trench, includ- ing trenching and backfilling, per linear foot: Thirteen Dollars and No Cents ($ 13.00 ) $ 19,370.00 .- 14. 297 4-way, 4-inch Underground Duct, concrete L.F. encased, including trenching and back - filling, per linear foot: Twenty -Two Dollars and No Cents ($ 22.00 ) $ 6,534.00 15. 18 Extension of Existing 1-way, 4-inch L.F. Underground Duct, concrete encased, in- cluding trenching and backfilling, per linear foot: Ten Dollars and No Cents ($ 10.00 ) $ 180.00 16. 414 Extension of Existing 2-way, 4-inch -- L.F. Underground Duct, concrete encased, in- cluding trenching and backfilling, per linear foot: Fifteen Dollars and No Cents ($ 15.00 ) $ 6,210.00 17. 171 Extension of Existing 4-way, 4-inch L.F. Underground Duct, concrete encased, in- cluding trenching and backfilling, per linear foot: Twenty -Two Dollars r-- and No Cents ($ 22.00 ) $ 3,762.00 r r-- C - 4 r- Item Quantity No. & Unit Description of Item and Unit Prices Total Amount ,., FAA PARTICIPATING 18. 54 Extension of Existing 6-way, 4-inch L.F. Underground Duct, concrete encased, in- cluding trenching and backfilling, per r.. linear foot: One Hundred Eight Dollars "^ and No Cents ($ 108.00 ) $ 5,832.00 19. 36 Extension of Existing 8-way, 4-inch L.F. Underground Duct, concrete encased, in- cluding trenching and backfilling, per linear foot: Thirty -Five Dollars and No Cents ($ 35.00 ) $ 1,260.00 r- 20. 18 Extension of Existing 16-way, 4-inch L.F. Underground Duct, concrete encased, in- cluding trenching and backfilling, per linear foot: Seventy Dollars and No Cents ($ 70.00 ) $ 1,260.00 21. 153,381 Underground Cable, 1/c #8 SKV, furnished L.F. and installed in conduit and duct, per linear foot: Zero Dollars $ 64,420.02 and Forty -Two Cents ($ 0.42 ) — &.4G 22. 102,712 Counterpoise Wire, #8 AWG Bare, SD L.F. Stranded Copper, furnished and installed, per linear foot: Zero Dollars $ 29,786.48 and Twenty -Nine Cents ($ 0.29 ) $— 99 786.90 ,., C - 5 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount FAA PARTICIPATING 23. 30,000 Underground Power Cable for Remote Pro- L.F. cessor Units of the Pavement Sensor Monitoring System, 1/c #8 5KV, furnished and installed in trench, including trenching and backfill, per linear foot: One Dollars and Ten Cents ($ 1.10 ) $ 33,000.00 24. 822 Taxiway Light, Base Mounted, 360° blue, Each furnished and installed, Complete, each: Three Hundred Twenty -Eight Dollars and No Cents ($ 328.00 ) $ 269,616.00 25. 667 Removal of Existing Taxiway Light Fix - Each ture, Stake or Base and Transformer, each: Sixteen Dollars and No Cents ($ 16.00 ) $ 10,672.00 26. 1 .Taxiway Informational Sign, furnished Each and installed, complete in place, each: One Thousand Seven Hundred Forty -Nine Dollars and No Cents ($ 1,749.00 ) $ 1,749.00 27. 17 Runway Distance Remaining Sign, furnished Each and installed, complete in place, each: Two Thousand One Hundred Twenty -One Dollars $ 36,064.99 and Forty -Seven Cents ($ 2,121.47 ) 28. 6 Replacement Taxiway Informational Sign ;^ Each face, black legend on yellow background, furnished and installed, complete in place, each: r^ Two Hundred Fifty Dollars and No Cents ($ 250.00 ) $ 1,500.00 r^� C - 6 I— Item Quantity No. & Unit Description of Item and Unit Prices Total Amount FAA PARTICIPATING 29. 14 Temporary Taxiway Light, including Each direct burial underground electrical cable, stake mounted, 360° blue, furnished and installed, complete in place, each: One Hundred Fifty Dollars and No Cents ($ 150.00 ) $ 2,100.00 30. 1 Pavement Sensor Monitoring System, L.S. furnished and installed, including the remote processing units, probes, sensors, handholes, transceivers, type V cable, trenching and backfilling, central processing unit, computers,.printers, software and items required to complete all work shown on the drawings and called for in the specifications, complete, for the lump sum price of: Two Hundred irtv-Eight Thousand Four Hundred • Sixty -Five Dollars and No Cents ($ 238,465.00 ) $ 238,465.00 31. 156 Removal and Repair of Existing Bitumi- S.Y. nous Pavement, required for the install- ation of new underground ducts or con- duit, complete, per square yard: One Hundred Twenty -Five Dollars and No Cents ($ 125.00 ) $ 19,500.00 $1,231,042.94 SUBTOTAL PROPOSAL BID ITEMS 1 THROUGH 31 (FAA PARTICIPATING) $ 23 98 C - 7 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount FAA NON -PARTICIPATING 32. 1 Lighting Circuit Insulation Monitoring L.S. System, furnished and installed, including high tension couplers, power supply and control modules, circuit scanning module, meg-ohm meter, soft- ware for computer interface, and items required to complete all work shown on the drawings and called for in the specifications, complete, for the lump sum price of: Fifty -Eight Thousand Nine Hundred Dollars and No Cents ($ 58,900.00 ) $_ 58,900.00 33. 172 6-inch Concrete Slab Around New Runway S.Y. Distance Remaining Signs, complete, per square yard: Forty -Eight Dollars and No Cents ($ 48.00 ) $ 8,256.00 34. 1Cost of Insurance Policy, as Specified L.S. in Paragraph SP-20 of the Special Pro- visions, for the lump sum price of: Five Hundred Dollars and No Cents ($ 500.00 ) $ 500.00 SUBTOTAL PROPOSAL BID ITEM 32 THROUGH 34 (FAA NON -PARTICIPATING) $ 67,656.00 $1,231,042.94 SUBTOTAL PROPOSAL BID ITEMS 1 THROUGH 31 (FAA PARTICIPATING) $1. 31.449-84 $1,298,698.94 TOTAL PROPOSAL BID ITEMS 1 THROUGH 34 C - 8 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 the above bid, and that the prices bid herein are based on the minimum wage rates included in the Specifications. The Bidder (offeror) certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. It further agrees that by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, •- proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant in unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of '- a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to C - 9 P- the contractor, if at any time it learns that its certifications was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the r, contractor of subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a r^ contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice to Proceed" and to complete the project within 300 calendar days, as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of $500.00 for each working day thereafter as hereinafter provided in the General Conditions. Bidder acknowledges receipt of the following addendum: #1 Dated 29 December 1989 #2 Dated 5 January 1990 Enclosed with this Proposal is a Cashier's or Certified Check for Dollars ($ ) or, a Proposal Bond in the sum of 5 % of the bid Dollars($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the Proposal is accepted by the Owner with sixty (60) days after the date advertised for the reception of bids and the undersigned fails to execute the contract and the required bonds with the Owner, under the C - 10 conditions hereof, within ten (10) days after the date said proposal is accepted; otherwise, said check or bond shall be returned to the undersigned upon demand. ACME Electric CONTRAC R r (Seal if Bidder is a By Corporation Box 16183, Lubbock. Tx, 79490 Address NOTE: Do not detach this Proposal from this binding but submit intact. Fill in all blank spaces in this and accompanying forms and include proper bid security. C - 11 pl- FEDERAL REQUIREMENTS ON NON-DISCRIMINATION The Bidder (Proposer) shall complete the following statement by checking the appropriate space. The Bidder (Proposer) has X has not participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The Bidder (Proposer) has X has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. r-- If the Bidder (Proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a r^ compliance report on Standard Form 100, 'Employee Information Report EEO-l' prior to the award of contract. ACME Electric CONTRA OR By' ATTEST: "MIN ME � Ewa CORPORATE SEAL Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 1800 G Street Washington, D. C. 20506 C - 12 CERTIFICATION OF BIDDER REGARDING EOUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDER'S NAME ACME Electric ADDRESS Box 16183. Lubbock. Texas 79490 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER 75-1450152 NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding .-. $10,000 which is not exempt from the provisions of the equal opportunity clause. r- (2) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES: The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform C - 13 P" their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor *^ certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under r., his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, •- and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex or national origin because of habit, local custom or any other reason. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 ^^ which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES: A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Certification - The. Information above is true and complete to the best of my knowledge and belief. Barry Brown, President Name and Title of Signer (Please Type) January 12, 1990 Signature,' Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. C - 14 r CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this day of r.-,87.,Vj+ V A.D. 1990, by and between the City of Lubbock, of the County of Lubbock, and State of Texas, acting through Gene Eads. Purchasing, Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed Owner, and ACME Electric of the City of Lubbock , County of Lubbock and State of Texas , Party of the Second Part, hereinafter termed Contractor. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (Contractor) hereby agrees with said Party of the First Part (Owner) to commence and complete the construction of certain improvements described as follows: The installation of taxiway lighting, electrical manholes, wiring, conduit and ducts, electrical vault equipment, runway and taxiway signing, pavement sensor monitoring system, and lighting circuit insulation monitoring system; the rehabilitation of the airport rotating beacon and tower; and other related items of work, all as shown on the plans entitled, "City of Lubbock, Texas, Lubbock International Airport, Airfield Lighting Improvements" dated December, 1989, and the specifications attached hereto. This contract shall include all extra work in connection therewith, under ' the terms as stated in the General Conditions of the Agreement; and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other .- accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, and in accordance with the Plans, which includes all maps, plats, blue prints and other drawings and printed or written explanatory matter thereof, and the Specifications therefor, as prepared by Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, E1 Paso, Midland and Austin, Texas, herein entitled the Engineer, each of which has been identified by the endorsement of the Contractor and the Engineer thereon, together with the Contractor's written Proposal, the General Conditions of the Agreement, and the Performance Bond and r- D - 1 Payment bond hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. The Contractor hereby agrees to commence work under this contract on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within three hundred (300) calendar days thereafter. The Contractor further agrees to pay, as liquidated damages, the sum of $500.00 for each working day thereafter as hereinafter provided in Paragraph 33 of the General Conditions. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefor, subject to additions and deductions, as provided in the specifications, and to make payments on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. 7--- Ci Secretary ATTEST: Affix Corporate Seal if any. Approved as to Form City of Lubbock By City Attorne y Party of the First Part (Owner) CITY OF LUBBOCK, TEXAS ff_4 r �� ' ,� Party of the Second Part (Contractor) ACME Ele tric By Complete Address: D - 2 Box 16183 Lubbock Texas 79490 n STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 r OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959 i_i ; ._.LASED IN TEXAS DATE KNOW ALL MEN BY THESE PRESENTS, that ACME ELECTRIC (hereinafter called the Principaks), as Principal(sy and FIDELITY R"ID DEPOSIT compai (hereinafter called the Surety(s1. as Surety(s), are held and firmly bound unto the City of Lubbock (here inafter called the Obligee), in the amount of One Million Two Hundred Ninety -Eight Thousand, Six Hundred Ninety -Eight Dollars and 94 Cents ($1,298.698.94) 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 day of P5&13 g m's'/ r 19 4?67 , to AIRFIELD LIGHTING IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT 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 per- form the work in accordance with the plans, specifications and contract doc:nents, 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 Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, 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-2-3114 day of J0'1)tCar+ 1970. FIDELI'n't i 'D DEPOSIT CGIMPANY ACME Electric Surety Princi l y : ( itle) _ 'By: (Title) By: (Title) PERFORMANCE BOND E - 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby Cha.rIes C. designates Q71;se nfs" an agent resident in Lubbock County to whom any requisite notices may be delivered and on 6hom service of process may be had in matters arising out of such suretyship. FID-MlY AND DEPSIT COMPANY Surety (Title) r[/ Approved as to Form City of Lubbock sy. City Attorney 'Note: if signed by an officer of the Surety Corpany, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of attorney for our files. PERFORMANCE BOND E — 2 r-• STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 gtigj RAjIN r— OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW nALL t rMEN BY^THESE PRESENTS, that l�/ ACME ELECTRIC (hereinafter called the Principagsj, as Principal(s), and FIDELITY AND DEPOSIT COMPANY (hereinafter called the Surety(s} as Surety(s} are held and firmly bound unto the City of Lubbock (here inafter called the Oblipeej, in the amount of one Million Two Hundred Ninety -Eight Thousand, Six Hundred Ninety -Eight Dollars and 94 Cents ($1,298,698.94) lawful money of the United States fort he 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 day of 1910, to AIRFIELD LIGHTING IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length, -herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a sub -contractor in the prosecution of the work provided for in said con- tract, 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 Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the_56th Legislature, Regular Session, 1959, 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. PAYMENT BOND F - 1 r•, P IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this r*� .234 day of Jo 19 Q0 . i i F€DELmn AND DEPOSIT COMPANY r.. Surety Princi at AC Electric B .By: • (Title) By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des- ignatesCI.1,1es C.(LuT n�eC an agent resident in Lubbock County to whom any requisite notices may be delivered and t^. on whom service of process may be had in matters arising out of such suretyship. Surety (Title) Approved as to form: City of Lubbock By; City Attorney *Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. t PAYMENT BOND F — 2 ry The FIDELITY AND DEPOSIT COMPANY OF MARYLAND FIDELITY AND DEPOSIT COMPANY 0 Companies HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority anted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the rse side her nd are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constit appoint O r 1 e s C. Qu i s enbe rry and Sandra Burdette, both of Lubbock, Texas .(\. t e true and lawfulagent and Attorney -in -Fact of each, to and as its act and deed: any and all bonds and Independent Executors, Community Survi- n t e execution of such bonds or undertakings in pu as fully and amply, to all intents and purposes, as if tM officers of the respective Companies at their office IN WITNESS WHEREOF, the said Vice -Pre t and, the Corporate Seals of the said FIDELITY AND EPOSIT ATTEST: abyr SEAT. S ' aro�� ak ute, seal liver, for, and on its behalf as surety, v11> kin % XCEPT bonds on behalf of and Cofi Guardians........ :e of these plQ�hts, shall be as binding upon said Companies, been d ecuted and acknowledged by the regularly elected pore, in their own proper persons. ecretaries have hereunto subscribed their names and affixed OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY - — — - April A.D. 19-BR STATE OF MARYLAND CITY OF BALTIMORE ; SS: FIP AND DEPOSIT COMPANY MAR AND M=L1A_d------ By -------- ---------- Assistant Secretary VicelPregident Assistant Secretary FIDELITY AND DE P IT C PANY By-------------- Vi President On this 26th day of April , A.D. 1989 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELI- TY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Se ity o Baltimore the day nd year first above written. ,�ot.04ublic My commission expires July 1, 1990 CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect.on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this c2 taK----day ot_ u gC c----- -------------• 168-5158 ---- --- -- ------ ---------- ---_-- _--"-- ---- Assistant Secretary EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." 1.141nbl rxI—Cif. CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: 01-23-90 Type of Lubbock, Texas Project: AIP .Project ACME ELECTRIC PO Box 16183 3-48-0138-08-88 THIS IS TO CERTIFY THAT Lubbock, TX 79494(Name and Address of Insured) is, at the date of this certificate, in- sured by this Company with respect to'the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability ...............................•--..._................_...........................................---............... Workmen's *407-05-47-79 12-28-89 12-28-90 100/500/100 Compensation *This is not a certificate for Workers' Compensation. Certificate will be .................issup-d.Airect.fxom.insuzillg.l QuiR4py,. Written, thru TX .WC.Assigned: Fisk Pool. Owner's Protec- Named Insured: City of Lubbock and Per Person s 1,000, tive or Contin- Parkhill, Smith & Cooper, Inc. Per occurrence s 1,000, gent Liability 543-004898-4 1-23-90 1-23-91 rt S_1 0 0 0 Property Damage •..................................................................................Ag gxe g a t e ......---;l- Contractor6s Per Person f Protective or Per Occurrence f Contingent _ Property Damage S Liability :........................................................................................... ........................ Per Person $1,000, CSL Automobile 133-538974 7-1-89 7-1-90 Per Occurrence $1,000, CSL ...................................................•-.........................................._.................... Certificate Holder Named Additional Insured Property Damage $1,000, CSL Comprehensive 503-045455 7-1-89 7-1-90 2,000, Aggregat General Liability Certificate Holder Named Additional Insured $1,000. Per Occu Umbrella Liability523-545731-1 7-25-89 7-25-90 $ 05• 00• Aggregat 5,000. Per Occu The foregoing Policies (do) XIl *M� cover all sub -contractors. Locations Covered Lubbock International Airport DESCRIPTION of Operations Covered Airfield Lighting Improvements The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THIS CERTIFICATE MUST BE SENT TO THE OWNER. Crum & Forster Insurance Companie (Name of Insurer) gy:dvy�, d: W1. to Charles Quisenberrr Title Agent G — 1 ASHORD. I CERTIFICATE OF INSURANCE ISSUE DATE (MMIDD/YY) 1-25-90 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS & Associates, Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, Quisenberry EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 4601 B 66th Street Lubbock, TX 79414 COMPANIES AFFORDING COVERAGE COMPANY A CODE SUB -CODE LETTER Crum & Forster COMPANY B INSURED LETTER COMPANY `. City of Lubbock LETTER PO BOX 2000 COMPANY Lubbock, TX 79417 LETTER COMPANY E LETTER COVERAGES....._..,.,._._,._.....„ ,..,..__��.._._� ._..._._.�.�.-,.�.__._.-..,_ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS LTR DATE (MMIDDlYY) DATE (MM/DDIYY) GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGATE $ CLAIMS MADE OCCUR. PERSONAL & ADVERTISING INJURY $ OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MEDICAL EXPENSE (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE $ ANY AUTO LIMIT ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER B Builder's Risk 320-45-35284 1-24-90 1-24-91 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONSISPECIAL ITEMS Lubbock International Airport, Airfield Lighting Improvements AIP Project # 3-48-0138-08-88 CERTIFICATE HOLDER CANCELLATION City of Lubbock PO BOX 2000 Lubbock, TX 79417 ACORD 25-S (3/88) EACH AGGREGATE OCCURRENCE STATUTORY (EACH ACCIDENT) (DISEASE —POLICY LIMIT (DISEASE —EACH EMPLO Ins. Value $1,298,699. Deductible each occurrence is $5,000. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Tf EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR ' MAIL 1_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO TI LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVE AUTHORIZED REPRESENTTATIVE ._. ©ACORD CORPORATION Form No. 77 GENERAL CHANGE ENDORSEbtENT Effective June 1,1944 Attached to and forming part of Policy No. .59177...5.455......of the..UnAted States Fire,,,,,,,,,,,,,,,,,,,,,,,,,,,Insurance Compai ........................... . of................................................................................................. issued at its ............ Ltuhbolak......................................................... Texas Agency. Dated....-....:K.'1-89 Quisenberry_& Assoeiates�.,Inc. _ pgen ................ Insured................................................................................................................................................................................................ Other conditions remaining the same, this Policy is amended as of...1-2.3..................................19..90, as follows: For Hame orrice ut It is hereby understood and agreed that CITY OF LUBBOCK shall be named additionaj insured regarding Project AIP 3-48-0138-08-88 ( Lubbock International Airport Airfield Lighting Improvements) If premium adjustment is made fill in the blanks below, in detail. ORIGINAL POLICY DATA POLICY DATE: From.... —___________.to.._.___.________ PREMIUM ADJUSTMENT � rEnit's 11 of Col. Total lnsuranee Old Rate New Rate Addliinn.I Premium Return Premium F Fire f Normal f f F FR Actual EE.C. xxx ■xxxxx E R R,mts R 70TAL Location................•---'.--..........................................................................--....................................................................... Texas Noand Street Addition Town Lot........................Block........................Map Page ........................ File No ......................... Occupancy .................................. _.... PropertyInsured............................................................................................................................................................................ (State whether Building, Household Goods, Stork, Furniture, Fixtures and/or Machinery, or Contents, and ............................................................................................................................................................................................................ whether Specific or Blanket. If Specific, state amount on each Item, If more than one.) Prescribed by. The State Board of Insurance.. Form No. 77 GENERAL CHANGE ENDORSEMENT Effective \ % June 1,1944 Exposure ................... Rey Rate .................. Total- ........................ ]D�per. o Annual ............... _..... Term .... ................. PUBLISHED G roes......._.._.........._. Exper. e Total ......................... Coin. % Annual ....... _........... T e r m ......................... Attached to and forming part of Policy No. .133-538974 of the.. .international ......Insurance Compat of................................................................................................. issued at its.. ttJb.b.Qqk................................................................... Texas Agency. Dated ............... ...:..................... 44isenlJe�rY._S..As ociat.t'Si.._Iil£.r............. ........... Agen AcmeElectric......................................................................................................................... Insured.............................................................................................................. Other conditions remaining the same, this Policy is amended as of.... 1.-23„ .....1990-- as follows: For Home office Us It is hereby understood and agreed that CITY OF LUBBOCK shall be named additional insured regarding Project AIP 3-48-0138-08-88 (Lubbock International Airport Airfield Lighting. Improvements) If premium adjustment is made fill in the blanks below, in detail. ORIGINAL POLICY DATA POLICY DATE: From....____—_______.W..____.________ PREMIUM ADJUSTMENT rERILS ' f C.1- Total lnsursnee Old Rate New Rate Additton❑ Premium Return Pr<mium F Fire f Normal t f F FR Actual EE.C. xxx xxx xxx E R fzis R TOTAI, Location........................................................................................... Texas No. and Street Addition Town Lot........................ Block ....................... .Map Page ........................ File No ......................... Occupancy ............. ...................... ..... UNPUBLISHED Basil. ... . ....................... Roof............................ Flue. . ........................ Ten ant ....................... ................................... FSrpos..................... Rey Rate.— -- Total........................... Exper. ,. Annual ............... _..... Term. ...... .................. PUBLISHED Gross . ............. Exper. o CERTIFICATE OF INSURANCEF I: CITY OF LUBBOCK DATE: r— Type of Lubbock, Texas Project: r, TK,3 is TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, in- surod 'Lis/ this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the further hereinafteJ, doirribed. r-, Exc2p^ions to standard policy noted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liahl',Uey ................................................................................................................... Workmmn°s Compenar�:ion .�, Owner f t : f ,tec- Per Person S! tive or ,° r in- Per Occurrence_ �. gent Litz?11 ty ......... ...............................•---.........-----.....................---..................--...........-- Property Damage Si Contractorly Per Person $_� Protectevr or Per Occurrence S Cont i ngw.4, Property Damage Sss_ Liability: .................................................................................................................. Per Person S Autofiah�i i,. Per Occurrence S` Property Damage S� ..................................................................................................1............. Comprei'o,w; ve General Liability S `~ ... ............. Umbrel>a Liability ............................................................. .,........... .............•-----........._........................----..._..........._....---•----.................._I........_... The foregoing Policies (do) (do not) cover all sub -contractors. Location* Covered DESCRiPFION of Operations Covered The alsos�_- policies either in the body thereof or by appropriate endorsement provide that they may not be changed or cance?p.-S lay the insurer in less than the legal time required after the insured has received written lGtice of such change `ia ;t?ncellation, or in case there is no legal requirement, in less than five days in advancw of cancellation. FIVE COPIES Or 'THIS CERTIFICATE MUST BE SENT TU )'HE OWNER. (Name of Insmrer) r^ By. Title G — 1 EXPERIENCE RECORD r- Bank Information: Lubbock National Bank P.O. Box 6100. Lubbock, Texas -79414 806-792-1"000 Bank Officer:. Gary McCoy Bonding Information: Fidelity & Deposit Co. of Maryland Charles.Quisenberry & Associates 4601 66th Street, Suite B Lubbock, Texas 79414 806-793-8773 ARMY AIR FORCE EXCHANGE SERVICE, NORTH TEXAS DISTRIBUTION CENTER LOCATION: Waco, Texas Completion: August 1988 Electrical Contract: $1,922,800.00 General: Rose & Sons, Inc. Contact: Denise Harris Phone: 915-673-5194 Owner's Rep: Robert Boggs Phone: 817-666-8500 A 560,000 Sq. Ft. Automated Distribution and Administration Center consisting of the following: A complete 15 KV main distribution system with unit substations duct banks and manholes. A complete UPS system, emergency generator system and power conditioning system. A raised floor data processing center. An integrated Fire Alarm/Security/CCTV System. .Separate vehicle maintenance and hazardous materials buildings. SCI TRAINING FACILITY LOCATION: Goodfellow AFB, San Angelo, Texas Completion: September:1989 Electrical Contract: $1,030,000.00 General: Templeton Construction Contact: Craig Mathewson Phone: 915-653-6904 Owner's.Repr Mike Coggin, US Army COE Phone: 915-657-3303 A 54,000 Sq. Ft. Secretive Compartmentalized Intelligence Facility consisting of the fol..lowing: A 15 KV aerial & underground power distribution system. 45,000 sq. ft. raised floor computer operations and data processing center. Transient surge suppression and power conditioning system. Halon fire suppression and water detection system. Fire Alarm, Intrusion and Lightning protection system. (1) OPERATIONS INTELLIGENCE TRAINING FACILITY LOCATION: Goodfellow AFB, San Angelo, Texas Completion: December 1987 Electrical Contract: $1,417,000.00 General: Warrior Builders, Inc. Contact: Jarry Warring Phone: 713-864-7409 Owner's Rep: Mike Coggin, US Army COE Phone: 915-657-3303 A 117,000 Sq. Ft. Operations Facility consisting of the Following: A complete 15 KV power distribution system with aerial & underground installations. Power & communication duct banks and manholes. -- Compl.ete emergency generator and UPS Systems. 20,000 sq. ft. raised floor computer operations and data processing center. Fire detection and intrusion alarm systems. Power and Communication filtering systems. TEXAS DEPARTMENT OF CORRECTIONS PRISON FACILITY LOCATION: Marlin, Texas Completion: September 1989 Electrical Contract: $2,570,000.00 General: Martin K. Eby Co., Inc. Contact: Ed Cooper Phone: 316-268-3556 Owner's Rep: Cliff Hammer, HCB Phone: 214-747-8541 A 200,000 Sq. Ft. 1000 man Prison Unit with 13 Separate buildings consisting of the following: A complete 15 KV distribution system with aerial and underground installations with duct banks and manholes. A complete concrete encased communiations duct bank. Local area network computer data system throughout communications duct bank. 10 emergency power.generator systems. A complete PBX telephone system serving all buildings. The fol::lowing.systems: Low voltage, lighting control, intercom, paging, surveillance,'fire alarm, guard tower, nurse call and cable television. A complete medical and dental treatment facility. General Information on Additional Projects: .r TRAINING BARRACKS COMPLEX.#309 LOCATION: Ft. Sill, OKlahoma Completion: September 1988 Electrical Contract: $1,164,930.00. General: J.W. Bateson Co., Inc. Contact: Russell Jacobsen Phone: 214-357-1891 ***SELECTED CORPS OF ENGINEERS BEST CONSTRUCTION PROJECT OF THE YEAR*** COPPELL HIGH SCHOOL LOCATION: Coppell, Texas Completion: June 1989 Electrical Contract: $1,300,000.00 General: Spaw-Glass, Inc. .-, Contact: .Greg Comen Phone: 214-580-2855 BILLY RYAN HIGH-SCHOOL'. LOCATION: Denton, Texas Completion: October 1990 Electrical Contract: $1,347,500.00 General: Spaw-Glass, Inc. r Contact: Jim McSweeny Phone: 214-580-2855 CHILTON HALL -NORTH TEXAS UNIVERSITY LOCATIONii. Denton:r.Texas: Completion: July 1990 Electrical Contract: $598,390.00 General: Cadence Group Contact: Craig Morris Phone: 214-717-5658 (3) F i ra, Par �f xl.ubbock, P or eo!'PO :rsat, or t CWTRAC14 DOCUMENTS , t, orFi`rsi Psrty, sre usad'in this con- Texasy : - t t 7, WRITTEN -NOTICE ' i Written Holies shall ba deemed to".have been duly served if detivered in person to the individuat"or to a , member of the firm or to an officer of the corporation for wham it is intended,"or. ifdeti'vered at or sent certified mail to the Last business address known to'him who gives the. notice. 8. t�RK Unless otherwise stipulated," the Contractor shbll provide snd.Pay for sit materials, supplies, 'machinery, equipment, toots, superintendence, tabor, insuranea; and.stl water, tight, power* '",fuel,"transportation"and atl,other facilities necessary"for the execution and completion of the work covered by the contract docu- ments.UnLc$Sr otherwise specified, all materials shell be"new and bothiworkmanship and materiats shell be " " ." Of a, good quality. ,The Contractor shalt, if required, furnish satisfactory evidence%as to'the kimtl rod quality of materials. 'Materi"ale"or work described in words which. so sppl`ied,have''wet,t known, technical or trade meaning shall be held to refer'such recognized standards. A l work shell be done and ali materials furnished in strict conformity with the"contract documents. 9. 1SUBSTANTIALLY COMPLETED The term'"Substantiatly�C.omptetad"'is meant that the structure or project contemptated by the contract docu- meats has been nude suitable for use or occupancy or'the_facility is in a eiiMition�to serve its intended; 'but purpose,stilt may require minor misceltaneous work and adjustment, W. LAYOUT k Except as specifieatty provided herein, ther Contractor shad be responsible for Laying out all work and shall accomptish this work in a manner acceptable to, the 'Owner's Representative. The'.Owner's'Representative gill check the Contractor 's"Layout of all major structures and any'other'tayout work 'done by the Contractor at Contractor's:request, but"this check does not relieve tfie Contractor of the responsibility "of correctly Locating all work in accordance with the'Pl`ans and Specifications. 11 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of,, sitPlans,' Profiles and Spec"i"ficitions%without expense to him and he shall keep one.'copy of same consistently accessible ,on the job site. 12. RIGHT OF` ENTRY The Owner's Representative,may make 'periodie visits to the. site to observe the progress of ,quality of the executed work and to determi"ne, in general.' if the work is proceeding in accordance with the contract docu- ments. He will:not be required to" meke"exhaustive or continuous ° on -Si te inspections to cheek the quality; or i quantity; of the work, nor will he be responsible for the construction means, methods; techniques, sequences or procedures, or the aafety precautions incident thereto. N a`offorts wilt bs directed -towards providing assurances "for the Owner that the completed project will".eoraforai.to the'requirements',of "ths contract docu= ments, but he will not be:responsibte for the Contractorls.41ture torperform "_the -'work in accordance with the Contract Documents'. On the basis -of his on -site observations, he will keep the Owner informed of the progress of .the work and will endeavor to guard the Owner against defects and deficiencies'in the=work"of the Contractor. i 13. LINES AND GRADES ALL, Lines and grades shall be.furnished by the Owner 's,Representative whenever necessary for the commence-, ment of the work contemptsted by these contract documents, or the completion of the work contemptated by .; ' GC-2 these eontMet d 11 Repre's"entetivr tw-ili � - traotor ahaCl twi"�'a�� sentatIV* asip�eatiee`: etc„ shell be esr"efulI fi§ Subcontrac"tors; or tNO lit "Contractor'se) 14. ERF REP ENTATI'UE' Unless othirrwise speei' Rlepresentative shall r .: st9ppe�e, bi �aees disputes Arid ZA dispou casea,r detera�iarh� an Cantrai:t. ; iie ahi�l l fi shall, iriNall ceea� tN art a� ssrd Coeil:raelo ro theS ri*ht of 'the pal Contraetor to recri�re reEder afy, dee i s'i oh or : "with Ehe wesninp, srxF i 30 da his wr tten ob; right to submit :the V AgeemehtFthat there s1 . ti,on of the owners Rej from she be thtree�ta " Tha Owner's Representsl Contraetor a wri;ttan di ti.sra tq the exeeutin , tha tiwnee^ s Reprgstai be= taken ssi f hairs edad a5.. ,SiJRERi�ATENFIE�CE- A1�0-'fN I t= 's agrCol from time to t3I such: mejr deela'proper to insj said nate:�ial 3s iurnii tracxor small furroi4v or:in�peetors for Lhe I the direetiotts, aixk insa ! i ... such dlreiations ;snd ynr plans erd.' specif>icatt.a er�gtneer, swpervasor br eeenrt i va :fir ti.�.s 1b ': CONTRACi�t�S` OEIIrY Aid ? i Tire cchtrict. shell y sha-tt keep on the work; $a Isfaetory to J1 J aril aCi.dreetions.9iv at nd Con• pre irks, l by him, aresenta- clot that:"the Owners Representative shall or, this Contractdr+ wi't�ntsix k days make wrrtten i�ppitei !o tfie owner:�s nat at-tenti'on to the faithful proseeutron arW cgmpletIon of this contract A.'.od a presentatvesof theontrcompetent and,masonoble actoi "ssentiat to the proper performance of the E work and lack'of suoh supervision shall be grounds for suspending operatibm-,of the -Contractor. + The work, from -its coaa4ncenient to;eonpietion, shall be under the exc usive charge and control of the Con- e tractor and all: riskin Connection therewith.shatl be borne by the: Contractor. The Owner or Owner',s'kepresentatives will'not be responsible for the acts or -omissions of the Contractor, or any subcontractors, or any of his -agents or employees, or"any other persons.;per forrtng any of the work. 17. CONTRAIsUNOERSTANOING it ja undgpstood..and agreed,that the Contractor has, by careful exWination,'satisf;igd himsetf as to the no* tune and loeation,ofthe work, the confiraiation'of the, ground, Character, quality and quantity of mate - Hats to be encountered, the Character of equipment end'facitities needed preliminary to arxi during the" prosecution of the work, and the general, and local candit %ns,�and att other natters-Hhich 16 any way effect the work uMar this contract, No -verbal agreemene.orconverastion with any offieer,sgent;,or eaiployseOf the Owner, either ,before or afto_r the execution of this contract, shall'effect or apterm dify any of the teror obti.gations hArm nL conto' inod. CHARACTER OF NORKREN The Contractor -.agrees to Laaploy only, orderty and Co patent men, -Ski in the performance An the type of work required under this contract, to do the work, and agrees --that whenever the,Owner�s Representative shalt inform him in'writi ny that, a ny men or mem on , t m,ork, are, in his opinion' :incomperant,,unfaithful, or di.a- , orderty, such man or man shall` be discharged frogs the work and shall'not;agaiin be enptoyed on the work with- out the Owner's RepresentativeIs written consent. 19. CONSTRUCTION PEANT The Contractor shott;Oovide'at t labor, toots, equipment, machinery and,materials necessary in the,prosacu- t lion and cgnptetion of this: contract where it is net otherwise specificai;ly,provided`that Owner, shalt fur- M Mail same, and 3t is;also uncleratood that Owner shalt not be held responsible for the Care, preservation, conservation,; or ,protection of any, materiels, toots, equ'ipmant'or machinery or any part'of 'the 'work untit it is finally completed end accepted.` The building of structures for the housing, of men or, etiuipment:QM, ber,Perjmi ttedrronly, at, such=places, as ;the Owner's RepresenLativr shag direct, and the sanitary oonditions,of the grounds m,-or such structure shall at all times�be maintained in a manner sat sfactory,to the Owner�a Representativa. q 20. i SANiTAT20N Necessary sanitary conveniences for the use. of,taborers on the work site, property sectuded from°;pub, tic;ob- servat,on, shalt be:constructad and maintained by the Contractor in such.menner and :At such points As'shatl be approved by the Owners Representative and their use; shalt be strictly enforced. 21. O�SERVATIM ANO TESTING t 'The Owner or Owner's, Representative.shati`'haYe,the right at 61t reasonable tiaKs to observe and test the work. Contractor shalt make necessary arrangements and provide proper facilities and access for such obser- vat ion :and testing at any location wherever work is in preparation or pragress. Contractor shalt ascertain- the scope of, any observation which may bo:conteaptated,by Owner or Owners Representative and shall give am- pte notice as to the time, each part of the work will tie°reedy for such observation.> Owner or Owner's .Rep- -+ resentative may rejact ,any'work found to be defective or not in. accordance,with the contract documents,'re- gardless of the stage, of its completion or the time or place °of' discovery of such errors and regardless'of GC-4 . No Text No Text 25. DISCREPANCIES AND` it is .further,sgreed :that it is the intent of thi 'specifieations pksns and other contract document and that such orice,shatl`"include ati appurtenant intent of these contract documents es Interpretec dfscrepancies or, omissi' in: these ptans,`specif Ownery RWll obtain a clarification reeeived.by the Representative prior to t Contractor fut y understands the work to be inetu eomptete the work in oceordance wit4 these plans quest for clarification must be suttmi.tted:no lau 26. RV;WV OF OWE TO MODI-FY:METNODS.AND EOUI:PMENT '�If at "any tim,ther methods, or equipment used by t quality Af work With the.rate progress require may order the `Contractor inwriti.ng to increase:i the Contrsctor shell comply l4fth'such order. If, at, any time, thw working force oll, the?Contrec fled;, the Contractor shall, if so ordered in wriI extent as to gave ireasonable assurance of,comptil l 27. PROTECTI.ON.AGAINST ACCIDENT TO'EMPLOYEt$ AN6"IIE The Contractor shall take out and procure "a polio insurance company licensed to Lrsnssct bus°mess. Workmen$* CagmnsatJon laws -of .the ,State of Texaf precaution for the safety of eWtoyees srxi other. ' provisions of federal',estate and aKx�icipal laws. equipment;and other physical hazards shad bt gu± in Conszruciiw►„ of.Associatad General Contraeto or, munfcipal Laws or_regulettons. The Con ractoi nify:and save harmless"th'e Owner and all of its,s claims iof any 'character whetsoever ,brought for i ained !7N any person or -persons or;property,"on a any subcontractor,' their aganta"or emptoyees,I n` project: which Asthe'subjsct' wetter of this,conti {{ tractor to pt•ovidr'necessvey.borricodes, warning i. with costs which maybe obta"iced apai.nst the Nn attorner�s fees. The safety preesutic an Independent Contr given by the Owners grasses, `are intentle tion of duty -to SuN 28. CONTRACTOR'S INSURANCE The;Contractor ;-shalt procure sod carry at his soi �- surance protection as hereinafter specified: Six thorized to transact business in 'the: State of Te) t GC-7 �i contract, whether performed by the Contractor or a subcontractor, or separate, policies ,shall be."provided covering Lhe operation of each subcontractor. A. Comprehensive General Liability insurance The contractor shall have Comprehensive 00 rat Liability Insurance with. limits "of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: 1l Premises and operations Explosion & Collapse Hazard {y Underground Damsge Hazard Products & Completed Operations; Retard i Contractual Liability Independent Contractors Coverage." t Personal' Injury (with exclusion "c" waived) The City is to be named as an additional insured an this pot icy, for this specific;job, and copy of i the endorsement doing"so is to"ba attached to the Certificate" of.tr'*ursnee. Owner's Protective or Contingent Rublie Liability insurance and Pro Damage liability Insurance. L The Contractor shall obtain an Owner, a' Protective or Contingent Public Liability Insurance. PCticy naming the City of -Lubbock as insursd and.the amount of such policy shall be as follows F ' For bodil injuries including y i eecidental'death, I500,000 per xcurrenee;and"ft00,000 for Property Damage. s C. Comprehensive Automobile Liability Insurance The Contractor, shall have; Comprehensive"Automobite Liability -insurance with limits of not less than; Bodily Injury g250/500,000, . Property" Dams"" $100,WO to include all owned and non -owned cars ine.tuding: Employers Non -ownership Liability Hired and won- ownad Vehi'e t es. The City 'is to be named as an additional insured on this 1policy ;for this specific job'arid,copy of the endorsement doing so is to to attached to the Certificate of, Insurance. D. Builder's Risk Insurance The. Contractor'shoU obtain a Builder's Risk policy in the apwunt of zb >equixed(1OOX of poten- ' tiat loss) naming the City -of Lubbock as insured. t E. Excess or Uaibretle`Liability"insurance The Contractor shall have :Excess' 'or Umbrella Liability insurance in the amount of $5,000":0M,.00 (f1,000,000 minimum) With`CoVseeye to correspond with Comprehensive General Liability and Comprehen- sive`Automobite Liability coverages. �,, GC-8 No Text No Text No Text No Text No Text t r+ G5. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the -final peymeret nor certificate nor any provision in this'eontract shall rot ieve the Contractor of responsibility for faulty materials or workmanshfp, and he Matl.rsmmmedy any defects due thereto and pay, for any damage other work:resutting,therefcam , which shad appear within a period of one (1) year from the date of.substantistcompletion. "The .Owner or the Owner's Representative shall give notice of observed,de f facts wFth ressonabte promptness. 46. PAYMENT WITNMELD -The Owner may, on account of subseQUOntty discovered evidsnce, withhold or,nultify the "whole or 'part of any � certificate to such�extent�ss inay.,be necessary to protect .himself from toss on accomnt.of•. (a) Defective work not remedied. (b) Claisis filed or reasonable evidence indicating possible filing of ,claims. (c) Failure of'lhe Contractor to make payments prwptty to subcontractors or for 'materials or labor. r (d) Damage to another contractor. When the above grounds are, removed, or the Contractor provides a surety,bond sort isfactorylto the Owner, which -'wilt protect the Owner in the amount withhetd, paymmment`shalt be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS it is furtheragraed by, both parties hereto that, sit questions of dispute or adjustment presented by the Contractor shalC be in writing and filed'wfth the Owner's Representative within fifteen (/5) days after the f Owner's Representat,ive,his given any dirsetiam, order or instruction to which.the Contractor desires to take exception. The Omarmers' Representative shad reply, to such written exceptions by' the Contractor and render his'final decision in writing. In case the Contractor' should, sPPeat from the deci ofon rof the Owner's Representative, any demand,for arbitration shall be filed with the'Ownerts Representstive and the Owner in writing within ton (10) days oftar ,the date of,doLivery to Contractor�of the fins! decision of the,Owner's Representative. It'is further agreed that,finat aeceptance,of the work.by the Owner and he acceptance by �-. the Contractor of the fine payment shalt be a'bar to any claim by either party,, except where noted other- ( wfse_`fn the Contract documents. 48. ARBITRATION ALL questions of dispute under this agreement shot Lr be subM tted'to arbitration at the request of either party to the dispute. the°parties may agree upon one arbitrator, otherwise,, thore shall be three; one named p^. in writing by esch party and the third chosen by the two arbiters selected; or if';the arbiters fail to se• tect,a third within ten t10) days, he shell be chosen by the District Judge, 72nd Judicial District of Texas. .Each arbiter shelt';be ,resident of the City of Lubbock.. should the party demanding arbitration fait to name.sn.arbter within ten t10).days of the demand, his right to arbitrate;ahal't tapse,;and the de- eision of lfie Owrrar's Representative shall be final and ,binding omhim. Should the other party fail to choose ran arbiter within ten t10>`d'ays,.the Owner's Representative shalt appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or fnformatfon demanded fn writing, the arbiters aro empowered by both parties to take Ex Porte Proceedings.` The arbiters shall act,with,promiptness. The decision of any two sha t be binding an both parties to the contract, unless either or bothlrlp&rties shall appeot within ten (10) days from data of the award by the sr - biters, and it is hereby ogreed that each part* shelL have the right; of: f appeal and, Sit proceedings shalt be GG-14 s accorelnp to m �o�%rned hy' Af --Civil Ststut�s �lt� DEC�IS�OM D 3Nitl i BE A° t fTfi�ll OW" She eeb�tar�, if �he� e�a:the t ts! Heel, such subs as tY appear was taken w'tthCIA, r°aaao' haters, et►al C f ix� Lhri r+ erg, eomR end-ehsr9es tit ire erbitraioek irap and shstl'not b eipap fa 44 �BSND011MEY 6tawYlGiyCTOR In cs a tia contrset sherutd a '` erati�rpai�on frolu thet EhKre� er �' elers of the "Ora�wr's Repreaenta� it tha Sprciiicatiorts hereto rttae "' e:e r4eete the' it anti a Al .After.,recei�ina sale! rwi-ich of equfpi+e^t• tbota, metariLis or - ' �guipgent uneer Lhe e:�ttaeRt fe CorrtrIactor, or anotherroesrriRraay renta`t; br CFIC'thef ef01'e ;Z RX Qrovi.dad `fear `unr page' 2 f'" aftterspts w+ki uNtfd�atet reds Lh cssR the Surety should f* for' thin tenr(iO3 I n either of the fo['oriinp;eie <a). The Qwner ay iaaptbX s pile a: said th+faat' n 'ry, a�aeh#r epuipisa ► ., spat t be dae�itiete�i .and :� arnr t me bec MS dua td. i s ierss than the• sw� r pietd by that Contrse:t. is aseater£Than Rlat�d by apird Cantr+iC to, :tMr ir; br }t ,777 urrdariGr per K�avir+ �eerar�t C aaip�eiR�ai+ �f t4re ��or-k e tMMV nw ea rewpi •: wou�ci" Qave Oeafi L�hO eo the :Sr�ret� ehall be, ,an contract prove tuba t contract, the Conteaet rfien,the work`spatt have been and certificates of comptetionp issued. A complete itemized st No Text No Text No Text P.- SPECIAL PROVISIONS SP-1 SCOPE OF WORK The work to be accomplished under these specifications, including the plans, consists of construction work for the Lubbock International Airport, including but not limited to, the installation of taxiway lighting, electrical manholes, wiring, conduit and ducts, electrical vault equipment, runway and taxiway signing, pavement sensor monitoring system and lighting circuit insulation monitoring system, the rehabilitation of the airport rotating beacon and tower, and other related items of work. All labor, materials and equipment necessary to complete the work called for in these specifications and shown on the plans shall be furnished by the Contractor. Payment for the various items of work will be made as specified under the various payment paragraphs of the technical sections. SP-2 CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with the Contract Documents described in the General Conditions. The drawings included in the documents consist of the plans entitled "City of Lubbock, Texas, Lubbock International Airport, Airfield Lighting Improvements," .dated December, 1989. All bidders shall be thoroughly familiar with all of the drawings and specifications. . The Contractor shall be responsible for the satisfactory completion of all work shown on the drawings or specified. The intent of the plans and specifications is to prescribe a complete wgrk or improvement which the Contractor undertakes to do in full compliance with the plans, the specifications, the special provisions, proposal, and contract. The Contractor shall do all work including such additional, extra, and incidental work as may be considered necessary to complete the project in a satisfactory and acceptable manner, as provided in the plans, proposal, and contract. He shall furnish, unless otherwise provided in the specifications, special provisions, or contract, all materials, equipment, tools, labor and incidentals necessary to prosecute the completion of the work. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance Bond, Special Bonds (if any), Proposal, Special Provisions, Notice to Bidders, Instructions to Bidders, Technical Specifications, Plans and General Conditions of the Agreement. SP-3 TIME AND ORDER OF COMPLETION The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his own choosing to the best interest of the project. However, the work shall be conducted in such manner and with such SP 1 r materials, equipment and labor as may be required to insure completion in accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor shall furnish the Engineer with his proposed progress schedule and this schedule shall be approved by the Engineer before work is commenced on the project. Other contractors may be performing work for the Owner in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be r required to insure that all work can be carried out with the least possible interference with the operation of other contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. The pavement shoulders on Taxiways A and D are to be seal coated under a separate contract. Work within the Taxiway A and D pavement shoulders, under this contract, includes the installation of new, base mounted taxiway lights and taxiway informational signs and new underground conduit. The Contractor shall coordinate his work, through the Engineer, with that of the seal coat contractor to insure that the following sequence of construction is maintained: 1. Cut the existing taxiway A and D shoulder. pavement as required and install the new taxiway light bases and the new 2-inch conduit perpendicular to the taxiway centerline. 2. Repair the taxiway shoulder pavement as specified. 3. Construct the taxiway shoulder pavement seal coat. The seal coat contractor shall take all necessary precautions to insure that no asphalt from the seal coat construction is applied to the taxiway light bases. Construction of the seal coat shall not proceed without the approval of the Engineer. 4. Install the taxiway light base lids and light fixtures. Any deviation from the above sequence of construction will require the prior approval of the Engineer. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation and with other contractors. Portions of the apron, runways and taxiways will be closed as required for proper execution of the work, but at least three (3) days notice will be required before closing any portion of a runway, taxiway or apron. The construction of new Taxiways A, 0 and T, under a separate paving improvements contract, will require the closing of portions of Runway 17R-35L during the various construction phases of that project. The Contractor working under this lighting improvements contract shall coordinate his construction SP - 2 activities such that, during periods of Runway 17R-35L closure for paving construction activities, construction of the lighting improvements in the closed areas will proceed. It is the intent of this requirement that, to the greatest extent possible, the runways and taxiways be closed only once for lighting and/or paving construction activities. r When closing of the main runways, taxiways and apron areas for construction of lighting work is required, the time closed shall be kept to a minimum time. One of the two main runways, including access taxiways, shall be kept open at all times except as otherwise specified. All operations shall be coordinated, through the Engineer, with the Director of Aviation. Before either of the two main runways can be closed, the Engineer shall approve the length of .., time of closure and the Contractor's work schedule during closure. Runways, taxiways and apron areas shall not be closed for construction work until all construction equipment and materials required for that portion of work have been delivered to the site, approved and are ready for installation. The installation of new equipment and the removal of existing equipment ^- in the air traffic control tower shall be performed between the hours of 12:30 a.m. and 6:00 a.m. Construction activities within the limits specified herein in the intersection of Runway 8-26 and Runway 17R-35L shall be done when no air carrier activities are scheduled,_ such as at night. Each period of work shall be scheduled to coincide with the period when no air carriers are scheduled. All work shall be such that air carriers can use the runways at the end of the work period. Work in these intersections shall be closely coordinated through the Engineer with the Director of Aviation. Work in the intersections shall not �. begin until it can be determined that the runways will be usable by the air carriers at the end of each work period. Construction activities in the intersection of Runway 17R-35L and Runway 8-26 shall be as brief as possible. Runways 17R-35L and 8-26 are the instrument runways for the airport. Therefore, keeping one of these runways operational during periods of IFR conditions is critical. The normal season for frequent periods of IFR conditions is from November 1 to March 1. During this period, a runway shall be operational, including painting, lighting, grading, etc. Any extra work required to meet this requirement shall be at the Contractor's expense. The Engineer and Director of Aviation shall approve which runway is closed during a certain time period. The Contractor shall schedule the acquisition and delivery of the computer and equipment package for the Pavement Sensor Monitoring System and the installation of the in -pavement monitors as early in the execution of the project as practicable to insure a sufficient amount of time for the Owner to study and become acquainted with the system prior to its initial use in the next winter season. Submittals to the Engineer for the various portions of the system package shall be required within three (3) weeks of the issuance of the Contractor's Notice to Proceed. SP - 3 SP-4 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall the Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of the Engineer. The Contractor shall be r- required to submit a schedule of operations to the Engineer for approval. The Contractor shall not commence new work to the prejudice of work already started. The Contractor shall take all precautions necessary to insure the safety of operating aircraft and their passengers as well as that of his own equipment and personnel. Special considerations shall be given to flight schedules and other aircraft operations. The Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport area. The Contractor shall provide all such equipment with a flag on a staff so attached to the equipment that the flag will be readily visible. The flag shall be not �- less than three feet square consisting of a checkered pattern of international orange and white squares of not less than one foot on each side. During nighttime work, the Contractor shall provide such equipment with approved flashing lights so attached to the equipment that the lights will be readily visible. The Contractor shall make his own estimate of all difficulties to be encountered. Equipment not actually in operation shall be kept clear of landing areas; personnel shall not enter areas of the airport where aircraft are operating without specific permission. All operations shall be coordinated, through the Engineer, with the Director of Aviation, to the end that no interference with aircraft traffic on active runways, taxiways or aprons will result from the operations of the Contractor. Construction activities will not be allowed within the safety areas of any active runway or taxiway. The taxiway safety area is defined as the area within 131 feet of the centerline of any taxiway or taxilane. The runway safety area is defined as the area within 250 feet of the centerline of any runway when aircraft are operating under Visual Flight Rule (VFR, clear weather) conditions, or within 570 feet of the centerline of any runway when aircraft are operating under Instrument Flight Rule (IFR, inclement weather) conditions. VFR or IFR conditions shall be determined by the Lubbock Air Traffic Control Tower personnel. The Contractor shall maintain flagmen, as may be required, to direct his construction traffic if it becomes necessary for such traffic to cross or travel along any active taxiway or runway. Traffic shall be directed away from these facilities whenever possible and no traffic shall ever cross an active runway or taxiway without having proper clearance from the control tower. Trenches and manhole excavations within the limits of the safety area of any airfield paving shall be backfilled as outlined in these specifications by the end of the work day or work period. Excavations outside the safety areas of any active airfield paving shall be barricaded as outlined in these specifications to the satisfaction of the Engineer by the end of each work day or work period. All excavations shall be backfilled as soon as practicable. No open excavations shall be allowed within the safety area of any active. airfield pavement. SP - 4 The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Aprons, runways and taxiways will be closed as required for proper execution of the work as provided in above paragraphs. The Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint himself with the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by the Contractor's workmen shall result in the discharge of such men in accordance with the General Conditions. Continued violations of safety rules and regulations by the Contractor, after having been notified of such violations by the Engineer, shall constitute grounds for suspending the Contractor's operations until steps are taken that will insure a safe operation. The Contractor shall be required to equip vehicles used by the super- intendent or foremen on the project with a radio receiver/transmitter(s) for maintaining direct communication with the FAA control tower at Lubbock Inter- national Airport. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, taxiway, or apron, or as directed by the Engineer. The Contractor shall have an adequate number of radios to maintain communication in all areas of work. The Contractor shall provide an area for parking all equipment not being used for construction purposes, and for parking of employee vehicles. This area shall be,located away from the operational area of the airport in an area approved by the Engineer and the Director of Aviation. No employee or other unauthorized vehicles will be allowed within the operational area of the airport. Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or runway without specific written authorization from the Engineer and the Director of Aviation. Any damage incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as required by the Engineer and the Director of Aviation. The successful Bidder shall be subject to a pre -award review by the Office of Compliance and Security, Equal Opportunity Division, Federal Aviation Administration, to determine previous compliance status of the Contractor. The Contractor shall be subject to a pre -construction conference to discuss phasing and project safety control after award of contract. SP-5 AIRPORT OPERATIONS SECURITY SP-5.1 General a Airport security is a vital part of the Contractor's responsibilities during the course of this project. Airport security, nation- wide, has come under close scrutiny in the last few years. The following security guidelines and the rules and regulations of the Lubbock International Airport Police Department (LIAPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, SP - 5 r- subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. SP-5.2 Airport Operations Area (AOA) The Airport operations area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. SP-5.3 LIAPD-Issued Security Badges The Contractor shall be responsible for obtaining a photo - identification security badge issued by the LIAPD for each supervisor or foreman of each work crew working within the AOA. The Contractor shall obtain LIAPD security badges for at least one member of each work crew working in separate �^ areas of the AOA. It is the intent of these specifications that all individuals responsible to the Contractor, including the Contractor's employees, subcontractors, suppliers or representatives, either obtain and display an LIAPD security badge, or obtain and display a Contractor -issued identification badge, as specified below. AND be escorted or directly supervised by an individual displaying a current LIAPD security badge. b The Contractor my obtain LIAPD security badges from the Lubbock International Airport Police Department at the Lubbock International Airport. The LIAPD reserves the right to limit the number of security badges issued to the Contractor. The LIAPD will charge the Contractor a twenty-five dollar ($25.00) fee for each security badge issued. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. The LIAPD security badges shall be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder shall be familiar with and shall obey all security and lion safety rules and regulations. The LIAPD security badge may be confiscated and all security rights revoked by the LIAPD upon the breach of any security or safety regulations at the discretion of the LIAPD. The holder of an LIAPD security badge shall surrender the badge at the completion of this project, upon transfer or termination of employment, or at any other time at the request of the LIAPD. The Contractor shall conduct a background check of each applicant for an LIAPD security badge utilizing standard background check forms provided by the LIAPD. The Contractor shall be responsible for completing the required forms, and for submitting the forms to the LIAPD for their review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall be available through the Director of Aviation's office after award of the project. The background check shall show proof of a minimum five (5) year employment record and will be reviewed by the LIAPD. The LIAPD shall be responsible for reviewing the background checks. SP - 6 P.- Only persons whose application is approved by the LIAPD shall be issued security badges. The LIAPD reserves the right to bar from the AOA any individuals found by the background check to be, in the opinion of the LIAPD, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LIAPD-issued security badges to the LIAPD. The LIAPD will charge an additional twenty-five dollar ($25.00) fee for each lost or destroyed LIAPD- issued security badge. All LIAPD-issued security badges must be accounted for r and surrendered at the completion of this project. Failure to account for and surrender all LIAPD-issued security badges will constitute grounds for withholding retainage from the final pay estimate amount. SP-5.4 Contractor -Issued Identification Badges The Contractor shall be responsible for the identification of each of the Contractor's employees, subcontractors, suppliers and representatives while these individuals operate within the AOA. The Contractor shall be responsible for issuing identification badges to each of the Contractor's employees, subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and telephone number of each person issued a badge. The Contractor's record of all employees issued an identification badge shall be made available upon the request of the LIAPD, the Director of Aviation or the Engineer. The format and content of the Contractor -issued identification badge shall be approved by the LIAPD prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall be worn in an easily visible location on the person issued the badge at all times while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but shall be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued identification ' badges shall be renewed by the Contractor every thirty (30) days during the project construction period. The Contractor shall be responsible for all Contractor -issued identification badges. All expired identification badges or badges invalidated by termination of the holder's employment, completion of construction activities, or other reasons, shall be confiscated by the Contractor and retained by the Contractor until the end of the project. It shall be the Contractor's responsibility to record and account for all Contractor -issued identification badges. All identification badges issued by the Contractor during the project and the records of said badges shall be transferred to the possession of the LIAPD at the completion of the project. The Contractor -issued identification badge does not allow ,.• unlimited access to all areas within the AOA, but will permit only escorted or directly supervised access to only those portions of the AOA under construction by the Contractor. Every individual operating within the AOA shall display SP - 7 04a either an LIAPD-issued security badge or a Contractor -issued identification badge at all times. All individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors, suppliers or representatives, must be escorted or directly supervised by an individual bearing a valid LIAPD-issued security badge at all times while within the AOA. Persons within the AOA not possessing a valid LIAPD-issued security badge, or escorted or directly supervised by an individual possessing a valid LIAPD-issued security badge, shall be considered in violation of LIAPD security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LIAPD security arrangements. SP-5.5 Contractor's Entrance Gate The Contractor shall provide an entrance gate to the AOA for the Contractor's employees, subcontractors, suppliers and representatives at a location directed by the Engineer. This entrance gate shall be provided, r installed, and, at the end of all construction activities, shall be removed, and the existing fence reinstalled to the satisfaction of the Engineer, by the Contractor at no additional expense to the Owner. Adjacent to the Contractor's entrance gate, outside the AOA, the Contractor shall provide a parking area for '., the Contractor's employee's personal automobiles. This area may also be used for storage of the Contractor's equipment and materials. The limits of this parking/storage area shall be as directed by the Engineer. At the completion of this project, any damage done by the Contractor to this storage area shall be repaired to the satisfaction of the Engineer at no additional cost to the Owner. Repairs shall include, but not be limited to, regrading and reseeding any damaged areas. The Contractor shall be responsible for, and shall control all movement through the Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by the Contractor, the gate shall be securely locked by the Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, the Contractor shall provide the Director of Aviation and the LIAPD with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure the Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that the Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the Engineer, leave the gate open and provide a full-time watchguard at the gate. The watchguard shall be approved for and shall possess an LIAPD-issued security badge. If this security arrangement is desired and approved, the gate shall be manned by the watchguard as long as the gate remains open. The watchguard shall be the Contractor's representative and shall be responsible for all movement through the gate. Again, only authorized persons and vehicles shall be allowed by the Contractor's watchguard to enter the AOA. At the Contractor's option, and upon approval of the Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. SP-5.6 Vehicle Escorts All vehicles responsible to the Contractor, such as supplier's vehicles, entering the AOA shall be escorted by an approved Contractor escort SP - 8 59 vehicle from the point of AOA entry to the construction site. The escort vehicle shall be clearly identified with standard FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with the Contractor's name. The escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle shall be approved for, shall be issued, and shall display an LIAPD security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures. The escort vehicle shall be equipped with an FAA radio, as specified herein, and the driver of the escort vehicle shall be familiar with the FAA radio and its operation, and shall obey all instructions r= from the Air Traffic Control Tower. SP-5.7 Challenging Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LIAPD security badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LIAPD security badge, or who cannot produce a valid LIAPD security badge, or who is not under escort or under the direct supervision of a person possessing a valid LIAPD security badge. The challenge shall consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, the LIAPD shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until the LIAPD arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of the LIAPD and shall be immediately confiscated by the LIAPD or the Director of Aviation. SP-5.8 Cranes or Hoists Any construction activity utilizing a crane or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible for filing the prescribed forms for airspace clearance in accordance with Part 77 of the Federal Aviation Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file the prescribed forms in a *. timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. When requesting approval for the use of a crane or other hoisting device, the following information is required: 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. SP - 9 Z 3. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of crane or other hoisting device operation. .» The top of the crane or other hoisting device shall be marked with a 3-foot by 3-foot safety -orange and white checkered flag. The crane or other hoisting device shall be lowered at night or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed by the Director of Aviation or the Engineer, or at any other time at the direction of the Director of Aviation or the Engineer. The Contractor shall notify the Engineer and Director of Aviation at least forty-eight (48) hours prior to actual erection of the crane or other hoisting_ device. SP-6 PAYMENT Partial payments and final payment for work covered herein will be made in accordance with the provisions of the GENERAL CONDITIONS except that the amount retained by the Owner from partial payments will be 5 percent instead of 10 percent. SP-7 AFFIDAVIT OF BILLS PAID Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of these improvements, have been paid in full, including any retainage, and that there are no claims pending, of which he has been notified. SP-8 CALENDAR DAY Time for completion of the project and for liquidated damages shall be in accordance with the provisions of the General Conditions, Paragraph GC-33. SP-9 PROTECTION OF PROPERTY The Contractor shall exercise care to prevent damage to all structures, either above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. The Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. The Contractor shall be responsible for all damage done to either public or private property during the course of construction except as specifically provided otherwise in these specifications. Various existing underground utilities and structures are shown on the r plans. Their locations are believed to be reasonably accurate but are not guaranteed. -Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked SP - 10 utilities may exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with FAA Facilities at Lubbock International Airport. Certain runway and taxiway lights and signs and electrical cables are not scheduled to be removed or abandoned under this contract. The Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways and taxiways which will be open for night operations. SP-10 ELECTRIC POWER AND NATURAL GAS �. The Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. The Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SP-11 LINES AND GRADES The Contractor will be responsible for laying out the work from existing paving and structures. The Engineer will check grade control and major layouts at his discretion, but this check will not relieve the Contractor of his responsibility of correctly locating line and grade in accordance with the plans and specifications. The Engineer will take all measurements necessary for the determination of the amount of work performed under the various items for which payment is provided. Whenever necessary, work will be suspended to permit this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall satisfy himself as to the accuracy of all measurements before constructing any permanent structure and shall not take advantage of any errors which may have been made in laying out the work. Such stakes and markings as the Engineer may set for either his own or the Contractor's guidance shall be scrupulously preserved by the Contractor. In case of negligence on the part of the Contractor or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing same may be deducted from subsequent estimates due the Contractor, at the discretion of the Engineer. SP-12 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. �� S P - 11 SP-13 MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material source or mix design. The City will bear the cost of all passing commercial laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of the Contractor. Concrete Aggregate -Tests required, prior to use, for approval of source. Cement -Certified mill test on each car of cement. Concrete -Concrete mix designs for all concrete proposed, as required in the specifications. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source. SP-14 COMPACTION CONTROL TESTING FOR EXCAVATION, EMBANKMENT, SUBBASE AND BASE COURSES SP-14.1 Description This specification shall govern the determination of the maximum density, field density, and percent compaction of those materials for which a minimum percent compaction is specified. It covers the basic procedures to be followed in performing the test for maximum density, field density, and percent compaction. In all cases density shall be stated as the dry weight in pounds per cubic foot. SP-14.2 Maximum Densitv Maximum density is defined as the maximum dry weight in pounds per cubic foot obtained when a material is mixed with different percentages of water and compacted in a standard manner. The percentage of water at which maximum density is obtained is termed the optimum moisture content. SP-14.3 Laboratory Compaction Tests The maximum density shall be determined by AASHTO T-180-74, unless otherwise specified. SP - 12 r- SP-14.4 Field Density Field Density refers to the dry density expressed in pounds ~ per cubic foot of a layer of compacted material in place at the site as determined by a sample representative of the compacted layer. The field density shall be determined in accordance with AASHTO T-205, AASHTO T-191, AASHTO T-238, ASTM D-1556 , ASTM D- 2167 , ASTM D- 2922 , or other methods approved by the Engineer. SP-14.5 Percent Compaction The percent compaction is defined as the density of the compacted layer expressed as a percentage of the maximum density of the material F when tested in accordance with these specifications. SP-14.6 Computation The percentage of compaction is computed by the formula: Percentage compaction — Field density x 100 Maximum density SP-15 BARRICADES, SIGNS, AND HAZARD MARKINGS The Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals, and lights for the protection of the work and the safety of the public for both land and air traffic. Before closing existing apron, runways or taxiway, warning signs for air traffic shall be placed at such locations and shall be visible day and night. A runway closed because of construction or other activities or hazards shall have appropriate FAA standard markings. Any movement of Contractor's vehicles or equipment on or across landing areas shall carry FAA standard markings or flags. Movement of other vehicles responsible to the Contractor shall be under escort, as specified in Paragraph SP-5, AIRPORT OPERATIONS SECURITY. Taxiways closed to traffic shall be protected by effective barricades. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways apron, taxiways and roadways. Obstructions shall be illuminated at night. All warning lights shall be equipped with photocell controls to automatically turn on the lights at night and turn them off at daytime. The lights shall be checked regularly by the Contractor to assure that batteries or power cells are in working order. SP-16 PREVENTION OF AIR AND WATER POLLUTION The Contractor shall use suitable precaution to minimize air and water pollution during the progress of work. The Contractor shall comply with directives given by the Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156 entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control". Item P-156, entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control," is included as Section 11 of the technical specifications for this project. SP-17 PROGRESS SCHEDULE Within thirty (30) days after award of the contract, the Contractor shall submit a progress schedule for the project. The progress schedule shall SP - 13 be prepared in a form suitable to the Engineer and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve", with the monthly amount, cumulative amount and cumulative percent. The progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of the project within the time specified, will be approved in writing by the Engineer. Revision or changes in the approved progress schedule may be made only with approval of the Engineer. SP-18 PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall, at all times, be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation_ Regulations. During construction of the project, the Contractor shall also maintain operational safety on the Airport in accordance with FAA's Advisory Circular 150f5370-2C, "Operational Safety on Airports During Construction," included in the Appendix of these Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from the Engineer and Director of Aviation. The Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt and other debris in areas where hauling is permitted on or across any active apron, runway or taxiway, or in areas temporarily closed which are subject to opening on short notice. All rocks, gravel, dirt or other debris shall be removed immediately by the Contractor. SP-19 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, the Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. SP-20 INSURANCE The Contractor shall not begin work under this contract until he has obtained all insurance as required in the General Conditions of the Agreement, �q has furnished proof of same to the Owner, and the Owner shall have approved same. SP - 14 The Contractor shall obtain a separate Owners protective or Contingent Public Liability Insurance Policy naming the City of Lubbock and the Engineer as the insured and the amount of the policy shall be as follows: One Million Dollars ($1,000,000) for injuries, including accidental death, to one or more persons and subject to the above limit for each person; a total limit of One Million Dollars ($1,000,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident; a limit of not less than One Million Dollars ($1,000,000) for all damages arising out of injury to or 01- destruction or property in any one accident, and subject to that limit per accident; a total (or aggregate) limit of Two Million Dollars ($2,000,000) for all damages arising out of injury to or destruction of property during the policy period. A copy of this policy shall be delivered to the Owner and to the *^ Engineer. The cost of this separate policy shall be included in the Proposal under the appropriate item. A certificate of Insurance is included in the specifications and Contract Documents for this project. The Contractor will be required to have five (5) extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with the Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. SP-21 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS All structures, utilities or obstructions found on the airport and shown on the plans which are not to remain in place or which are not to be used in the new construction shall be removed as directed by the Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of the Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of the Owner, unless otherwise indicated. All materials and debris specified to be disposed of by the Contractor shall become the property of the Contractor and shall be properly disposed of off the airport property by the Contractor. SP-22 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from the plans which may be required by the exigencies of construction shall be determined by the Engineer and authorized by him in writing. ^ SP-23 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK All work which has been rejected or condemned shall be repaired or, if it cannot be satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the requirements of the specifications SP - 15 shall be removed immediately from the site of the work and replaced with satisfactory material by the Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and replaced at the Contractor's expense. Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from the Engineer, the Owner may recover for such defective work or materials on the Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor, which cost will be deducted from any money due him. SP-24 DISPUTED CLAIMS FOR EXTRA WORK In case the Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by the Engineer as an extra, the Contractor shall notify the Engineer in writing of his intention to make claim for such extra compensation before he begins the work on which he bases the claim and shall afford the Engineer every facility for keeping actual cost of the work. Failure on the part of the Contractor to give such notification or to afford the Engineer proper facilities for keeping strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of such notice by the Contractor and the keeping of costs by the Engineer shall not in any be construed to prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his claim for extra compensation with the Engineer, who will present it to the Owner for consideration. SP-25 FEDERAL PARTICIPATION The attention of the Contractor is invited to the fact that pursuant to the provisions of the Act of Congress known as the Airport Improvement Program of 1982, the United States Government may pay a portion of the cost of these improvements. The above Act of Congress provides that the construction work and labor in each state shall be done in accordance with the laws of that state subject to the inspection and approval of the FAA and in accordance with the rules and regulations made pursuant to said Act. The construction work, therefore, will be subject to such inspection by the Administrator of the Federal Aviation Administration or his agents as may be deemed necessary to meet with .- the above requirements when Federal funds are used, but such inspection will in no sense make the Federal Government a party to this contract and will in no way interfere with the rights of either party to the contract. SP - 16 p-. SP-26 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner or any of its officer, agents or employees, including attorney's fees. The Contractor shall indemnify and hold harmless and defend the Owner and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or r== property, on account of any negligent act of the Owner, the Owner's officers, agents and employees, whether such negligent act was the sole proximate cause of the injury or damage or a proximate cause jointly and concurrently with the Contractor or the Contractor's employees, agents or subcontractors negligence, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents or employees, including attorney's fees. The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in the furtherance of the performance of this contract. When the Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. SP-27 OPENING OF SECTION OF AIRPORT TO TRAFFIC Whenever, in the opinion of the Engineer, apron, runway or taxiway is in an acceptable condition, it may be opened to traffic upon the written order of the Engineer. The opening of any section of the work will be held as an acceptance of said section but shall not be considered as a waiver of any of the provisions of these specifications or contract. Pending final completion acceptance of the work, all necessary repairs and renewals on any section opened, due to defective material or work, to natural causes other than ordinary wear and tear, or to the operations of the Contractor, shall be performed by and at the expense of the Contractor. SP-28 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by the Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care SP - 17 r- P.- of the Contractor, and he shall take every necessary precaution against injury or damage to any part of the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the work occasioned. by any of the above causes before its completion and acceptance. SP-29 CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by the Owner to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such defects discovered within one year from the date of written acceptance of the work. The Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. SP-30 TEXAS STATE SALES TAX The work under this contract is for an entity which qualifies for exemption pursuant to the provisions of Article 151.309 of the Texas Tax Code. The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's rulings. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's rulings. SP-31 SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall coordinate his work and theirs. The Contractor's coordination with other contractors shall require the approval of the Engineer. See Paragraph SP-3 for additional requirements concerning separate contracts. SP-32 SHOP DRAWINGS The Contractor shall submit to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, six copies unless otherwise specified, of all shop and/or setting drawings andschedules required for the work of the various trades, and the Engineer shall pass upon !^ them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineer's approval of such drawings SP - 18 or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. SP-33 ENGINEER Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Midland, Austin and E1 Paso, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP-34 TRENCH SAFETY The Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall submit alternate shoring details to the Engineer for approval. A copy of the Occupational Safety and Health Administration Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING is included in SP- 36 of these specifications. SP-35 OSHA - CHAPTER XVII - SUBPART P - EXCAVATION, TRENCHING AND SHORING See pages SP-21 through SP-23, SP-36 WAGE, LABOR, EEO AND SAFETY REQUIREMENTS See pages SP-24 through SP-46. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended). a. The Bidders attention is called to the "Equal Opportunity Clause" and the Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. SP - 19 w Gm- b. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each .. trade on all construction work in the covered area, are as follows: Goals for Minority Participation in Each Trade 19.6% Goals for Female Participation in Each Trade 6.9% These goals are applicable to all the contractor's construction work•(whether or not it is Federal or federally assisted) performed in the covered area. The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the women evenly on each of these projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. C. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award or any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employee identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. r d. As used in the notice and in the contract resulting from this solicitation, the "covered area" is City of Lubbock, Lubbock County, Texas. SP - 20 Chapter XVII —Occupational Safety and Health Admin.S t926.651 N11 serving as a guard at Elie outer edge of a ship s deck. $ubport ?--Excavations, Trenching, and Shoring 01926.650 Cenenl protection require- ments. (a) Walkways, runways, and sidewalks shall be kept clear of exca- vated material or other obstructions and no sidewalks shall be undermined unless shored to carry a minimum live load of one hundred and twenty-five (125) pounds per square fool. (b) If, planks are used for raised walkways, runways, or sidewalks, they shall be laid parallel to the length of the walk and fastened together against displacement. (c) Planks shall be uniform In thick- ness and all exposed ends shall be pro- vided with beveled cleats to prevent tripping. td) Raised walkways, runways, and sidewalks shall be provided with plank steps on strong stringers. Ramps, used In lieu of steps, shall be provided with cleats to Insure a safe walking surface. (e) All employees shall be protected with personal protective equipment for the protection of the head, eyes, respiratory organs, hands. feel, and other parts of the body as set forth In Subpart E of this part. (f) Employees exposed to vehicular traffic shall be provided with and shall be Instructed to wear warning vests marked with or made of reflcctorized or high visibility material. (g) Employees subJecled to hazard. ous dusts, gases, fumes, mists, or at- mospheres deficient. In oxygen. shall be protected with approved respira- tory protection as set forth In Subpart D of this part. (h) No person shall be permitted under loads handled by power shovels, derricks, or hoists. To avoid any spill- age employees shall be required to stand away from any vehicle being loaded. (1) Daily Inspectlons of excavations shall be made by a competent person. if evidence of passible cave, Ins or slides Is apparent, all work In Elie exca- vation shall cease until Elie necessary precautions have been taken to safe- guard Cite employees. T.t726.6S1 Specific exec+allM rcy�ke- w.enra. tat Prior to opening an excavation, effort, shall be made to determine whether underground Installations; at.. sewer, telephone. water, (uel, elce- 7lc lines, etc_ will be encountered. and t(' so, where such underground InsW- .ktlons are located. When the excava- :.ron approaches the estimated loeatlon at such an Installation, the exact loca- uon shall be determined and when It j, uncovered, proper supports shall be provided for the existing Irutallatiort ULIIILY companies shall be oontac;td and advised of proposed work prior to _Inc start of actual excavation. (b) Trees, boulders, and other sur- nxec encumbrances. IoeaLed so as to crcaLc a hazard to employees Involved n excavation work or In the vicinity thereof al any time during operations, sha)1 be removed or made safe before excavating is begun. cc) The walls and faces of all excava. ions In which employees An exposed b danger from moving ground shall 'ie guarded by a shoring aystem.slop- me of the ground, or some other cyulvaient means (d) Excavations shall tie hupeeteil by a competenL person after every raln- term or other hazard -Increasing oc- awrence, and the protection against sides and cave -Ins shall be Increased If Mccessary. (e) The deLerminallon of the angle at repose and design of Elie supporting asztem shall be based on careful eva)u- rJon of pertInenl factors such as: -3cpth of cut; possible varladon In =ter conLenL of Elie material while �e excavation is open; Anticipated Ctanges In materials from exposure to ar, sun, water, or freezing: loading Im- - sed by structures, equipment, over. tiring material, or stored material-. and ubratlon from equipment, blasting. raffle, or other sources. (I) Supporting systems: i.e.. piling. %ribbing, shoring. etc.- shall be de- grned by a qualified person and meet wrepled engineering requirements. Xhen tie rods are used to resstraln the Dp of sheeting or other retaining sys- 'Yrns- Elie rods shall be securely ►n- Title 29—Labor Chapter XVII —Occupational Safety and Hoallh Admin. chnred well back of the angle of repose. When light sheeting or sheet piling Is used, Cull loading due W ground water table shall be assumed. Unless prevented by weep holes or drains or other means. Additional stringers, ties, and bracing shall be provided to allow for any necessary temporary removal of Individual sup- ports. (g) All slopes shall be excavated to at. least Elie angle of repose except for areas where solid rock allows for line drilling or prespittling. (Ill The angle of repose shall be flat Lened when an excavation has water conditions, silty materials, loose bout. ders, and areas where erosion, deep frost action, and slide planes appear. (1H1) In excavations which employ- ees may he required to enter, excavat- ed or other material shall be effective. ly stored and retained at least 2 feel or more from the edge of Elie excavation. (2) AS an alternative to the clearance prescribed In paragraph UXI) of this section, the employer may use effec- tive barriers or other effective reLaln- Ing devices In lieu thereof In order to prevent excavated or other materials from falling Into the excavation. (1) Sides, slopes, and faces of all ex- e1vatlons shall meet accepted engt. nLYring requirements by scaling, benching, barricading, rock boiling, wire meshing, or other equally ef(ec- Live means. Special attention shall be given to slopes which may be adverse- ly affected by weather or - moisture content. (k) Support systems shall be planned and designed by a qualified person when excavaLlun is In excess of 20 feet In depth, adjacent to structures or Im. provements, or subject to vibration or ground water. ' (1) Materials used for sheeting. sheet piling. cribbing, bracing. shoring, and underpinning shall be In good service. ablt condition, and limbers Shall be sound, free front large or loose knota, and of proper dimensions. (in) Special prerations shall be taken In sloping or shoring Elie sides of exca. vations adjacent to a previously back. filled excavation or a fill, particularly when Elie separation is less than Lite depth of the excavation. Particular at. tendon also shall be paid to Joints and 202 scams of inaLerlal comprising a face and the slope of such seams and Joints. (n) Except In hard rock, rxeRVaLlons below the level of the base. of footing of any foundation or retainhng wall shall not be permitted, unless Elie will Is underpinned and all other precau Lions taken to Insure the stability of the adjacent walls (or the protection of employees Involved In excavation work or In Elie vicinity thereof. (o) If the stabiHly of adjoining buiid- Ings or walla is endangered by excava- tions, shoring, bracing, or underpin- ning shall be provided as necessary to Insure their safety. Such shoring, bracing, or underpinning shall be In. spected daily or more often, as condi- tions warrant, by a oompetent person and Elie protection effectively main - cabled. (p) Diversion ditches, dikes, or other suitable means shall be used to Inre- vent surface water from entering an excavation and to provide adequate drainage of the area adjacent. to the excavation. Water shall not be allowed to accumulate In an excavation. (q) U 11 Is necessary to place or oper. ate power shovels, derricks. trucks, materials, or other heavy objects on a level above and near an excavation, the side of the excavation shall be sheet -plied. shored. and braced as nec- essary to resist the extra pressure due to such superimposed loads. (r) Blasting and the use of explosives shall be performed In accordance with Subpart U of this part. (a) When mobile equipment Is uti- lized or allowed adjacent to excava- Lions, substantial stop logs or barri- cades shall be Installed. I( possible, the grade should be away from the excava- tion. (L) Adequate barrier physical protec- tion shall be provided at all remotely located excavations. All wells, pits, shafts, etc., shall be barricaded or cov. ered. Upon completion of exploration and similar operations, temporary wells, pits, shafts- etc., shall be back - filled. (u) if possible. dust conditions shall be kept to a minimum by the use of water, salt. calcium chloride, oil, or other means. 4 1926.652 (v) In locations where oxygen defi- clency or gaseous conditions are possi- ble. air In Elie excavation shall be tested. Controls. as eel forth In Sub- parts D and E of this part, shall be es- tablished to assure acceptable atmos- pheric conditions. When flammable gases are present, adequate ventilation shall be provided or sources of Ignition shall be eliminated. Attended emer- gency rescue equipment, such as breathing apparatus, a safety harness and line, basket. stretcher, etc., shall be readily available where adverse at- mospheric conditions may exist or de- velop in an excavation. (wj Where employees or equipment are rfqulred or permitted to cross over excavations, walkways or bridges with standard guardrails shall be provided. (x) Where ramps are used for em- ployees or equipment, they shall be designed and constructed by qualified persons In accordance with accepted engineering requirements. (y) All ladders used on excavation operat(oru shall be In accordance with the requirements of Subpart L of this part. 11926.6s2 Speel(le trenching require. menta. (a) Banks more than 5 feet high shall be shored, [Lid back to a stable slope, or some other equivalent means of protection shall be provided where employees may be exposed to moving ground or cave-ins. Refer to Table P-1 as a guide In sloping of banks. Trench. es less than 5 (eel In depth shall also be effectively protected when examl- nalion of the ground Indicates hazard- ous ground movement may be expect- ed. (b) Sides of trenches In unstable or soft material. 5 (eel or more In depth, shall be shored, sheeted, braced, sloped, or otherwise supported by means of sufficient strength to protect the employees working within them. See Tables P-1. P-2 (following para- graph (g) of this section). (c) Sides of trenches In hard or com- pact, sell, including embankments, shall be shored or otherwise supported when the trench Is more than 5 feet In depth and g feet or more In length. In lieu of shoring, the sides of the trench i 1926.652 above the 5-foot level may be sloped to preclude collapse, but shall not be steeper than a 1-foot rise to each A - ,foot horizontal. When the outside di• ameter of a pipe is greater than 6 feet, a bench of 4-foot minimum shall be provided at the toe of the sloped por- tion. (d) Materials used for sheeting and sheet piling, bracing, shoring• and un- derpinning, shall be in good servicea- ble condition, and timbers used shall be sound and free from large or loose knots, and shall be designed and In- stalled so as to be effective to the bottom of the excavation. (e) Additional precautions by way of shoring and bracing shall be taken to prevent slides or cave-ins when excava- tions or trenches are made In locations adjacent to backfiiled excavations, or where excavations are subjected to vi. brations from railroad or highway traffic, the operation of machinery, or any other source. (() Employees entering bell-bottom pier holes shall be protected by the in - Title 29-1-abor stallatlon of a rcmovable-type casing of sufficient strength to resist shifting of the surrounding earth. Such tempo- rary protection shall be provided for the full depth of that part of each pier hole which Is above the bell. A lifeline, suitable for instant rescue and secure- ly fastened to a shoulder harness, shall be worn by each employee enter. Ing the shafts. This lifeline shall be In- dividually manned and separate from any line used to remove materials ex- cavated from the bell footing. lgHl) Minimum requirements for trench timbering shall be in accord- ance with Table P-2. (2) Braces and diagonal shores In it wood shoring system shall not be sub- jected to compressive stress In excess of values given by the following for- mula S-13-20L/D Maximum ratio L/D-SO Where: L-teneth, unsupported. In Inches. D-EALst side of the timber in Inches. S-Atlowable stress In pounds per square Inch of crowsectlon. Y ► M' Chapter XVII —Occupational Salary and Health Admin. T•11• T - 1 APPROXIMATE ANGLE OF REPOSE FOIL SLOpINa OF SIDES OF EXCAVATIONS N•1•� 4•r•, allll, L•••• � 5 s ^ a.wb• a1wW w s..t.4 u • TM ►I•.Ml• •r ar...s i 'o • r. �ryM ?Y 'r • Lo.lsl..t a....s Lw -- — 1 i 205 1 r 4 1926.652 - 7 ^ wo J N W §11926.652 Title 29—Labor Y L X X X N ^ ^ a M N X X : M N X k + i X N M k % % X X a x S x x H x x x x x x = u X X X X X. b b S if I a g e a EE 206 Chapter XVII—Occupational Safety and Health Admin. 4 1926.653 (h) When employees are required to formed by earth removal and produc- be In trenches 4 feet deep or more, an adequate means of exit, such as a Ing unsupported earth conditions by reasons of the excavation. if Installed )adder or steps, shall be provided and forms or similar structures reduce the located so as to require no more than depth -to -width relaLlonshlp, an exca- 25 feet of lateral travel. (1) prating or shoring of trenches vation may become a trench. (g) "Faces" —See paragraph (k) of shall be carried along with the excava- this section. (h) "Ilard compact soft" —All earth Lion. (J) Cross braces or trench Jacks shall materials not classified as running or be placed In true horizontal position, unstable. be spaced vertically, and be secured to (1) "Kickoutn"—Accidental release or Prevent sliding, falling, or kickouts. failure of a shore or brace. (k) Portable trench boxes or sliding (1) "Sheet pile" —A pile, or sheeting, trench shields may be used for the that MAY form one of a continuous lit. protection of personnel In lieu of a terlockingn line, or a row of timber, shoring system or sloping. Where such concrete, or steel piles, driven In close Lrench boxes or shields are used. theY contact to provide a tight wall to resist shall be designed, constructed, and the lateral pressure of water, adjacent maintained In a manner which will earth, or other materials. provide protection equal to or greater (k) "Sides', "Walls", or "Faces" — than the sheeting or shoring required The vertical or Inclined earth surfaces for the trench. formed as a result of excavation work. (1) Backfilling and removal of trench (1) "Slope" —The angle with the supports shall progress together from horizontal at which a particular earth the bottom of the trench. Jacks or material will stand Indefinitely wlth- braces shall be released slowly and. In out movement. unstable soil, ropes shall be used to (m) "Stringers" (wales) —The horl- pull out the Jacks or braces from zontal members of a shoring system above after employees have cleared whose sides bear against the uprights the trench, or earth. (n) "Trench" —A narrow excavation 11926.653 Definitions applicable to this made below the surface of the ground. subpart. In general, the depth Is greater than (a) "Accepted engineering require- the width, but the width of a trench Is menta (or practices)' —Those require- not greater than 15 feet. menu or practises which are compaci- (o) "Trench Jack" —Screw or hydrau. ble with standards required by a regis- 11c type Jacks used as cross bracing In a tered arehltect, a registered profes- trench shoring system. clonal engineer, or other duly licensed (p) "Trench shield" —A shoring or recognized authority. system composed of steel plates and (b) "Angle of repose" --The greatest bracing, welded or bolted together. angle above the horizontal plane at which support the walls of a trench which a material will lie without slid. from the ground level to the trench Ing bottom and which can be moved along (c) "Bank" —A mass of soil rising as work progresses. above a digging level. (q) "Unstable soil" —Earth material, (d) "Belled excavation" —A part of a other than running, that because of Its shaft or footing excavation, usually nature or the Influence of related con. near the bottom and bell -shaped: I.e., ditions. cannot be depended upon to an enlargement of the cross section remain In place without extra support. above. such m would be furnished by a (e) "Braces (trench)" —The horizon- system of shoring. tal members of the shoring system (r) "Uprights" —The vertical mern- whose ends bear against the uprights ben of a shoring system. or stringers. (s) "Wales" —See paragraph (m) of (f) --Excavation"—Any manmade this section. cavity or depression In the earth's sur- (t) "Walls" —See paragraph (k) of face. Including Its aides, walls, or faces, this section. 207 ri WAGE, LABOR,_ EEO, AND SAFETY REQUIREMENTS SECTION A (Federal Aviation Administration (FAA) Requirements) A-1 Airport and Airway Improvement Program Project. The work in this contract is included in Airport Improvement Project No. 3-48-0138-08-88 "-' which is being undertaken and accomplished by the City of Lubbock. Texas (Sponsor) in accordance with the terms and conditions of a grant agreement between the City of Lubbock, Texas (Sponsor) and the United States, .- under the Airport and Airway Improvement Act of 1982 (P.L. 97-248) as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987 (P.L. 100-223) and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), pursuant to which the United States has agreed to pay a '- certain percentage of the costs under those Acts. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. A-2 Consent to Assignment. The contractor shall obtain the prior written consent of the City of Lnhhock, Texas (Sponsor) to any proposed assignment of any interest in or part of this contract. A-3 Convict Labor. No convict labor may be employed under this contract. A-4 Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Act. However, This preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. A-5 Withholding: Sponsor from Contractor. Whether or not payments or advances to the city of Lubbock Texas (Sponsor) are withheld or suspended by the FAA, the City of Lubbock, Texas (Sponsor) may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and ,. mechanics employed by the contractor or any subcontractor on the work, the full amount of wages required by this contract. A-6 Nonpayment of Wages. If the contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the City of-Luhhook, Taxac (Sponsor) may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. A-7 FAA inspection and review. The contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. SP - 24 0 N A-8 Subcontracts. The contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A-4, A-5, A-6, and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this ,,.. insertion in any further subcontracts that may in turn be made. A-9 Contract termination. A breach of paragraphs A-6, A-7, and A-8 may be grounds for termination of the contract. "'" SP-25 3 SECTION B (Secretary of Labor Requirements) B-1 Minimum wages. (a) All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at wage rates not less than those contained in the wage determination(s) of the �-- Secretary of Labor which is (are) attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. For the purpose of this paragraph, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of subparagraph (d) below; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds,or programs, but covering the particular weekly period, are deemed to be constructively made or incurred �., during such weekly period (29 CFR 5.5(a)(1)(i)). Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage skill, except as provided in paragraph B-4 of this clause. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, however, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination(s) (including any additional classifications and wage rates conformed under subparagraph (b) of this section) and the Davis -Bacon poster shall be posted at all times by the contractor and its subcontractors at the ,. site of the work in a prominent and readily accessible place where it can easily be seen by the workers. (b) (1) Any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage determination(s) and which is to be employed under this contract, shall be classified or reclassified conformably to the wage determination(s). Approval will be given for an additional r. classification and wage rate, and fringe benefits therefor, only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the �- construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be SP - 26 P_ representatives, and (insert sponsor's name) City of Lubbock, Texas agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action of the action taken shall be sent by (insert sponsor's name) City of Lubbock, Texas to the FAA for tentative approval and transmittal to the Department of Labor, Employment Standards Administration, Administrator of the Wage and Hour Division, Washington, D.C.. 20210. The Department of Labor will approve, modify or disapprove every additional classification action within 30 days of receipt and so advise the FAA or will notify the FAA within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under control number 1215-0140.) (29 CFR 5.5 (a) (1) (i)) . (3) In the event the contractor, the laborers or mechanics, including apprentices and trainees, to be employed in the classification or their representatives and the (insert sponsor's name) City of Lubbock,Texas do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), The (insert sponsor's name) City of Lubbock, Texas shall send the questions, including the views of all interested parties and the recommendation of the sponsor, to the FAA to be referred, with the recommendation of the FAA, to the Department of Labor for final determination. The Department of Labor will issue a determination within 30 days of receipt or provide notification within the 30- day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (b)(2) and (3) of this paragraph , shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as a hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly ,.. cash equivalent thereof. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question accompanied by the recommendation of the FAA shall be referred to the Secretary of Labor for determination (29 CFR 5.5(a)(1)(iii)). (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of of the wages of any SP - 27 laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, however, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets -- for the meeting of obligations under the plan or program. (29 CFR 5.5 (a)(1)(iv)). (Approved by the Office of Management and Budget under OMB control number 1215-0140) B-2 Withholding: FAA from sponsor. Pursuant to the terms of the grant agreements between the United States and (insert sponsor's name) City of Lubbock- Texas relating to Airport Improvement Project No. 3-48-oi38-o8-88 , and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), the FAA shall upon its own action or upon written request of of an authorized representative of the Department of Labor may withhold or cause to be withheld from (insert sponsor's name) City of Lubbock, Texas so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices trainees and helpers, employed by the contractor or any subcontractor on the work, the full amount of the wages required by this contract. In the event of failure to pay any laborer or mechanics, including any apprentice, trainee or helper, employed or working on the site of the work all or part of the wages required by this contract, the r- FAA may, after written notice to the (insert sponsor's name) City of T.nhhork, Texas take further action as may be necessary to cause the suspension of any further payment or advance of funds until such ,., violations have ceased (29 CFR 5.5(a)(2)). B-3 Pavrolls and basic records. (a) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address and social security number of each such employee, his correct classsification, rates of pay (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1 (b)(2) of the Davis - Bacon Act, daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found, under 29 CFR 5.5(a)(1)(iv) (see subparagraph (d) of paragraph B-1 above), that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1 (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or -mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs (29 CFR 5.5(a)(3)(i)). (Approved by the Office of Management and Budget under OMB control numbers 1215-0140 and 1215-0017..) SP- 28 P- 6 (b) (1) The contractor will submit weekly a copy of all payrolls to the (insert sponsor's name) City of Lubbock, Texas for availability to the FAA, as required by paragraph 152.59(a). The payrolls submitted shall set out accurately and completely all of the information required to be maintained by paragraph B-3 (a) above. This information may be submitted in any form desired. The contractor is responsible for the submission of copies of payrolls by.all subcontractors. (Approved by the Office of management and Budget under OMB control number 1215-0149). (2) Each payroll shall be accompanied by a "Statement of .- Compliance", signed by the employer or his agent who pays or supervises the payment of persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the +` information required to be maintagined under paragraph B-3 (a) above and that such information is correct and complete; �-- (ii) That each laborer and mechanic, including each helper, apprentice and trainee, employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph B-3 (2) of this section. r- (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States ,., code. (c) The contractor will make the records required under the labor standards clauses of the contract available for inspection, copying or '- transcription by authorized representatives of the sponsor, the FAA and the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. (d) If the contractor or subcontractor fails to submit the required records or to make them available, the FAA may, after written notice to the sponsor or contractor, take such action as as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. SP-29 Furthermore, failure to submit the required records upon request or to make t.. such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (29 CFR 5.5(a)(3)(ii)). B-4 Apprentices and trainees (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate determined by the Secretary of Labor for the classification of work he actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a prcentage of the journeyman hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of the fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of the apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (29 CFR 5.5(a)(4)(i)). (b) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training. The ratio of trainees to journeymen on the job site shall be not greater than permitted under the plan approved by the r SP - 30 .- Employment and Training Administration . Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in ^- accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at the trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In P-. addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (29 CFR 5.5(a)(4)(iii)). (c) Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this paragraph shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30 (29 CFR 5.5(a)(4)(iii)). (d) Application of 29 CFR Part 5.5(a)(4). On contracts in excess of $2,000, the employment of all apprentices and trainees as defined in 29 CFR Part 5.2(c) shall be subject to the provisions of 29 CFR 5.5(a)(4) (see paragraph B-4 (a), (b), and (c) above). (e) Enforcement. (i) The FAA shall promulgate the necessary regulations or procedures, for federally assisted construction programs for which it does not contract directly, necessary to ensure that contracts contain the provisions herein or such modifications thereof which have been approved by the Department of Labor. ?^ No payment, advance, grant, loan, or guarantee of funds shall be approved by the FAA after the beginning of construction unless there is on file with the FAA a certification by the contractor that he and his subcontractors have complied or that there is substantial dispute with respect to the required -provisions (29 CFR 5.6 (a) (1)) . (ii) Enforcement activities, including the investigation,of complaints of violations, to insure compliance with the requirements of these provisions shall be primary duty of the FAA. The Department of Labor will coordinate its efforts with the FAA, as may be necessary to ensure consistent enforcement of the requirements of these provisions. Enforcement of these provisions shall be in accordance with 29 CFR 5.6. SP-31 E B-5 Compliance with Copeland Regulations. The contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference in this contract (29 CFR 5.5(a)(5)). B-6 Compliance with Davis -Bacon and Related Acts Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. B-7 Disputes concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the FAA, the sponsor, the U.S. Department of Labor, or the employees or their ,•-. representatives. B-8 Certification of Eligibility. (a) By entering into this contract, the contractor certifies that neither it nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (c) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. B-9 Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic received compensation at a rate not less than 1 1/2 times his basic rate of pay for all hours worked in excess of 40 hours in such workweek (29 CFR 5.5(c)(1)). B-10 Violations, liabilitv for unpaid waaes, liquidated damaaes. In the event of any violation of paragraph B-6 of this provision, the contractor and any subcontractor responsible therefor shall be liable to any affected employee for his unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed, with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of said paragraph B-6 of this provision, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by said paragraph B-6 of this provision (29 CFR 5.5(c)(3)). SP - 32 10 B-11 Withholding for unpaid wages and liquidated damages. The FAA or the sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in paragraph B-7 of this provision (29 CFR 5.5 (c) (3)) . B-12 Working conditions. No contractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) and other occupational and health standards (29 CFR Part 1910) issued by the Department of Labor. B-13 Subcontracts. The contractor or subcontractor shall insert in each of his subcontracts the clauses contained in paragraphs B-1 through B-11 of this provision, and also a clause requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. The contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the labor standards clauses set forth. (29 CFR 5.5(a)(6), 5.5(c)(4)). B-14 Contract termination• debarment. A breach of clause B-1 through B-13 may be grounds for termination of the contract, and for the debarment as a contractor or subcontractor as provided in 29 CFR 5.12. SP - 33 11 SECTION C (Equal Employment Opportunity Clause) - During the performance of this contract, the contractor agrees as follows: C-1 The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruiment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. C-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. C-3 The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or worker's representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. C-4 The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, r- regulations, and relevant orders of the Secretary of Labor. C-5 The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, as amended, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and others. SP - 34 12 C-6 In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulation, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, as amended, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. C-7 The contractor will include the portion of the sentence immediately preceding paragraph C-1 and the provisions of paragraphs C-1 through C-7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, as amended, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or, purchase order as the administering agency may direct as a means of enforcing such provisions, including sanction for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. SP - 35 13 SECTION D (Health and Safety Requirements) D-1 It is a condition of this contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the contractor and any subcontractor shall no require any laborer or mechanic employed in performance of the contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under Safety and Health Regulations for Construction, Title 29 Code of Federal Regulations Part 1926 promulgated by the United States Secretary of Labor, in accordance with Section 107 of the Contract Work hours and Safety Standards Act, 83 STAT. 96. SP-36 14 SECTION E (Air and Water Quality Standards) E-1 Any other provision herein to the contrary notwithstanding, the contractor in carrying out work under this contract, shall at all times comply with all applicable state and federal air and water quality .— standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state, or federal agency having within its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the contractor shall comply with directives given by the Project Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, entitled Item P-156, Temporary Air and Water Pollution, soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from Department of Transportation, Distribution Unit, TAD-484.3, Washington, D.C. 20590. E-2 Contractor and subcontractors agree: a. That any facility to be used in the performance of the contract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder. C. That as a condition for award of a contract he will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities. d. To include or cause to be included in any contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. SP - 37 15 SECTION F. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246, as amended) 1. As used in these specifications: a. "Covered area means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; C. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central, or South America, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast, Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining r- identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provision of these specifications and the notice which contains the applicable goals for minority and female participatiom and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligation undr th EEO clause and to make a good faith effort to achieve each goal under the plan in each trade in SP - 38 16 which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved plan does not excuse any efforts to achieve the plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7.a. through p. of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization; the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The contractor is expected to make substantially uniform progress towards its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246, as amended, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees -must be employed by the contractor during the training period and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure EEO. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harrassment, intimidation, and coercion at'all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisort personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organization's responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female oft -the -street applicant and minority or female referral from a union, a recruitment source, or community SP - 39 17 organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefor along with whatever additional actions the contractor amy have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or woman sent by the contractor, or when the contractor has other information that the union - referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7, b. above. r- f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EO obligations; by including it any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on -site supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO ploicy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment SP-40 18 needs. Not later than 1 month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of the contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to .. and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations Ma. through p.). The efforts of a contractor association, joint contractor - union, contractor -community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7.a. through p. of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions SP - 41 r- M 19 taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide EEO and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, the contractor may be in violation of the executive order if a particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the executive order if a specific minority group of women is underutilized). 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as amended. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportuniity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the OFCCP. Any contractor who fails to carry out these sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the executive order, the implementing regulations, or these specifications, the director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per Week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. SP-42 P -, MI 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). SP — 43 r- U.S. Department of Labor 4P, GENERAL WAGE DECISION NO. TX89-39 Supercedes General Wage Decision No, TX88-39 State: TEXAS County(ies): ZONE i - Baily, Borden, Cochran, Cottle, Crosby, Dawson, Dickens, Fisher, Floyd, Foard, Gaines, Garza, Hale, Haskell, Hockley, Jones, Kent, King, Knox, Lamb, Lynn, Motley, Scurry, Shackleford, Stephens, Stonewall, Terry, Throckmorton, Yoakum & Young ZONE 2 - Lubbock Construction Type: Heavy & Highway Construction Description: Heavy (excluding tunnels & dams) and Highway Projects (does not include building structures in rest area projects) Modification Record: No. Publication Date Page No.(s) SP - 44 .�- U.S. Department of Labor TX89-39 Basic Basic Hourly Hourly Rates Rates (ZONE 1 (ZONE 2 ASPHALT HEATER OPERATOR 5.6 6.25 ASPHALT RAKER 7.0 6.30 ASPHALT SHOVELER 7.5 6.40 BATCHING PLANT SCALE OPERATOR 8 6.80 CARPENTER .7 7.70 CARPENTER HELPER .5 6.40 CONCRETE FINISHER (PAVING) 1 .3 8.00 CONCRETE FINISHERS HELPERS (PAVING) - 5.90 CONCRETE FINISHER (STRUCTURES) . 5 7.35 CONCRETE FINISHER HELPER (STRUCTURES) .10 6.50 ELECTRICIAN - 10.00 ELECTRICIAN HELPER - 7.35 FORM BUILDER (STRUCTURES) 0 6.50 FORM BUILDER HELPER (STRUCTURES) - 5.50 FORM SETTER (PAVING & CURB) 0 7.50 FORM SETTER HELPER (PAVING & CURB) - 6.50 FORM SETTER (STRUCTURES) 0 7.25 FORM SETTER HELPER (STRUCTURES) 6. 5 6.60 LABORER, COMMON 5. 5 5.50 LABORER, UTILITY 6. 0 6.35 MECHANIC 9 60 9.80 MECHANIC HELPER 7 55 - OILER 6 60 7.25 SERVICER 7 15 6.85 SWAMPER 5.50 PIPELAYER 6 00 7.00 BLASTER 7 50 - REINFORCING STEEL SETTER (STRUCTURES) 7 00 6.40 REINFORCING STEEL SETTER HELPER 5.50 SPREADER BOX OPERATOR 7.20 - SWAMPER 5.50 POWER EQUIPMENT OPERATORS: Asphalt Distributor 7. 5 7.55 Asphalt Paving Machine 5 7.00 Broom or Sweeper Operator 5 - Bulldozer 150 HP & Less 5 - Bulldozer over 150 HP 5 7.45 Concrete Paving Finishing Machine O 9.00 Concrete Paving Spreader O - Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (less than 1 1/2 CY) 0 7.60 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (i 1/2 CY & Over) 8.70 Crusher or Screening Plant Operator - Foundation Drill Operator (Truck Mounted) 13.0 10.75 Front End Loader (2 1/2 CY & less) 6.9 - Front End Loader (Over 2 1/2 CY) 7.8 - Mixer (Over 16 CF) 0. - Motor Grader Operator, Fine Grade 9.8 9.75 Motor Grader Operator 8.6 8.60 ca-45 r-- U.S. Department of Labor F-• 4� TX89-39 Roller, Steel Wheel (Plant -Mix Pave- ment) nri6.75 Roller, Steel Wheel (Other -Flat Wheel or Tamping) .3 5.95 Roller, Pneumatic (Self -Propelled) .7 5.85 Scrapers (17 CY & Less) G. 6.35 Scrapers (Over 17 CY) 7 5 7.30 Tractor (Crawler Type) 150 HP & Less 6 0 - Tractor (Crawler Type) over 150 HP 7 0 7.00 Tractor (Pneumatic) 80 HP & Less 6. O - Tractor (Pneumatic) over 80 HP 6. O 6.50 Wagon Drill, Boring Machine or Post Hole Driller Operator 6 0 - TRUCK DRIVERS: Single Axle, Light 6. 5 6.15 Single Axle, Heavy 6.5 - Tandem Axle or Semitrailer .6 6.60 Lowboy - Float - 6.60 Transit Mix .0 - WELDER 7.50 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR, 5.5 (a) (1) (ii)). SP - 46 SECTION 1 INSTALLATION OF AIRPORT ELECTRICAL VAULT EQUIPMENT AND CONTROL TOWER EQUIPMENT FAA ITEM L-109 (MODIFIED) 1. DESCRIPTION This item shall consist of the furnishing and installation of all vault equipment, wiring, cable, conduit, cable tray, and grounding systems, and all rearrangement of any existing equipment in the existing airport transformer vault. This work shall also include the painting of equipment and conduit; the marking and labeling of equipment and the labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the Engineer. This work shall also include the installation and removal of specified equipment at the control tower. 2. EQUIPMENT AND MATERIALS 2.1 General Airport lighting equipment and materials covered by FAA specifi- cations shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be listed in the latest edition of Advisory Circular 150/5345-1, "Approved Airport Lighting Equipment." All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. 2.2 Flexible Steel Conduit Flexible steel conduit and fittings shall be U.L. labeled. 2.3 Rigid Steel Conduit Rigid steel conduit and fittings shall be in accordance with r- Federal Specification WW-C-581. 2.4 Ground Bus Connectors Connectors for insulated cable shall be of the proper size and type for the service intended. 2.5 Square Duct Duct shall be square similar to that manufactured by the Square D Company (or equal), or the Trumbull Electrical Manufacturing Company (or equal). The entire front of the duct on each section shall consist of hinged A or removable cover for ready access to the interior. The cross section of the duct shall be not less than 6 x 6 inches except where otherwise shown in the plans. This duct shall be U.L. labeled. 1 - 1 r- 2.6 Ground Rods Ground rods shall be copper or copper -clad of the length and diameter specified in the plans. 2.7 FAA Approved Equipment Certain items of airport lighting equipment installed in vaults are covered by individual FAA equipment specifications. The latest editions of the applicable specification shall be used. The specifications are listed below: AC 150/5345-7D, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. AC 150/5345-10E, Specification L-828 Constant Current Regulators. Regulators shall be dry type, compatible with existing regulators. 2.8 Other Electrical Equipment Constant -current regulators, distribution transformers, cutouts, relays, terminal blocks, transfer relays, circuit breakers, and all other regularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the applicable rulings and standards of the Institute of Electrical and Electronic. Engineers or the National Electrical Manufacturers Association. When specified, test reports from a testing laboratory indicating that the equipment meets the specifications shall be supplied. In all cases, equipment shall be new and a first -grade product. This equipment shall be supplied in the quantities required for the specific project and shall incorporate the electrical and mechanical characteristics specified in the proposal and plans. The equipment to be furnished under this paragraph shall include, but is not limited to, the following items or as shown on the plans: (a) Load Center Modifications New circuit breakers to be installed in the existing load center shall be as shown on the plans or as required. All circuit breakers shall have a minimum interrupting rate of 42,OOO amperes at 120/208 volts Wye. Branch circuit breakers shall be furnished with ampere ratings and poles as shown on the plans. r (b) Auxiliary Relay Cabinet Renovation New replacement relays, voltage suppressors, wiring, and other electrical equipment as required or as shown on the plans, shall be as specified under the latest edition of FAA Advisory Circular 150/5345-13, Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits. -- (c) 480 Volt Panelboard The new single phase, 480-volt, 3-wire panelboard to be installed in the electrical vault for service to the new Pavement Sensor Monitoring System. shall have a 100-amp main bus rating with a 30-amp main breaker with branch circuit breakers as shown on the plans. All circuit breakers shall be thermo-magnetic type with a minimum 10,000-amp, symmetrical interrupting 1 - 2 K- rating. The panelboard shall be General Electric, type NHB, with type TEAD circuit breakers, or approved equal. 2.9 Wire Wire in conduit rated up to 5,000 volts shall conform to Advisory Circular 150/5345-7D, Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits, for rubber insulated neoprene -covered wire, or Federal Specification J-C-30, Type.RHW, for rubber insulated fibrous -covered wire. For ratings up to 600 volts, thermoplastic wire conforming to Federal Specification J-C-30, Types TW, THW and THWN, shall be used. The wires shall be of the type, size, and number of conductors, and voltage shown in the plans or in the proposal. (a) Control Circuits Wire shall be not less than No. 12 AWG and shall be insulated for 600 volts. If telephone control cable is specified, No. 19 AWG telephone cable conforming to the United States Department of Agriculture, Rural Electrification Administration (REA) Bulletin 345-14 shall be used. (b) Power Circuits (1) 600 Volts Maximum - Wire shall be No. 6 AWG or larger and insulated for at least 600 volts. (2) Over 600 Volts - Wire shall be No. 6 AWG or larger and insulated for at least 5,006 volts. 2.10 Lighting Control Panel Provide and install in the control tower a new L-821, Type II, Class F, Style 3 panel for the control of the. runway and taxiway lighting. The panel shall be a flush mounted, backlighted facsimile panel as specified in the latest edition of FAA Advisory Circular 150/5345-30, Specification for L-821 Panels for Remote Control of Airport Lighting. The panel shall also include two (2) red indicating lights for low generator fuel and generator running, and one (1) OFF/ON switch for radio control of the airaport rotating beacon. The radio control switch and transmitter are included in the requirements of 'Section 2, REHABILITATION OF EXISTING AIRPORT ROTATING BEACON, of these specifications. The panel layout shall be similar to that shown on the plans. The Contractor shall submit layout drawing for Engineer approval prior to construction of panel. 2.11 480-120/240 Volt Transformer Provide and install in the electrical vault a new 10 KVA, 480- 120/240 volt, single phase, dry type transformer to serve as a 120-480 volt, step transformer for 480 volt source to the Pavement Sensor Monitoring System circuits. The transformer shall be wall mounted in the location shown on the plans or as directed by the Engineer. The transformer shall be 115° C temperature rise, Square D/Sorgel Catalogue #10540F, or approved equal. 1 - 3 3. INSTALLATION OF EQUIPMENT IN VAULT 3.1 General The Contractor shall furnish, install and connect all equipment, equipment accessories, conduit, cables, wires, buses, grounds and support necessary to insure a complete and operable electrical distribution center for the airport lighting system as specified herein and shown in the plans. Two (2) 30 Kw L-828 regulators, two (2) 15 Kw L-828 regulators and one (1) 7 1/2 Kw L-828 regulator shall be installed in the existing transformer vault at the locations shown on the plans. Other existing equipment in the vault shall be relocated in locations shown on the plans. All new and °^ relocated equipment and controls shall be connected and tested to insure a complete and operable electrical distribution system. Three (3) existing 4 Kw L-813 regulators and one (1) 30 Kw regulator, which are shown on the plans to be taken out of service, shall be disconnected and relocated in the Owner's storeroom. New circuit breakers shall be installed as shown on the plans. New cutouts shall be installed on all new and existing regulators, and the existing cutouts shall be delivered, in good condition, to the Owner for use as spares. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and local code agency having jurisdiction. 3.2 Power Supply Equipment Transformers, regulators and other power supply equipment items r-- shall be furnished and installed at the location shown in the plans or as directed by the Engineer. The power supply equipment shall be set on steel "H" sections, "I" beams, channels, or concrete pads to provide a minimum space of -- 1-1/2 inches between the equipment and the floor. The equipment shall be placed so as not to obstruct the nameplates so far as possible. r 3.3 Panels Relays, transfer switches, panels, panelboards and other similar items shall be furnished and installed at the location shown in the plans or as directed by the Engineer. Wall or ceiling mounted items shall be attached to the wall or ceiling with galvanized bolts of not less than 3/8-inch diameter engaging metal expansion shields or anchors in masonry or concrete. 3.4 Renovation of Existing Auxiliary Relav Cabinet New relays, voltage suppressors, wiring, and other electrical equipment, shall be installed in the existing auxiliary relay cabinet as shown on the plans or as required to return the cabinet to original capacity. All relays or other electrical equipment in the cabinet found to be non-functional shall be replaced. As required, all adjacent wiring found to be faulty shall be replaced. 3.5 Wiring and Connections The Contractor shall make all necessary electrical connections in r- the vault in accordance with the wiring diagrams furnished and as directed by the Engineer. In wiring to the terminal blocks, the Contractor shall leave sufficient extra length on each control lead to make future changes in 1 - 4 connections at the terminal block. This shall be accomplished by running each control lead the longest way around the box to the proper terminal. Leads shall be neatly laced in place. 3.6 Marking and Labeling ••- All equipment, control wires, terminal block, etc. shall be tagged, marked, or labeled as specified below: (a) Wire Identification The Contractor shall furnish and install self -sticking wire labels or identifying tags on all control wires at the point where they connect to the control equipment or to the terminal blocks. Wire labels, if used, shall be of the self -sticking, preprinted type and of the manufacturer's recommended size for the wire involved. Identification markings designated in the plans shall be followed. Tags, if used, shall be of fiber not less than 3/4-inch in diameter and not less than 1/32-inch thick. Identification markings designated in the plans shall be stamped on tags by means of small tool dies. Each tag shall be securely tied to the proper wire by a nonmetallic cord or nylon tie. (b) Labels The Contractor shall stencil identifying labels on the cases of regulators, breakers, and distribution and control relay cases with white oil paint as designated by the Engineer. The letters and numerals shall be not less than 1 inch in height and shall be of proportionate width. The Contractor shall also mark the correct circuit designatiorls.in accordance with the wiring diagram on the terminal marking strips which are a part of each terminal block. (c) Painting After all electrical equipment, gutter and conduit have been installed, the Contractor shall apply paint or touchup paint of the appropriate color to the items installed and to the adjacent surfaces which might be damaged prior to acceptance of the installation. 3.7 Scheduling of Work The work required by this item shall be scheduled so that the work specified herein will not disrupt the use of the lighting system of runways, taxiways or aprons which have not been closed. No extra compensation will be allowed for any temporary wiring or other work made necessary by these requirements. The installation of the new equipment in the control tower will be performed between the hours of 12:30 A.M. and 6:00 A.M. 4. METHOD OF MEASUREMENT The quantity of vault equipment and tower equipment to be paid for under this item shall consist of all equipment installed, connected and accepted as complete lump sum items ready for operation. This lump sum item shall also include removal and relocation of specified equipment. 1 - 5 5. BASIS OF PAYMENT Payment for the new rotating beacon radio controller system will be made under Section 2, REHABILITATION OF EXISTING AIRPORT ROTATING BEACON, of these specifications. Payment will be made at the contract lump sum price for the completed and accepted vault equipment and tower equipment installation. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. This price shall also include removal and relocation of specified equipment. Payment will be under: (a) Installation of Airport Electrical Vault Equipment in Place This item shall include, but is not limited to, the furnishing and installation of the following new equipment: Two (2) 30 KW L828 regulators with controls Two (2) 15 KW L828 regulators with controls One (1) 7 1/2 KW L828 regulator with controls Twelve (12) cutouts Renovation of existing auxiliary relay cabinet Modifications to existing load center One (1) 480-volt panelboard and one (1) 480-120/240 volt transformer for Pavement Sensor Monitoring System (b) Installation of Control Tower Equipment in Place This item shall include, but is not limited to, the furnishing and installation of the following new equipment: One (1) L-821 airport lighting control panel END OF SECTION 1 - 6 SECTION 2 REHABILITATION OF EXISTING AIRPORT ROTATING BEACON FAA ITEM L-130 (MODIFIED) 1. DESCRIPTION r" 1.1 General This item shall consist of removal of the existing 24-inch airport rotating beacon from the existing beacon tower, modification of the existing ., beacon mounting platform, installation of a rehabilitated 36-inch airport rotating beacon at the existing beacon location, removal of the existing beacon radio controller, installation of a new beacon radio controller, and related items of work. This work shall include mounting, leveling, wiring, painting, servicing and testing of the beacon and all materials and incidentals necessary to place the rehabilitated beacon in operating condition as a completed unit to the satisfaction of the Engineer. This item shall also consist of a ladder assembly furnished and installed on the existing airport rotating beacon tower in accordance with this specification and as shown on the drawings. This work shall include removal of the existing ladder from the tower, delivery of the existing ladder to the Owner's warehouse, any modifications to the tower required to mount the new ladder assembly, and other related work. Prior to use of a crane or other hoisting device, the Contractor shall file prescribe forms for airspace clearance in accordance with Part 77, ^, as specified in the Special Provisions. Clearance shall be approved prior to erection of the crane. In addition, the Contractor shall notify the Engineer and Director of Aviation 48 hours prior to actual erection of the crane. As stated in Section SP-9 of the Special Provisions, the Contractor shall be responsible for all damage done to public or private property during the course of construction, and ,said damage shall be repaired by and at the .- expense of the Contractor. Necessary removal and replacement of fencing or other structures shall be by and at the expense of the Contractor. 2. EQUIPMENT AND MATERIALS 2.1 General (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20590, and shall be listed in Advisory Circular 150/5345-1, Approved Airport lighting Equipment. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. 2 - 1 2.2 Rehabilitated Airport Rotating Beacon Rehabilitation work on the 36-inch beacon, as described in Paragraph 3.2, Rehabilitation of the 36-inch Airport Rotating Beacon, shall be accomplished by the original beacon manufacturer, or by a company approved for ^^ beacon rehabilitation by the original beacon manufacturer. Materials used in the rehabilitation of the 36-inch airport rotating beacon shall meet or exceed the current requirements of the original beacon manufacturer in workmanship and quality. The rehabilitated airport rotating beacon shall conform to the latest edition of FAA Advisory Circular 150/5345-13C for AFF L802A beacons, except that the beacon shall be rehabilitated. The beacon shall be aluminum, 36-inch rotating drum, double -ended type, with one clear lens and one green lens. The beacon shall be capable of rotating at twelve (12) revolutions per minute. The unit shall include a top mounted, red light, energized to indicate beacon lamp failure. All external metal parts shall have an aluminum finish. The fixture shall be 115 volts, 60 hertz, 400 watt metal halide lamp. The footprint shall match the existing mounting holes. Electrical connection at rotation point r- shall be made through a slip ring and brush assembly. A manual beacon power control switch shall be provided and shall *— be of sufficient size to adequately control the input power to the rehabilitated beacon. This manual power switch will bypass the beacon radio controller, allowing local control of beacon power. The manual power control switch shall r. be mounted in a separate housing of lockable, water -right, cast aluminum construction, designed for outdoor service. 2.3 Airport Rotating Beacon Radio Controller The new airport rotating beacon radio controller shall conform to the requirements of the latest revision of FAA Advisory Circular 150/5345- 49, L-854, RADIO CONTROL EQUIPMENT. The radio control unit shall be Type II for ground -to -ground control, and shall be Remote Control System, Model GEA92, as manufactured by Godfrey, Engineering, or approved equal. The radio control system shall include, but not be limited to, the following units: 1. A Transmitter Unit, consisting of an illuminated, ON/OFF switch, an encoder, a transmitter interface, an FM transmitter and a transmitter antenna; and 2. A Receiver Unit, consisting of an FM receiver, a decoder, control relays and a receiver antenna. The new radio controller's operating frequency shall be factory tuned to operate at the operating frequency of the existing radio controller, 172.175 MHZ. It is the intent of these specifications that the new radio controller operate at the same frequency as the existing radio controller. Prior to factory tuning of the new equipment, the Contractor shall verify that.172.175 MHZ is the same operating frequency as that of the existing radio controller. The receiver unit shall be housed in a water -tight, cast aluminum housing with stainless steel hardware, designed for outside installations. 2 - 2 The Contractor shall furnish submittal data to verify that the !"' proposed radio controller equipment is compatible with the existing equipment in the control tower and at the rotating beacon tower, without field modifications. 2.4 Wire Wire in conduit rated up to 5,000 volts shall conform to Advisory Circular 150/5345-7, Specification for L-824 underground Electrical Cables for Airport Lighting Circuits for rubber insulated neoprene covered wire, or Federal Specification J-C-30, Type RHW, for rubber insulated fibrous covered wire. For ratings up to 600 volts, the thermoplastic wire conforming to Federal Specification J-C-30, Types TW, THW, and THWN, shall be used. 2.5 Conduit Rigid steel conduit and fittings shall conform to the requirements of Federal Specification WW-C-581. 2.6 Rotating Beacon Tower Ladder Assembly The new ladder assembly shall conform to all applicable Federal Aviation Administration specifications and shall be designed in accordance with current.Occupational Safety and Health Administration regulations. The new ladder assembly shall consist of separate ladders, each with a safety cage. The ladders shall be connected by offset. landing platforms. The ladder assembly shall be as manufactured by Precision Parts Corporation, or approved equal, and shall be constructed in the configuration shown on the drawings or as directed by the Engineer. The ladder assembly shall be aluminum, with rungs no less than 2-3/4 inches in width and 18 inches long. The rungs shall be vertically spaced in uniform distances no greater than 12 inches apart. The rungs shall be designed to withstand a 1,000-pound static load without failure. Prior to fabrication, the ladder assembly shall be detailed and shop drawings submitted to the Engineer for approval. No fabrication or installation of the ladder assembly shall begin prior to the Engineer's written acceptance of submitted shop drawings. Shop drawings shall include full dimensions, connection details and construction materials. .., 3. CONSTRUCTION METHODS 3.1 Removal of Existing Airport Rotating Beacon The existing 24-inch airport rotating beacon shall be removed from the existing rotating beacon tower and shall become the property of the Contractor. Care shall be taken to avoid damage to the beacon as well as the beacon tower, mounting platform, and accessories. Any damage caused by the Contractor's activities shall be repaired at the Contractor's expense to the satisfaction of the Engineer. The Contractor shall use the removed existing 24-inch airport rotating beacon as a trade-in for the rehabilitated 36-inch rotating beacon, and 2 - 3 the trade-in value gained by the Contractor shall be reflected in the Contractor's bid price for the 36-inch rehabilitated beacon. The Contractor shall ascertain the condition of remaining equipment such as panel boards and cabinet and determine the compatibility of the rehabilitated 36-inch beacon to be installed with the remaining equipment. The Contractor shall replace all necessary parts or equipment. Upon giving his evaluation to the Engineer, the installation of the rehabilitated 36-inch beacon may proceed. 3.2 Rehabilitation of the 36-inch Airport Rotating Beacon The rehabilitated beacon shall meet the requirements of Paragraph - 2.2, Rehabilitated Airport Rotating Beacon, and shall be equal, in all respects, to a new airport rotating beacon. Rehabilitation of the 36-inch beacon shall include, but not be limited to the following: (a) Glassware All glassware shall be removed, cleaned, polished and reinstalled with new sealant. Any broken, missing, chipped or cracked lens segments shall be replaced prior to delivery. (b) Motor ^. The beacon motor shall be removed and replaced with a new motor. The new motor shall be as recommended by the original beacon manufacturer, but shall be at least 1/6-horsepower, 115-volt, 60-cycle, unless otherwise approved by the Engineer. The new motor shall be completely checked and test run prior to installation in the beacon. (c) Gears The ring gear and pinion gear shall be replaced with new ring and pinion gears, and properly lubricated prior to beacon assembly. (d) Electrical The slip rings shall be resurfaced, and the brushes and brush springs replaced with new brushes and brush springs. The wiring and other electrical parts shall be checked for signs of wear or aging, and replaced as required. All wiring which has been exposed to high temperature operation shall be replaced. (e) Bearings All rotating bearings shall be replaced with new rotating bearings, and properly lubricated. r— (f) Lamp Changer The beacon lamp changer shall be removed from the beacon and replaced with a new 400-watt, metal halide modification kit as approved by —�, the FAA. Such modification kits shall include a replacement green bull-s-eye lens to provide proper color correction. (g) Finish All existing paint shall be removed. The beacon shall be primed and painted with two coats of International Orange paint. Prime and paint 2 - 4 shall be of a type recommended for use on metal, and shall be applied s recommended by the paint manufacturer. 3.3 Installation of the Rehabilitated Airport Rotating Beacon (a) General The rehabilitated 36-inch beacon shall be mounted on the existing mounting platform on the existing rotating beacon tower. (b) Hoisting and Mounting The rehabilitated beacon shall be hoisted to the mounting platform by using suitable slings and hoisting tackle or other approved methods. Before fastening the beacon to the mounting platform, the mounting holes shall be checked for correct spacing. Beacon base or mounting legs shall not be strained or forced out of position to fit incorrect spacing of mounting holes. The beacon base shall be raised first, set in position, and bolted in place. The beacon drum shall then be raised and assembled to the base. The beacon base and drum shall be accurately aligned to prevent uneven rotation of the drum. If the Contractor prefers another assembly or installation procedure, it shall be submitted to the engineer for approval prior to installation. (c) Leveline After the beacon has been mounted _in place, it shall be accurately leveled. The leveling shall be checked in the presence of the Engineer and shall be accomplished to the satisfaction of the Engineer. (d) 5ervicine Before placing the beacon in operation, the Contractor shall accomplish the following: (1) Clean and polish all glassware, both inside and outside, using a type of cleaner as recommended by the manufacturer which will not scratch the lens, and clean the interior of the beacon. (2) Clean interior of beacon base and check for alignment of parts. e.- (3) Clean and polish slip rings. Apply a very small amount of petroleum jelly to the slip rings, operate about 1/2-hour, then wipe the surplus jelly off the rings. Remove the brushes and lubricate the chamber of the brush holders. •— (4) Grease gears of rotating mechanism where gears are accessible. Check to see if gears mesh properly, and turn the motor shaft by hand to ascertain if action of gear train is free. Check and adjust the clutch tension. The clutch should be not quite tight enough to stall the motors when the lamp -rotating 2 - 5 element is held fast. Fill grease fittings with grease conforming to the manufacturer's recommendations. (5) Set brushes for free motion on slip rings, and adjust brush springs to one or two pounds pressure to provide positive. contact. Brushes shall contact the slip rings evenly as the brushes travel around the perimeter of the slip rings. (6) Secure the lamps properly in the sockets. (e) Beam Adjustment After the beacon has been mounted and leveled to the satisfaction of the Engineer, the elevation of the beams shall be adjusted. The final beam adjustments shall be made at night so that results can be readily observed. The beams shall be adjusted to the elevation directed by the Engineer, except that, in no case shall the elevation of the beams be less than two degrees above the horizontal. If required, a shield shall be installed to block the beacon light flash from the vision of the air traffic control tower personnel. The shield shall be securely fastened to the beacon tower platform and shall be adjustable to provide light black -out to the control tower. 3.4 Installation of New Airport Rotating Beacon Radio Controller The existing airport rotating beacon radio controller receiver unit shall be removed from the rotating beacon tower. The existing beacon radio controller transmitter unit shall also be removed from the air traffic control tower. The existing radio control equipment, including the receiver unit, receiver antenna, transmitter unit and transmitter antenna, shall remain the .-. property of the Airport and shall be delivered, in good condition, to the Airport staff at the Maintenance Facility. The new, L-854, beacon radio controller transmitter unit shall be installed in the new lighting control panel in the air traffic control tower as shown on the plans or as directed by the Engineer. The new transmitter antenna shall be installed as recommended by the antenna manufacturer. The new, L-854, beacon radio controller receiver unit shall be installed on the existing rotating beacon tower as shown on the plans or as directed by the Engineer. The new receiver antenna shall be installed as recommended by the antenna manufacturer. Installation and wiring of the new, L-854, beacon radio controller units shall be in accordance with these specifications and as recommended by the equipment manufacturer. Any additional equipment, such as relays or interface units, required to produce a complete, functioning radio control system shall be provided and installed as a subsidiary of this item at no additional expense to the Owner. 2 - 6 3.5 Existing Obstruction Lights Existing beacon/tower obstruction lights shall remain operational. Any modification in position or location shall be accomplished to the satisfaction of the Engineer before the beacon installation is approved. 3.6 Wiriny- The Contractor shall furnish all necessary labor and materials and shall make complete above ground electrical connections in accordance with the equipment manufacturer's recommendations. 3.7 Conduit All exposed wiring shall be run in not less than 1/2-inch galvanized rigid steel conduit. No conduit shall be installed to provide for drainage. If mounted on the steel beacon platform, the conduit shall be fastened with "Wraplock" straps, clamps, or approved fasteners, spaced approximately 5 feet apart. 3.8 Testing The rehabilitated rotating beacon and new beacon radio controller installations shall be fully tested in operation as a completed unit prior to acceptance. These tests shall include taking megger and voltage readings. The insulation resistance to ground of the beacon supply circuit shall be not less than 50 megohms when measured ungrounded. Testing equipment shall be furnished by the Contractor. Tests shall be conducted in the presence of the ENgineer and shall be to his satisfaction. 3.9 Warranty for Rehabilitated Airport Rotating Beacon A written warranty shall be provided to the Lubbock International Airport which guarantees that the company executing the beacon rehabilitation will correct, by repair or replacement, any defect in material or workmanship which occurs during normal use in the first two (2) years of beacon operation after the date of the completion of the total project. This warranty shall include all expenses, labor and costs required to return the system to normal operating order. 3.10 Installation of New Ladder Assembly (a) Removal of Existing Ladder The existing ladder shall not be removed from the existing rotating beacon tower until the new ladder assembly is approved by the Engineer, fabricated, delivered on site, and the Contractor is ready to install the new ladder. The existing ladder shall be removed in such a manner as to cause as little damage as possible to the existing ladder or the existing beacon tower. Any damage to the tower or ladder will be repaired by the Contractor with no , additional charge to the owner. Upon removal, the Contractor shall deliver the existing ladder to the Owner's designated place of storage. (b) New Ladder Assembly The Contractor shall make every effort to schedule replacement of the beacon tower ladder so as to cause minimum disruption of access to the rotating beacon. 2 - 7 The rotating beacon tower ladder assembly shall be mounted to the existing beacon tower in approximately. the same location as the existing ladder, as shown on the drawings, or as directed by the Engineer. Installation shall be in accordance with the manufacturer's recommendations. After installation, the ladder assembly shall be painted to match the existing tower. Painting shall be in accordance with the ladder manufacturer's recommendations, and shall have the prior approval of the Engineer. 4. METHOD OF MEASUREMENT The quantities to be paid for under this item shall consist of all equipment installed, connected and accepted as complete lump sum items ready for operation. 5. BASIS OF PAYMENT r-- Payment will be made at the contract lump sum price for each completed and accepted equipment installation. This price shall be full compensation for furnishing all material and for all materials and for all preparation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. r- Payment will be under: (a) Installation of Rehabilitated Airport Rotating Beacon This item shall include, but is not limited to, the furnishing and installation of the following equipment: Removal of existing 24-inch airport rotating beacon One (1) 36-inch rehabilitated airport rotating beacon One (1) manual beacon power control switch Wiring Miscellaneous items and accessories (b) Installation of New Rotating Beacon Radio Controller System This item shall include, but not be limited to, the furnishing and installation of the following equipment: Removal of existing rotating beacon radio controller system, including receiver, transmitter and antennae One (1) rotating beacon radio controller system Wiring Miscellaneous items and accessories 2 - 8 (c) Installation of New Ladder Assembly on Existing Tower This item shall include, but is not limited to, the furnishing and installation of the following equipment: Removal of existing ladder One (1) ladder assembly Miscellaneous items and accessories END OF SECTION 2 - 9 SECTION 3 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT FAA ITEM L-110 1. DESCRIPTION 1.1 General This item shall consist of underground electrical ducts or conduits r^ installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown in the plans. It shall also include all trenching, backfilling, removal, and restoration of any paved areas'; manholes, concrete encasement, mandreling, installation of steel drag wires, capping, and the testing of the installation as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. P.- 2. EQUIPMENT AND MATERIALS 2.1 General All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the,.Engineer. The Contractor shall furnish the following types of ducts in complying with the specifications for this item: a. 4" Duct - plastic only b. 2" Duct - plastic only C. Split Duct - plastic only 2.2 Plastic Conduit Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W-0-1094A and shall be Type II, Schedule 40 PVC, suitable for either above ground or underground use. 2.3 Steel Conduit Rigid steel conduit and fittings shall conform to the requirements r~ of Fed. Spec. WW-C-581. 2.4 Concrete Concrete shall conform to the "Structural Portland Cement Concrete" section of these specifications using 1-inch maximum size coarse aggregate. Concrete shall have a compressive strength of not less than 3,000 psi after 28 days. r- 3 - 1 r-- 3. CONSTRUCTION METHODS 3.1 General The Contractor shall install underground ducts at the approximate locations indicated in the airport layout plans. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size is indicated in the plans or specifications, the ducts shall be not less than 4 inches inside diameter. All duct lines shall be laid so as to grade toward handholes, manholes and duct ends for drainage. Grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward manholes, handholes, or duct ends. Pockets or traps where moisture may accumulate shall be avoided. The Contractor shall mandrel each duct. An iron -shot mandrel, not more than 1/4-inch smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods.- The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with a No. 10 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient -- length shall be left in manholes or handholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removable caps, designed by the duct manufacturers. All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts installed under runways, taxiways, aprons, and other paved areas shall be encased in a concrete envelope except where shown otherwise on the drawings. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the ,., type of soil or rock to be excavated before bidding. All excavation shall be unclassified. Trench and excavation safety requirements are included in the Special Provisions of these specifications. 3.2 Ducts Encased in Concrete Unless otherwise shown in the plans, concrete -encased ducts shall be installed so that the top of the concrete envelope is not less than 20 inches r— below the finished subgrade where installed under runways, taxiways, aprons, or other paved areas, and not less than 20 inches below finished grade where installed in unpaved areas. Concrete encasement of ducts under paved areas shall r.. 3 - 2 extend beyond the limits of the paved areas to the new manhole, as shown on the plans, or as directed by the Engineer. Trenches for concrete -encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts for concrete encasements shall be placed on a layer of concrete not less —. than 3 inches thick prior to its initial set., Where two or more ducts are encased in concrete, the Contractor shall space them not less than 1-1/2 inches apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. 3.3 Extension of Existing Concrete Encased Ducts As shown on the plans, numerous existing concrete encased ducts shall be extended. Duct extensions shall be constructed in accordance with Section 3.2, "Ducts Encased in Concrete." Concrete encased duct extensions shall be extended a variable length, as required, to reach the new electrical manholes, as shown on the plans, or as directed by the Engineer. Connections of the new duct extensions to the existing duct shall be made using approved couplers or fittings specifically designed for this application. Butting of two plain -end ducts together shall not be permitted. Connection of the new duct extension to the new electrical manhole shall be included in this item. All new duct extensions shall be provided with a No. 10 gauge galvanized iron or steel drag wire as specified herein. The drag wire shall be a continuous wire with no splices. 3.4 Conduits or Ducts Without Concrete Encas'ine Trenches for single -conduit lines shall be not less than 6 inches nor more than 12 inches wide, and the trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. A layer of fine earth material, at least 4 inches thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4-inch sieve. The bedding material shall be tamped until firm. Unless otherwise shown in plans, conduits for direct burial shall be installed so that the tops of all conduits are at least 22 inches below the finished grade. When two or more conduits are installed in the same trench, they shall be spaced not less than 2 inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches apart in a vertical direction. 3 - 3 ic Trenches shall be opened the complete length before conduit is installed so that if any obstructions are encountered, -proper provisions can be made to avoid them. An expansion -contraction coupling joint shall be installed near the midpoint in each section of conduit which exceeds 100 feet or in each 200 feet of a longer run. The 2-inch plastic conduit may be deflected at the joints and by bending of the pipe, not to exceed the manufacturer's recommendation, to allow change in direction. However, when deflection limits are exceeded, bends and fittings will be required. 3.5 Backfilling After concrete -encased ducts have been properly installed and the concrete has had time to set, the trench shall be backfilled in at least two layers with excavated material not larger than 4 inches in diameter and thoroughly tamped and compacted to at least the density of the surrounding undisturbed soil. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled.and tamped level with the adjacent surface, except that, when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. ., For ducts without concrete envelope, 8 inches of sand, soft earth, or other fine fill (loose measurement) shall be placed around the ducts and carefully tamped around and over them with hand tampers. The remaining trench may be filled with regular run of excavated material and thoroughly tamped as specified above. 3.6 Site Restoration Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 3.7 Special Ducts Where cable is existing in ducts and extension is required, a split conduit of approved type shall be used. The cable and conduit shall be brought to grade as specified on the plans. This duct shall be placed r surrounding the existing cable and reassembled by securely banding with steel straps. Care shall be taken in uncovering existing cable and installing in split duct to prevent damage to cable. Any cable damaged shall be replaced with 3 - 4 cable of the same type and with sufficient length to replace the entire damaged section, properly spliced. Splices shall not be installed in conduit in accordance with "Installation of Underground Cable for Airports" section of these specifications. 3.8 Pavement Removal and Repair Where the installation of new electrical ducts requires the removal of existing pavement, the removal and repair of the pavement shall be as detailed in the plans. The limits of pavement removal shall be as shown on the plans or as directed by the Engineer. 3.9 Junction Boxes Junction boxes shall be installed in accordance with details and locations shown on the plans. Prior to final installation of light base lids, the lid gasket and bolt threads shall be completely lubricated with an approved silicone gel. 3.10 Manholes Manholes shall be installed in accordance with details and locations shown on the plans and in accordance with the "Concrete Manholes and Structures" section of these specifications. 4. METHOD OF MEASUREMENT The quantity of underground conduit, duct or duct extension to be paid for under this item shall be the number of linear feet of conduit, duct or duct extension installed, including trenching and backfilling measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. The number of junction boxes to be paid for under this item shall be the number installed as complete junction boxes in place and accepted by the Engineer. New concrete manholes shall be paid for under other sections of these specifications. The quantity of removal and repair of bituminous pavement to be paid for under this item shall be the number of square yards installed, measured in place, completed and accepted. A-, New cable placed in conduit shall be paid for under other sections. 5. BASIS OF PAYMENT Payment will be made at the contract unit price for the various items completed and accepted as follows: junction boxes, each type and size of duct, M-, conduit or duct extension, or removal and repair of bituminous pavement. This price shall be full compensation for furnishing and installing all materials complete in place, including preparation, assembly, connections at existing ducts or at manholes, trenching, excavation, grading, backfilling, and for all labor, equipment, tools, and incidentals necessary to complete this item. END OF SECTION 3 - 5 SECTION 4 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS FAA ITEM L-108 1. DESCRIPTION 1.1 General This item shall consist of underground cable furnished and installed in accordance with this specification at the locations and in F, accordance with the design, dimensions, and details shown in the plans. This item shall include the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splicing and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of the duct or conduit. 2. EQUIPMENT AND MATERIALS 2.1 General (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be listed in the latest edition of Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. 2.2 Cable Underground cable shall conform to the requirements of ` Specification for L-824, Underground Electrical Cables for Airport Lighting Circuits. The following types are covered in Specification L-824: (a) Type C - Single conductor cable with 600-volt or 5,000- volt cross -linked (XL) polyethylene insulation. Type C cable shall be used for 5,000-volt installation. All cable for airport lighting service shall be stranded viz: 600-volt-7-strand; 5,000 volt-7 or 19 strand. For power cable, conductor size shall not be smaller than No. 8 AWG. Control cable conductor size shall be not less than No. 12 AWG. These limits on conductor sizes shall not apply to leads furnished by manufacturers on transformers and fixtures. If telephone control cable is specified, copper shielded, polyethylene insulated and jacketed, No. 19 AWG telephone cable conforming to the United States Department of Agriculture, Rural Electrification Administration 4 - 1 (REA) Bulletin 345-14, REA Specification for Fully Color -Coded, Polyethylene Insulated, Double Polyethylene -Jacketed Telephone Cables for Direct Burial, shall be used. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or proposal. 2.3 Bare Copper Wire (Counterpoise) Bare copper wire for counterpoise installations shall be stranded wire conforming to ASTM Specifications B3 and B8. 2.4 Cable Connections In -line connections of underground primary cables shall be of the type called for in the plans or in the proposal, and shall be the type listed below. When the plans or the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection he proposes to furnish. Ends of spare and unused cables shall be taped and marked for future use. (a) The Cast Splice A cast splice, employing a plastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company, ., "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. This means of splicing is the only type approved for telephone control. cable. (b) The Field -attached Plug-in Splice Figure 14 of Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to ^A single conductor cable. This is the only method approved for field installation of L-824 cable. In -line connections of underground cables shall be field -attached plug-in splices. (c) The Factory -molded Plug-in Splice Specification for L-823 Connectors, Factory -Molded to Individual Conductors, are approved. 3. CONSTRUCTION METHODS 3.1 General The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The Engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual insulating transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. 4 - 2 r-- 3.2 Installation in Duct or Conduit This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of P-Al the local agency having jurisdiction. The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with the "Installation of Airport Underground Electrical Duct" section of these specifications. The Contractor shall make sure that the duct is open, continuous, and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 3.3 Installation in Trenches This item shall include the installation of power cable for servicing the three (3) Remote Processor Units included in the Pavement Sensor Monitoring System, as specified in Section 9. The maximum voltage rating and the current -carrying capacity of each cable shall be in accordance with the latest National Electrical Code, or the code of the local agency having jurisdiction. Where turf is well established and sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches below finished grade. Normal depth of trenches will be approximately 18" to 24" in depth below finished grade, except as follows: (a) When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches unless otherwise specified. (b) Minimum cable depth when crossing under a railroad track, shall be 60 inches unless otherwise specified. 4 - 3 0 a - The Contractor shall excavate all cable trenches to a width not less than 6 inches. The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless otherwise specified in the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. Cable shall be laid on a minimum of 3 inches of bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. The Contractor shall not use a cable plow for installing the cable. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches apart, center to center, and the trench shall be widened sufficiently to accomplish this. Cables crossing over each other shall have a minimum of 3-inch vertical displacement with the topmost cable depth at or, below the minimum required depth below finished grade. Not less than 1 foot of cable slack shall be left on each side of all connections and at all points where cable'is connected to field equipment. .� The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left where it is required to bring the cable above ground level to make connections and to allow for base extension if the surface is raised in the future. The amount of slack cable shall be stipulated by the Engineer, or as shown in the plans and specifications. After the cable has been installed, the trench shall be backfilled. r The first layer of backfill shall be 3 inches deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. This layer shall not be compacted. The second layer shall be S inches deep, loose measurement, and shall contain no particles that would be retained on a 1-inch sieve. The remainder of the backfill shall be excavated or imported mineral and shall not contain stone or aggregate larger than 4 inches maximum diameter. The third and subsequent layers of the backfill shall not exceed 8 inches in maximum depth, loose measurement. The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely 4 - 4 im backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction, and other work shall be restored to its original condition. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. .- The location of underground cables shall be marked by a concrete slab marker, 2 feet square and 4 inches thick, extending approximately 1 inch above the surface. Each cable run shall be marked at approximately every 200 feet along the cable run, with an additional marker at each change of direction of cable run. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches high and 3 inches wide, with width of stroke 1/2-inch and 1/4-inch deep. The location of each underground cable connection shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word "SPLICE" on each slab. He also shall impress additional circuit identification symbols on each slab if so desired by the Engineer. The KR Contractor shall preserve and.replace existing markers disturbed by any of the construction operations. 3.4 Splicing Connections of the type shown in the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: r-. (a) Cast Splices These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions andtothe satisfaction of the Engineer. (b) Field -attached Plug-in Splices These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic -tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint. The outer layer of tape shall be coated with a waterproof �- electrical coating. The coating shall be Scotch-kote Electrical Coating, as manufactured by Minnesota Mining and Manufacturing Company, or approved equal. Application of coating shall be as recommended by manufacturer. r-� 4 - 5 (c) Factory -molded Plug-in Splices These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches on each .., side of the joint. 3.5 Bare Counterpoise Wire Installation and Grounding for Lightning Protection As shown in the plans or specified in the job specifications, a stranded bare copper wire, No. 8 AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counterpoise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches from the insulated cable or duct. The counterpoise wire shall be securely attached to each light fixture base, or mounting stake. The counterpoise wire shall also be securely attached to copper or copper -clad ground rods installed not more than 1,000 feet apart around the entire circuit. The ground rods shall be of the length and diameter specified in the plans, but in no case shall they be less than 8 feet long nor less than 5/8 inch in diameter. The counterpoise system shall terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. 3.6 Testing The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor r+ shall test and demonstrate to the satisfaction of the Engineer the following: .(a) That all lighting power and control circuits are continuous and free from short circuits. (b) That all circuits are free from unspecified grounds. (c) That the insulation resistance to ground of all non -grounded series circuits is not less than 50 megohms. (d) That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms. (e) That all circuits are properly connected in accordance with applicable wiring diagrams. (f) That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. 4 - 6 0 4. METHOD OF MEASUREMENT The footage of counterpoise wire installed in duct trench to be paid for shall be the number of linear feet of counterpoise wire installed, measured in place, completed, ready for operation, and accepted as satisfactory. The footage of cable installed in duct or conduit to be paid for shall be the number of linear feet measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in duct or conduit and in trench for counterpoise. Separate measurement shall also be made for power cable installed in trench, serving the Remote Processor Units of the Pavement Sensor Monitoring System. 5. BASIS OF PAYMENT Payment will be made at the contract unit price for cable or counter- poise wire installed in place by the Contractor and accepted by the Engineer. The contract unit prices shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will also be made at the contract unit price for power cable installed in trench, serving the Remote Processor Units for the Pavement Sensor Monitoring System. Trenching required for power cable installation shall be considered incidental to the completion of this item, and no separate payment shall be made for trenching. No separate measurement or payment shall be made for cable or splice markers, as they are considered incidental to the project construction. END OF SECTION 4 - 7 0: SECTION 5 INSTALLATION OF AIRPORT LIGHTING SYSTEMS FAA ITEM L-125 1. DESCRIPTION 1.1 General This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specifications, and the applicable advisory circulars. The systems are installed at the location and in accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the Engineer. 1.2 References Additional details pertaining to a specific system covered in this item are contained in the latest editions of the advisory circulars listed below: (a) AC 150/5340-18B, Standards for Airport Sign Systems. (b) AC 150/5340-24, Runway and Taxiway Edge Lighting System. (c) AC 150/5345-42B, Specification for Airport Light Base and Transformer Housing, Junction Boxes and Accessories. (d) AC 150/5345-44D, Specifications for Taxiway and Runway Signs. (e) AC 150/5345-47, Isolation Transformers. The foregoing documents are published by the Federal Aviation Administration as standards for approved lighting systems. These Advisory Circulars are referenced as included herein in this specification and considered as a contract document, and shall apply to all work to be done under this contract for the installation of new and adjustment of the existing lighting system as shown on the plans as specified herein. 2. EQUIPMENT AND MATERIALS 2.1 General (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation r-. Administration, Airports Service, Washington, D.C. 20591, and shall be listed in the latest edition of Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. 5 - 1 r- r-T (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. (c) Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. r^ 2.2 Tape Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. r-, 2.3 Concrete Concrete shall conform to the "Structural Portland Cement ,.. Concrete" section of these specifications except concrete used for backfill may have a compressive strength of not less than 3,000 PSI. 2.4 Conduit Conduit shall be furnished and installed in accordance with the "Installation of Airport Underground Electrical Duct" section of these specifications. 2.5 Medium Intensity Taxiway Lights (a) New Lights New medium .intensity taxiway lights, FAA Specification L-861T Quartz, shall be installed at the locations shown on the drawings and in accordance with the details shown on the drawings. New medium intensity taxiway lights shall be installed as base mounted units. A 6.6/6.6 amp, L-830 series isolation transformer shall be supplied with each new unit. One (1) new quartz lamp shall be supplied with each new medium intensity taxiway light unit. The taxiway light fixture shall be attached to the light base through the use of a plastic frangible coupling. (b) Existing Lights Certain existing taxiway lights shall be removed in preparation for the installation of the new Airfield lighting improvements. As directed by the Engineer at the time of removal, some of the existing taxiway lights to be removed shall be removed and delivered to the Owner's warehouse. The remaining taxiway lights to be removed shall be removed and shall become the property of the Contractor. All abandoned or unused existing light bases and junction boxes shall be removed by and become the property of the Contractor. The areas disturbed by the removal of existing lights, light bases or junction boxes shall be repaired to the satisfaction of the Engineer. (c) Temporary Lights During construction of this project, several temporary medium intensity taxiway lights will be required. The Contractor shall reuse .— the required number of existing, stake mounted, medium intensity taxiway lights as temporary lights. The location of the temporary lights shall be as shown on the drawings or as directed by the Engineer. 5 - 2 !I- 2.6 Runway and Taxiway Signs (a) New Signs New taxiway informational signs and runway distance -- remaining signs shall be installed at the locations shown on the drawings and in accordance with the details shown on the drawings. The new taxiway informational signs shall be base mounted, FAA Specification L-858Y, size 2, style 2, class 1, internally lighted. New taxiway informational sign faces shall consist of a black legend on a yellow background. The new runway distance remaining signs shall be base mounted, FAA Specification L-858B, size 4 style 2, class 1, internally lighted. New runway distance remaining sign faces shall consist of a white legend on a black background. New signs furnished and installed under this contract shall match the existing signs. New sign installation shall include installation of the new L-867 junction box adjacent to sign base. (b) New Replacement Sign Faces New replacement sign faces shall be provided at existing sign locations shown on the drawings. A new replacement sign face shall consist of all sign panels required to modify the existing message to that shown on the plans. The new sign faces shall be constructed as recommended by the Er- manufacturer of the existing sign. All new replacement sign faces shall consist of a black legend on a yellow background. The message on the replacement sign faces shall be as noted on the drawings or as directed by,the Engineer. (c) Existing Signs All existing signs shall be connected to taxiway lighting circuits as shown on the drawings. Existing signs currently connected to high intensity runway circuits shall be modified as required and shall be connected to the taxiway circuit as shown on the drawings. Connection of new conduit to existing sign bases shall be as shown on the -drawings or as directed by the Engineer. (d) Transformer The correct new isolation transformer shall be furnished and installed with each new sign, single or multiple, as listed in the Advisory Circular. 2.7 Cable Underground cable shall be furnished and installed in accordance with the "Installation of Underground Cable for Airports" section of these specifications. Cable shall be installed in plastic conduit between light bases adjacent to the runway or taxiways, as shown on the plans, or as directed. 2.8 Identification Markers A noncorrosive metal disc of 2 inches minimum diameter with numbers permanently stamped shall be attached to each new or renumbered light fixture and guidance sign as shown on the drawings or as required by the Engineer. 5 - 3 r- 3. CONSTRUCTION METHODS 3.1 General The installation and testing details for the systems shall be as specified in the applicable advisory circulars. 3.2 Placing New Lights and Signs The new light fixtures and signs shall be installed at the approximate location indicated in the plans. The exact location shall be as directed by the Engineer. 3.3 Connection to Existing Signs Connections of new conduit system to existing sign bases shall be installed at the locations indicated on the plans or as directed by the Engineer. Connections shall be constructed as detailed in the plans. The Contractor shall be responsible for determining the required orientation for the new junction box. Prior to construction of the new L-867 junction box foundation adjacent to the existing sign base, a new #6 insulated counterpoise cable shall be attached to the existing sign base and extended to the new junction box as shown on the plans or as directed by the Engineer. The L-867 junction box required in this item shall be modified to include four (4) conduit connections as shown in the plans. 3.4 Temporary Taxiway Lights Temporary taxiway light fixtures shall consjst of existing taxiway lights removed from the Airfield as part of this contract. The Contractor shall ascertain the condition of existing taxiway lights to be used in this application. The lights proposed for use as temporary lights shall be approved by the Engineer. Only lights in excellent working condition shall be approved 1`^ for temporary installation. Temporary taxiway lights shall be reinstalled at the approximate location indicated in the plans. The exact location shall be as directed by the Engineer. Temporary taxiway lights shall be installed as directed by the Engineer. The installation shall match the existing stake mounted taxiway light installations remaining on the Airfield. The top of the light globe shall be mounted no higher than 14 inches above the finished grade. Temporary underground cable and counterpoise wire between the temporary lights, and from the temporary lights to the permanent, base mounted lights shall be installed in direct burial and shall be installed not less than 18 inches below the finished grade. Metal identification disks installed on all permanent light fixtures shall not be required for temporary taxiway lights. 3.5 Removed Equipment (a) The installation of the new taxiway lighting system shall require the removal of certain existing taxiway lights. Existing taxiway lights, as required for new light installation or as directed by the Engineer, shall be removed by the Contractor. 5 - 4 (b) As directed by the Engineer at the time of removal, certain existing taxiway lights shall be removed and delivered to the Owner's warehouse. ' The remaining taxiway lights to be removed shall be removed by and become the property of the Contractor. Existing lights designated to be delivered to the Owner shall be removed and delivered in such a manner as to cause minimum damage to the light fixtures. Existing concrete slabs and foundations and abandoned or unused existing light bases and junction boxes shall be removed by and become the property of the Contractor. All materials removed by the Contractor and not designated to be delivered to the Owner's warehouse shall be disposed of by the Contractor off the airport property. (c) Existing direct burial underground cable which will be replaced with new circuits may be abandoned in place. Any loose ends uncovered shall be cut back to avoid confusion in connections. .., (d) Existing underground cable in ducts, which will be replaced with new circuits shall be removed by the Contractor and will become the property of the Contractor and shall be removed from the site. No charge will be made to the Contractor for this removed material and no payment will be made to Contractor for removal of the material. (e) Existing taxiway informational sign faces to be removed shall be removed only when new replacement sign faces are approved by the Engineer, fabricated, delivered to the site, and ready for installation. After removal from the existing sign, the existing sign faces.shall be delivered to the Owner's designated place of storage. 4. METHOD OF MEASUREMENT The quantity of new lights to be paid for under this item shall be the number of each installed as completed units in place, ready for operation, and accepted by the Engineer, including foundation, L-867 light base, transformer, transformer housing and circuit connectors. The quantity of new signs to be paid for under this item shall be the number of each type installed as completed units in place, ready for operation, .. and accepted by the Engineer, including concrete foundation and surrounding concrete slab, L-867 sign base, adjacent L-867 junction box, transformer, transformer housing and circuit connectors. The quantity of connections to existing signs to be paid for under this item shall be the number of connections installed as completed units in place, ready for operation, and accepted by the Engineer, including concrete foundation and surrounding concrete slab, L-867 junction box, circuit connectors. The quantity of replacement runway or taxiway sign faces to be paid for under this item shall be the number of sign faces installed as completed units in place, ready for operation, and accepted by the Engineer, including all required sign panels and any replacement hardware required to install the sign face. 5 - 5 The. quantity of temporary taxiway lights to be installed under this item shall be the number installed as completed units, ready for operation, and ^. accepted by the Engineer, including stake mount, transformer, transformer housing and circuit connectors, all required underground direct burial cable, trenching and backfilling, and connection of temporary circuits. The quantity of existing lights removed to be paid for under this item shall be the number removed including base or stake removal and backfill of disturbed area. 5. BASIS OF PAYMENT Payment will be made at contract unit price for the following: (a) Medium intensity taxiway light, base mounted, each. (b) Taxiway informational sign, base mounted, each. (c) Runway distance remaining sign, base mounted, each. (d) Replacement runway or taxiway sign face, each. (e) Connection to existing runway or taxiway sign, each. (f) Temporary taxiway light, stake mounted, each. (g) Removal of existing taxiway lights, each. Each unit shall be complete, with all equipment as specified, installed in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, installation and adjustment of these materials, and for all labor, equipment, tools and incidentals necessary to complete the item. END OF SECTION 5 - 6 SECTION 6 STRUCTURAL PORTLAND CEMENT CONCRETE FAA ITEM P-610 1. DESCRIPTION 1.1 General This item shall consist of either plain or reinforced structural portland cement concrete, prepared and constructed in accordance with these ^� specifications, at the locations and of the form and dimensions shown on the plans. The concrete shall be composed of coarse aggregate, fine aggregate, portland cement, and water. 2. MATERIALS 2.1 General Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor for approval. Materials shall be stored and handled to insure the 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 therein. In no case shall the use of pit -run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. 2.2 Coarse Aggregate The coarse aggregate for concrete shall meet the requirements of AASHTO M 80. The percentage of wear shall be not more than 45 at 500 revolutions as determined by AASHTO T 96. Coarse aggregate shall be well graded from coarse to fine and shall meet the gradations shown in Table 1, using AASHTO T 27. 6 - 1 Table 1. - Requirements for Gradation of Coarse Aggregate Percentage by weight passing sieves Sieve designation (square openings) 2" 1-1/2" 1" 3/4" 1/2" 3/8" No. 4 No. 4 to 1 inch* --- 100 90-100 --- 25-60 --- 0-10 No. 4 to 1-1/2" 100 95-100 --- 35-70 --- 10-30 0- 5 *For use in electrical duct encasement markers only. 2.3 Fine Aggregate The fine aggregate for concrete shall meet the requirements of AASHTO M 6. The fine aggregate shall be well graded from fine to coarse and shall meet the following grading requirements, when tested in accordance with AASHTO T 27: Table 2. - Requirements for Gradation of Fine Aggregate Sieve Designation Percentage by weight (square openings) passing sieves ^. 3/8 inch---------------------------------- 100 No. 4------------------------------------- 95-100 No. 16------------------------------------ 45- 80 No. 30------------------------------------ 25- 55 No. 50------------------------------------ 10- 30 No. 100----------------------------------- 2- 10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. 2.4 Cement The cement used shall be portland cement conforming to the requirements of ASTM C 150, Type I. 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 permission to use the cement is granted. 6 - 2 All such test reports shall be subject to verification by testing sample materials received for use on the project. 2.5 Water The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 2.6 Admixtures The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall 'be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall 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. Pozzolanic admixtures shall be fly ash meeting the requirements of ASTM C 618 or raw or calcined natural pozzolans meeting the requirements of ASTM C 618. Air -entraining admixtures shall meet the requirements of ASTM C 260. Air -entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, Type A, water -reducing or Type D, water- reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 2.7 Steel Reinforcement Concrete reinforcing shall consist of deformed bars of either structural, intermediate, or hard grade billet steel meeting ASTM A 615 or welded wire fabric meeting ASTM A 185. 2.8 Cover Materials for Curing Curing materials shall conform to one of the following specifications: (a) Waterproof Paper for Curing Concrete ------- ASTM C 171 (b) Polyethylene Sheeting for Curing Concrete--ASTM C 171 «— (c) White Burlap -Polyethylene Sheeting --------- ASTM C 171 (d) Liquid Membrane -Forming Compounds for Curing Concrete ----------------------------------- ASTM C 309 3. CONSTRUCTION METHODS 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 machinery and equipment owned or controlled 6 - 3 P_ by the Contractor, which he 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; all work shall be subject to the inspection and approval of the Engineer. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 3.2 Proportions Proportioning shall be designed for a specified compressive strength. Prior to the start of concrete construction operations and after approval of all material to be used in the concrete, the Contractor shall submit to the Engineer for approval test certificates, from an approved commercial laboratory, on the concrete mix proposed for use on the project. Certificates shall include tests made on six compression test cylinders. Three cylinders for each design shall be tested at 7 days and three at 28 days. The costs of mix design and tests shall be borne by the Contractor. Additional test certificates shall be furnished if the material source is changed or if construction tests indicate marked variations from the original tests. Compressive strength shall be not less than 4,000 pounds per square inch at 28 days using test cylinders prepared in accordance with AASHTO T 23, or T 126 and tested in accordance with AASHTO T 22. The mix determined shall be a workable concrete having a slump between 3 inches and 5 inches as determined by AASHTO T 119. The cement content shall be not less than 5.0 sacks per cubic yard. The concrete shall be air -entrained concrete. The water -cement ratio, including free surface moisture on the aggregates, shall not be more than 6 gallons per sack of cement. The cement content shall be determined in accordance with AASHTO T 121. The air content of the concrete shall be between 3 and 6%, by volume. The air content by volume shall be based on measurements made on concrete immediately after discharge from the mixer in accordance with AASHTO T 121 or T 152. 3.3 Control Tests Strength tests shall be made in general, for each day's run or for each 50 cubic yards of concrete if a day's run greatly exceeds this amount. Tests will be made entirely at the discretion of the Engineer. A strength test shall consist of four test cylinders from a composite sample obtained in accordance with AASHTO T 141. One of the cylinders shall be tested at 7 days and three at 28 days. The test result shall be the average of the 28 day specimens. The costs of control tests will be borne by the Owner but the Contractor shall cooperate in securing and storing samples and shall furnish all materials required for sampling. 3.4 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 :fin 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 that the required and exact weight of aggregates can be readily obtained. 3.5 Consistency The consistency of the concrete shall be checked by the slump test specified in AASHTO T 119. The slump shall be between 3 and 5 inches and shall be as directed by the Engineer. r' 3.6 Mixing Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. Whichever mixing process is used, concrete of the specified proportions and consistency shall be produced. 3.7 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. without permission of the Engineer. If permission 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' nor more than 100' F. 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 .o.r .any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 3.8 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 designed 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 Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from 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 that at least 60% of the design strength of the concrete has developed. 6 - 5 Qw- 3.9 Placing Reinforcement All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. 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. 3.10 Embedded Items Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 3.11 Placing Concrete All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than S feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. 3.12 Construction Joints When the placing 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, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. 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 which 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. 3.13 Defective Work Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or ,^ if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 1-- r- 3.14 Surface Finish All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be 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. a 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 pointed and 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 rubbing machine. 3.15 Curing and Protection All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. - Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. 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 currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 3.16 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. 3.17 Cold Weather Protection When concrete is placed at temperatures below 40° F., 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 in order to place the concrete at temperatures between 50° and 100° F. 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. until at least 60% of the designed strength has been attained. 4. BASIS OF MEASUREMENT AND PAYMENT The cost of portland cement concrete and reinforcing steel in pay items involved in the contract shall be included in the unit or lump sum bid price of 6 - 7 r�- such pay items and no direct payment will be made for yardage of portland.cement concrete or poundage of reinforcing steel. p-. END OF SECTION r-- P- r- SECTION 7 CONCRETE MANHOLES AND STRUCTURES FAA ITEMS D-751 and D-752 1. DESCRIPTION 1.1 General This item shall consist of either plain or reinforced concrete manholes, slabs and miscellaneous 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. 2. MATERIALS 2.1 Concrete Plain and reinforced concrete used in structures, and the support of structures or frames shall conform to the requirements of the "Structural Portland Cement Concrete" section of these specifications. M 105. 2.2 Frames, Covers The castings shall conform to the following requirement: (a) Gray iron castings shall meet the requirements of AASHTO All castings shall conform to the dimensions shown on the plans •� and shall be designed to support the loadings of H-20-S16 outside of the safety area described above, and support minimum loadings of 100,000 pound wheel load with 250 psi tire pressure inside the safety area. The Contractor shall supply certification from the castings manufacturer that the castings provided will meet the loading and material requirements. The frame and cover units shall be R-3492 Series, Airport Manhole Frames and Lids, as manufactured by Neenah Foundry Company, or approved equal. The frame and covers shall be provided with bolted and gasket sealed lids, designed to prevent the lid from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned and given two coats of approved bituminous paint. 2.3 Reinforced Concrete Manhole Sections All reinforced concrete manhole sections shall be either r-- cast -in -place or precast. The manholes shall conform to the dimensions shown on the plans and shall be designed to support the loadings of H-20-S16 outside of the safety area described above, and support loadings of 100,000 pound wheel load with 250 psi tire pressure inside the safety area. 7 - 1 (a) Reinforced concrete used in the cast -in -place manholes will conform to the requirements of the "Structural Portland Cement Concrete" section of these specifications. (b) Precast reinforced concrete manhole base sections, riser sections and appurtenances shall conform to the requirements of ASTM C-478. 3. CONSTRUCTION METHODS 3.1 Unclassified Excavation The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or as r directed by the Engineer. 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 order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. 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 is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. ^^^ The Contractor shall do all bracing, sheathing, or shoring necessary to implement 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 the structure. Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 3.2 Raising Existing Manhole Top Slabs As shown in the plans, certain existing manhole top slabs shall be raised. This shall be accomplished by removing the existing concrete manhole top slab and constructing a new reinforced concrete manhole top slab conforming to the dimensions and form indicated on the plans. The removal of the existing concrete manhole top slab shall be accomplished in an approved manner, and in a manner that causes minimum damage to the existing manhole, ducts or any other 7 - 2 portions of the existing manhole that are to remain in place. The Contractor shall repair, to the satisfaction of the Engineer, any damage done by the Contractor's activities to the existing manhole, ducts or any other portion of the existing manhole that is to remain in place. Construction of the new reinforced concrete manhole top slab shall conform to the requirements specified in the "Structural Portland Cement Concrete" section of these specifications. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. 3.3 Concrete Structures Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the requirements specified in the "Structural Portland Cement Concrete" section of these specifications. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. 3.4 Pipes and Conduits Pipes and conduits shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface, unless otherwise directed. For concrete structures, the mortar shall be placed around these pipes so as to form a tight, neat connection. 3.5 Placement and Treatment of Castings. Frames. and Fittings All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The.unit shall not be disturbed until the mortar or concrete has set. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for 7 days, then the covers shall be placed and fastened down. Prior to final installation of manhole covers, the lid gasket and bolt threads shall be completely lubricated with an approved silicone gel. 3.6 Backfilling After a structure has been completed, the area around it shall be r., filled with approved material, in horizontal layers not to exceed 8 inches in loose depth, and compacted to the density of the surrounding undisturbed soil. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer establish that the 7 - 3 concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Backfill shall 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 the structure involved. 3.7 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 embankments, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After. all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. 4. METHOD OF MEASUREMENT The number of concrete manholes, slabs and miscellaneous structures shall be measured by the unit as shown on the plans and as listed in the proposal. 5. BASIS OF PAYMENT The accepted concrete manholes, slabs and miscellaneous structures will be paid for at the contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures r— as may be required to complete the item as shown on the plans; and for all labor, equipment, tools and incidentals necessary to complete the concrete manhole, slab or miscellaneous structure. r.� END OF SECTION 7 - 4 SECTION 8 CONCRETE SLABS AND MISCELLANEOUS CONCRETE WORK 1. DESCRIPTION This item shall consist of portland cement concrete slabs and other miscellaneous concrete work constructed in accordance with these specifications at the specified locations in accordance with the dimensions, lines and grades as shown on the plans or required by the Engineer. 2. CONCRETE Plain and reinforced concrete used in concrete slabs and miscellaneous -- concrete work shall conform to the requirements of Section 6, "Structural Portland Cement Concrete," of these specifications. Coarse aggregate shall be 1-1/2 inch maximum and compressive strength shall be not less than 4,000 pounds _ per square inch at 28 days. 3. CONSTRUCTION METHODS 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 machinery and equipment owned or controlled by the Contractor, which he 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; all work shall be subject to the inspection and approval of the Engineer. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 3.2 Preparing Base and Sub rg ade Excavation or filling for slabs and other miscellaneous concrete work shall conform to the lines and grades as shown on the plans or as established in the field. Where concrete work is on fill, the fill material shall be placed in layers and given compaction, by appropriate methods. Placing of concrete work on narrow embankment will not be permitted. Where concrete work is in "cut," the subgrade shall be excavated to the required depth and fine graded, sprinkled and tamped by hand tampers or other appropriate method. In any case the base and subgrade shall be brought uniformly to the grade required by the grades established in the field and the detail of the sections shown on the plans, and thoroughly compacted. 3.3 Forms The form sections shall be straight, free of warp and of a depth equal to the depth of the concrete section formed. Forms shall be constructed accurately to lines and grades as shown on the plans or as established in the field, shall be adequately braced so that they will not move during placing of the concrete, and shall remain in place at least twelve (12) hours after placing of concrete. Forms shall be oiled with a light oil before each use and forms 8 - 1 which are to be reused shall be cleaned immediately after use and maintained in good condition._ , 3.4 Placing Concrete shall be deposited in place in such a manner as to require the minimum of rehandling and shall be placed in a manner which will produce a uniformly dense section, free of honeycomb or other voids, conforming to the grade, thickness and shapes shown on the plans. Before placing concrete the subgrade, base or subbase shall be sprinkled so that it is in a thoroughly moistened condition (but not muddy). The concrete base course shall be formed to the true section as shown on the plans for the various sections. The section shall be shaped by the use of a metal screed shaped to the true cross-section of the finished section, or by other method approved by the Engineer. Concrete shall be thoroughly spaded or vibrated in order to eliminate honeycomb. Honeycombed places in the face of slabs will not be permitted. Small honeycombed places shall be patched immediately as directed by the Engineer. Concrete shall not be placed when the temperature is less than 40° F. and under no circumstances shall it be placed on frozen ground. ?" 3.5 Joints All joints shall be perpendicular to the surface of the concrete and to the axis of the section. Expansion joint material shall be an approved pre -formed bituminous impregnated non -extruding type jointing material, meeting.the requirements of AASHTO M 213. The joint material shall be 1/2 inch thick. r 3.6 Finishing Concrete slabs and other miscellaneous concrete work shall be r-- accurately shaped to the cross section shown on the plans or approved by the Engineer and finished to a surface of uniform texture by floating with a wood float and trowelling. The final finishing shall be done with a brush. Both sides of all joints shall be finished with an approved edging tool before the final brushing. At construction joints the mortar shall be cut the full width of the joint in the base course. The construction and contraction joints shall be neatly formed and finished with an approved edging or grouting tool of such design to groove the joint approximately 3/4" in depth. 3.7 Backfilling After the concrete work has set sufficiently, the spaces adjacent to the structure shall be refilled to the required elevation with material specified. r- 3.8 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 embankments, shoulders or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition, unless otherwise shown on the drawings. 8 - 2 After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear and in good condition. 4. METHOD OF MEASUREMENT The quantity of concrete slabs to be paid for under this item shall be the number of square yards of 6-inch concrete slabs constructed around new runway distance remaining signs, complete, in place and approved. The limits of concrete slabs to be paid for under this item shall be as shown on the plans. The quantity of other concrete slabs and other miscellaneous concrete work in pay items involved in the contract shall be included in the unit or lump sum measurements of such items, and no direct measurement of other concrete slabs or other miscellaneous concrete work shall be made. 5. BASIS OF PAYMENT Payment will be made at the contract unit price for the following unit, which unit price shall include all costs of labor, superintendence, materials, and equipment necessary for the proper performance of the work, in accordance with the plans and specifications. The following bid item is included in the FAA NON -PARTICIPATING portion of the proposal items. (a) 6-inch Concrete Slabs Around New Runway Distance Remaining Signs. No direct payment shall be made for other concrete slabs or other miscellaneous concrete work. The cost of other concrete slabs and other miscellaneous concrete work shall be included in the unit or lump sum bid price of pay items involved. END OF SECTION 8 - 3 9 SECTION 9 PAVEMENT SENSOR MONITORING SYSTEM 1. DESCRIPTION This item shall consist of a pavement sensor monitoring system and its associated components furnished and installed in accordance with this section and the recommendation of the equipment manufacturer. The system and its components shall be installed at the locations shown on the plans or as directed by the Engineer. The work under this item shall include the necessary trenching; conduit and handhole installation; sensor cable installation; pavement coring and r� sawcutting; sensor installation; installation of remote processor units; installation of'central processor unit; and installation of peripheral devices for the display of sensor information at the airport operations office in the Maintenance Facility, and the Deputy Director of Aviation's office in the Terminal Building. This item shall include the furnishing and installing of all equipment, materials, services, and incidentals necessary to place the monitoring system in operation as a completed installation to the satisfaction of the Engineer. ,.a The Contractor shall schedule the acquisition and delivery of the computer and equipment package for the Pavement Sensor Monitoring System and the installation of the in -pavement monitors as early in the execution of the project as practicable to insure a sufficient amount of time for the Owner to study and become acquainted with the system prior to its initial use in the next winter season. Submittals to the Engineer for the various portions of the system package shall be required within three (3) weeks of the issuance of the .:, Contractor's Notice to Proceed. 2. EQUIPMENT AND MATERIALS 2.1 General All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specifications. The installation of the pavement sensor monitoring system is constrained by time as described above and in Paragraph SP- 3 of the Special Provisions of these specifications. The design of the equipment shall be in accordance with the best engineering practices. Both the design and installation of the equipment and accessories shall permit accessibility for use, maintenance and service. The system shall be constructed so that no internal part will be. exposed during normal operations. The system components shall be built to withstand the temperatures, strains, jars, climactic conditions and all other factors .... incidental to the service intended. 9 - 1 r-. All items not specified in this section or shown on the plans, but recognized to be required and involved in carrying out the system '— installation shall be included and performed as though they were specifically delineated, described and mentioned. 2.2 Basic System Components The equipment installed under this project shall meet the requirements of FAA Advisory Circular No. 150/5220-13A, "Runway Surface Condition F Sensor." The system equipment and software shall be as supplied by Surface Systems, Inc. (SSI) St. Louis, Missouri, or an approved equal. All system components used shall be as recommended by the system equipment supplier and manufacturer as being compatible with the entire equipment installation. The basic components required for this installation are as follows: Quantity Description 3 Remote Processor Unit (RPU), Model #SP-RPU modem circuitry (radio communication); aluminum enclosure, Hoffman #NEMA 4, model #A-30H2412ALLP; airport mounting structure, basic 1 Atmospheric Sensor Package relative humidity/air temperature sensor, Thies/SSI model #1.1000.51.551/052-44018-2.5; precipitation sensor, Rudolph model #IRSS88 1 Wind Speed/Direction Sensor, RM Young, model #05103 10 Surface Sensor, model #16201D; Ostarr epoxy kit, model #OST 1 Sub -surface temperature probe, model #S16UG-D; 20 oz. Ostarr epoxy 1 Splice Kit w/ tools, model #SK1 10 Splice Kit w/o tools, model #SK1-B 1 Data Handler, model #CPU/09; central processing unit (CPU), Southwest, model #/09; non-volatile mass storage device, IDS model #PC-401; SCAN CPU EF software package, model #16EF; modem, Hayes 1200 baud auto answer, model #1200 (service); modem, r, Motorola model #UDS (RPU leased line/radio comm.); enclosure, walnut wood grain, model #WG01 1 Extra Serial Dual Port, model #MP-S2 (install in CPU) 1 Modem, Hayes 1200 baud autodial/answer, model #1200 2 IBM PS/2 Model 70-386 Personal Computer, model #8570E61; 1 megabyte RAM; 1.44 megabyte 3.5" diskette drive; 60 megabyte hard disk drive; keyboard; VGA graphics; serial port; parallel printer 9 - 2 port; dual serial port board; IBM model #6450347; 16" high resolution color monitor, IBM model #8514001; modem, 2400 baud external autodial, Hayes model #2400; Borland Sidekick; IBM DOS 3.3 software 1 IBM Enhancement Package; 5.25" floppy drive adapter, IBM model #8760; 5.25" external floppy drive, IBM model #4869001; external tape drive, Erwin model #14321; computer desk, Tiffany Do -All Series, model #TIF 30601,4P/0 with file drawer pedestal attachment, model #TIF 3229 DSP/O 1 Portable Terminal/Printer, Panasonic model #KX-D4930; 1200 baud modem, 150 characters per second, 30 kilobytes RAM, 25x80 flip - up LCD screen, rechargeable battery pack, 6 rolls printer paper, model #PAN -PAP 2 Printer, IBM Quietwriter Letter Quality, model #5202001; box printer paper; box (6) printer ribbons, tractor feed, Model #IBM-1746U 4 Radio Transceiver, Motorola Radius M100, model #D34LRA73A5-K (VHF) OR #D331RA73A5-K (UHF) 1 Radio Keying Device, model #SW09R (install in CPU) 1 Antenna (omnidirectional for CPU location), Hustler model #G7-150-4 (VHF) 3 Antenna (yagi for RPU locations), Antenna Specialists, model #ASP- 816 (3 element VHF) 2 SCAN COLORTERM Software License, model #PC-CTS, 1 system -wide SCAN MAP, long term history feature 2 WSI Color Access Software License, model #WX-View *23,000 l.f. Surface Sensor Extension Cable, 6 pair, model #Type V 1 Set of 3 System Installation Manual 3 SCAN Operator's Manual 2 Color Terminal Operator's Manual *Estimated. Actual shall be as required on layout sheets of plans. The Contractor shall ascertain that all system components furnished are compatible in all respects with each other. Any noncompatible components furnished by the Contractor shall be replaced by him at no additional cost to the contract with a similar unit that is compatible with the system. 9 - 3 2.3 Handholes Steel bases used for handholes shall be FAA Type L-867, Class I, Size B with steel cover plates. 2.4 Concrete Concrete shall conform to the "Structural Portland Cement Concrete" section of these specifications using 1-inch maximum size coarse aggregate. Concrete shall have a compressive strength of not less than 4,000 psi after 28 days. 2.5 Rigid Steel Conduit Rigid steel conduit and fittings shall conform to the requirements of Federal Specifications WW-C-581. 2.6 Plastic Conduit Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W-C-1094A and shall be Type II, Schedule 40 PVC, suitable for either above ground or underground use. 2.7 Backer Rod Backer rod for installation in saw cut kerfs in the pavement shall be Hercules backer rod, Ethafoam rod, or an approved equal. 2.8 Sealer Sealer for the saw cut kerfs shall be an epoxy sealer or a bituminous sealer with a curing temperature of not more than 200°F. 2.9 Cable Cable used in this installation shall be copper and of the type specified in the plans. 2.10 480-120/240 Volt Transformer Furnish and install 2KVA, 480-120/240 volt, single phase, dry type transformers in weatherproof NEMA enclosures at each remote processor unit location to provide 120/240 volt electrical power from the 480 volt circuit source at the Electrical Vault. One (1) 480-120/240 volt transformer shall be required at each of the three (3) remote processor units. The transformers shall be 115' C rise, Square D/Sorgel Catalogue #251F, or approved equal. ...� Furnish and install one (1) 2-pole fused disconnect switch for 480 volt overcurrent protection at each of the three (3) remote processor unit installations. Fuses shall be 5 ampere, dual element, 600 volt, Buss Type FRS, or approved equal. 2.11 Other Electrical Equipment Terminal blocks, relays, circuit breakers, disconnects and all other regularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the rulings and standards of the Institute of Electrical and Electronic Engineers or the National Electrical Manufacturers Association. The equipment shall be new and a first -grade product. 9 - 4 3. GENERAL SYSTEM OPERATION 3.1 Equipment Communication The monitoring system shall employ the following communication methods: (a) The CPU shall communicate with the RPU by two-way radio. (b) Communication between the CPU and the mass storage device shall be via a directly connected cable not to exceed 50 feet in length. (c) The CPU shall communicate with the main terminal by a directly connected cable not to exceed 50 feet in length between the CPU and the main terminal. (d) The CPU shall communicate with the remote terminal in the Deputy Director of Aviation's office using hard wire. The CPU shall communicate with the auxiliary portable terminal/printer using dial -up telephone line. (e) The CPU, mass storage device, modems and radios shall be housed in a single enclosure. 3.2 General Operation With communication between CPU and RPU via two-way radio, operation shall be as follows: (a) Each RPU in the system shall gather current data from all of its connected sensors. (b) The CPU shall request data from each RPU in sequence for its current sensor information. (c) The polled RPU shall respond by reporting all of its current sensor data to the CPU. (d) The CPU shall request data from a specific RPU when requested to do so. 3.3 CPU Presented User Data Based on the parameters of significant changes as described under "CPU Operation", the CPU will present the following user data: following: a. Summary Page b. Status Page C. History Page d. Graphic Page e. Printed record of significant changes f. A printed copy of a, b, c, or d above (a) Summary Page The information on the Summary Page shall consist of the 9 - 5 (1) Title line giving user's name and current time and date. (2) Statement defining location of the RPU. (3) Time and date that power was applied to CPU. (4) Accommodate up to 16 sensor locations giving the �.. latest reported information from each sensor. The following information is displayed: - Sensor number - Sensor location - Sensor status ._ - Surface and air temperature with an arrow indicating whether the temperature is rising or falling The CPU shall sequentially display each Summary Page for approximately 10 seconds. If only one Summary Page exists, the CPU shall continue to display that Summary Page until commands are entered on the -- peripheral display device keyboard. (b) Status Page The information on the Status Page shall consist of the following: (1) Title line giving user's name and current time and date. (2) Statement defining location of the RPU. (3) Time and date that power was applied to CPU. (4) Time and date of last significant change. (S) The atmospheric conditions present. (6) The location, status and surface temperature of each surface sensor connected to the RPU being displayed. The CPU shall sequentially display a Status Page for each RPU in the system for approximately 10 seconds. The operator shall be able to display a Status Page for any RPU in the system by entering commands on a peripheral display device keyboard. (c) History Page Each surface sensor in the system shall have a History Page which contains the following information: 9 - 6 (1) Title line giving the name of the user, location of the surface sensor, the current time and date and the time and date that power was applied to the CPU. (2) The last 15 reports of significant changes for the surface sensor being displayed, and/or significant changes of atmospheric conditions at the RPU to which this surface sensor is connected. (3) Each of the 15 reports shall contain the following: - The time and date of entry - The surface condition - The surface temperature - The air temperature - The relative humidity and dew point - The wind velocity and direction - An asterisk next to the parameter that changed which caused the report. The operator will be able to request the display of a History Page by entering commands on the peripheral display keyboard. The History Page shall be displayed for 10 seconds. (d) Graphic Page of Temperature The operator shall be able to request a Graphic Display for 10 seconds of the following: (1) Title line giving user's name, the location of the �,. surface sensor, or RPU (if graph for air temperature), the current time and date, and the time and date that power was applied to the CPU. (2) Title of graph either surface temperature or air temperature and measurement increments in degrees C. (3) The vertical axis of the graph shall be a plot of temperature in 0.5°C. increments, with a total of 60 minutes. (4) The horizontal axis of the graph shall be a plot of time in 2.5 minute increments, with a total time of 60 minutes. (5) The vertical axis shall slide up and down on the temperature scale to provide maximum usefulness of the graph. (6) The graph shall plot the significant changes in temperature reported by the RPU over the last 60 minutes from the present time. �" 9 - 7 r— (e) Display and Print Out of Significant Changes Available in two formats: (1) Display print out of every significant change as it occurs. (2) Display print out of History Page after 15 significant changes occur. (f) Display and Print Out of Every Significant Change Every significant change shall cause a display and/or a print out on a hard copy printer (dependent on the configuration of peripheral devices). If the printer is on line, the significant change shall still be displayed on the video display unit and printed on hard copy. If the printer is off line, the significant changes shall be displayed on the video display unit only. information: The displayed/printed data shall consist of the following (1) Title line consisting of user's name, current time and date, and time and date that power was applied to CPU. (2) If the significant change was caused by a surface sensor, the data shall consist of the sensor number, sensor location name, the new sensor surface condition, status, or the new present surface temperature, and amount of direction of change. (3) If the significant change was caused by an RPU atmospheric sensor, the data shall consist of the highest surface sensor number, and location name, of the report RPU, the atmospheric sensor that caused the significant change, and the new atmospheric value. (g) Print Out of History Page �-- Every History Page in the system shall be automatically printed after 15 significant changes have occurred for that sensor, if the printer is on line. (h) Printed Copy of a Summary. Status. History orGraphic Page The user shall be able to command the printer to print a hard copy of the data being displayed on the video terminal screen. 3.4 RPU Operation The RPU Operation shall provide the following functions: (a) Collect current data from all connected sensors. M�- (b) Respond to the CPU request (poll) for data by transmitting all current sensor data. 3.5 CPU Operation The CPU shall perform the following functions: (a) Pole each RPU in the system for current sensor data. (b) Evaluate each RPU's reported sensor data. (c) Input system commands. r^ (d) Present evaluated data to the user. The CPU shall poll each RPU in the system for its current sensor data. The CPU shall check the data received from the RPU for communication errors. If the reported data is valid, the CPU shall store the RPU data, then poll the next RPU in the system. If the reported RPU data is invalid, the CPU shall make a maximum of 3 (12 for autocall) attempts to receive valid data from the RPU. If after 3 (12 for autocall) attempts valid data has not been received, the CPU shall indicate a communications fault. The CPU shall evaluate all sensor data against manufacturer setable system parameters to determine if a significant change has occurred. The system parameters are stored in the CPU, and shall be the same for all RPU's in the system. These parameters shall be easily changed by the manufacturer at the user's request. The default parameters are those currently stored in the CPU. The following system parameters define a significant change: (1) Any change of status or condition of any surface or atmospheric sensor. (2) If Dew Point Temperature is within "X" degrees of air or surface temperature. Range: 0.5 to 5' C. (Value for "X"). (3) If Wind Velocity exceeds "X" MPH. Range: 5 to 100 MPH. (4) Surface Temperature Every change of "A" degrees above "B" Every change of "C" degrees between "B" and "D". Every change of "E" degrees between "D" and "F". 9 - 9 Every change of "G" degrees below "F" Example: Every change of 3 degrees above 5 degrees. Every change of 1 degree between 5 and 2 degrees. Every change of.0.5 degrees between +2 and -2 degrees. Every change of 1 degree below -2 degrees. Range: -40 to +80°C. (Value for above variable "A" through "F") (5) Air Temperature Every change of "A" degrees above "B". Every change of "C" degrees between "B" and "D". Every change of "E" degrees between "D" and "F". Every change of "G" degrees below "F". Example: Every change of 3 degrees above 5 degrees. Every change of 1 degree between 5 and +2 and -2 degrees. Every change of 5 degrees between +2 and -2 degrees. Every change of 1 degree below -2 degrees. Range: -40 to +80°C. (Value for above variable "A" through "F") (6) Input System Commands In addition to all aforementioned commands, the CPU shall accept the following: a) Activate and deactivate the printer. b) Activate and deactivate the audible alarm. c) Setting of time and date. d) Call a specific sensor. e) Set the rate that RPU's are called (autodial only). f) Select format options. 4. CONSTRUCTION METHODS 4.1 General The Contractor shall install the CPU unit and antenna, one (1) computer terminal with color enhanced monitor, printer and other associated components in the airport operations office in the Maintenance Facility building and one (1) computer terminal with color enhanced monitor, printer and other 9 - 10 associated components in the office of the Deputy Director of Aviation for Operations and Maintenance, in the Terminal Building; all work being accomplished in a neat and workmanlike manner and in accordance with the manufacturer's recommendations. The portable terminal printer and instructions on its operation shall be presented to the Director of Aviation. The Contractor shall provide a minimum of four (4) operator's manuals, one (1) system installation manual, one (1) surface sensor installation manual, and one (1) sensor cable splicing manual to the Director of Aviation upon r-- completion of the system installation and instruct the airport personnel in the operation of the system. Two (2) copies of the installation manual shall be delivered to the Engineer prior to the installation of the system. Installation of the various components comprising the Pavement Sensor Monitoring System package, including, but not limited to, the pavement ..., sensors, splice handholes, conduit and cable, and shall be as recommended by the system supplier/manufacturer, as directed by the Engineer, or as directed in the latest applicable edition of the SCAN System Installation Manual for Airport installations. 4.2 Telephone Line Installation The installation of telephone lines for operation of peripheral devices at the terminal building, and cost of said installation shall be the responsibility of the Lubbock International Airport. The Contractor shall provide all information necessary to assist the airport management in arranging for installation of lines by the local telephone company which will be required for the monitoring system. 4.3 Radio Frequency The frequency of the system shall not be adjusted until approval has been granted by the FCC. The contractor shall provide recommendations as to available frequencies and other assistance as may be needed to apply for a radio license for the monitoring system. 4.4 Handhole and Conduit Installation One (1) handhole shall be installed at the location of each pavement surface sensor, as shown in the plans or as recommended by the monitor system supplier/manufacturer. The handholes shall be installed as close as practicable to the edge of the monitored pavement. Each handhole shall be �^- grounded to a �i-inch diameter, 10-foot long copper clad ground rod, provided at each handhole. Ground wire between the handhole and the ground rod shall be #8 gauge copper wire, and shall be secured using appropriate grounding lugs. Type 2A sensor cable shall be shielded between the pavement edge and the handhole by 1-inch PVC conduit, as recommended by the system supplier/manufacturer. Type 2A sensor cable shall not be directly buried in the ground without conduit protection. Conduit connections and ends shall be sealed watertight. 9 - 11 4.5 Cable Installation Sensor cables shall be installed. in the saw cut kerfs in the pavement in accordance with the typical details shown on the plans and as recommended by the equipment supplier/manufacturer. Sensor extension cables and power supply cables shall be installed in trench and through underground ducts in accordance with the recommendations of the equipment supplier/manufacturer. 4.6 Field Equipment The remote processor units and atmospheric sensor package shall be assembled and mounted in accordance with the typical details shown on the r-� plans and in accordance with the manufacturer's assembly instructions. Electrical supply to the remote processor units shall require installation of various items in the Electrical Vault in accordance with the requirements of Section 1, INSTALLATION OF AIRPORT ELECTRICAL VAULT EQUIPMENT AND CONTROL TOWER EQUIPMENT, of these specifications. Electrical cable to each of the remote processor units shall be in accordance with the requirements of Section 4, INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS, and in accordance with the requirements of the equipment manufacturer. The Contractor shall arrange for a representative of the equipment manufacturer to be present at all critical stages of the project such as sensor installations; cable splicing; connections with RPU; connections and operation of CPU, printer and video display. The pavement surface sensors are available in various color shades similar to that of the existing concrete pavement. It is important that the color of the sensor match the color of the adjacent concrete pavement at the �=- location of each sensor installation in order to assure accurate surface temperature measurements and the same freezing and thawing rates as the pavement surface in which the sensor is installed. The Contractor shall determine the proper color for each sensor location by matching the correct shade from the color chart provided by the sensor manufacturer to the concrete pavement surface at each pavement sensor installation location. Matching of color shades shall be accomplished when the pavement surface is wet. The proper color shade for ^~ the individual pavement sensors shall be determined prior to delivery and installation of the sensors. The surface sensors shall be installed in accordance with the typical details shown on the plans and the recommendations of the sensor manufacturer. The following installation methods shall also be followed: r-e (a) The Contractor shall core drill vertical edged holes in which the sensors are to be installed with an approved saw to the depth recommended by the sensor manufacturer and clean these holes prior to sensor r- installation. (b) Both the equipment and methods used in core drilling and sawcutting shall be subject to prior approval by the Engineer. The Contractor r- shall saw slots in which the cables are to be installed to the depths shown. Prior to core drilling and providing the recessed openings for the sensor, the f`' 9 - 12 p-- Contractor shall mark the proposed location. These locations shall be approved by the Engineer. The Contractor shall maintain the sensor level during the curing of the sensor epoxy in a manner approved by the Engineer. (c) All sawed slots shall have vertical edges, shall be chamfered at intersection and shall be cleaned prior to installation of wires. (d) Immediately before installing the sensors and the cables, the Contractor shall remove the dust resulting from the sawing operations or any foreign materials from the holes or slots by the use of a suitable source of compressed air injected into the holes and slots. Should the holes and slots become damp, they shall be thoroughly dried out to the satisfaction of the Engineer prior to installing the sensors or cables. (e) The epoxy to be used in installing the sensors shall be applied in accordance with the manufacturer's printed instructions. The cementing compounds recommended by the manufacturer shall be used to bond the sensor into the cored hole. The remainder of the space around the fixture shall be filled with epoxy level with the pavement surface. (f) After cleaning all dust and foreign materials from the slots and drying the pavement in and adjacent thereto, the Contractor shall exercise care in inserting the backer rod and the cable therein so as not to damage the insulation. The Contractor shall subsequently install the upper backer rod and fill the remainder of the slot with sealing compound level with the pavement surface. (g) All surface sensors shall be installed flush with the runway surface. Sensors shall be in place with cured epoxy and there shall be no open cored holes by the end of the working period. 4.7 System Warranty �. A written warranty shall be provided to the Lubbock Inter- national Airport which guarantees that the equipment manufacturer will correct by repair or replacement any defect in design, material, or workmanship which occurs during normal use in the first year of operation after the date of completion of the total project. This warranty shall include all expenses, labor and costs required to return the system to normal operating order. An individual surface sensor warranty shall be provided on each surface sensor for a warranty period of 5 years from the date of the system warranty which will replace a defective surface sensor with a new sensor, material only. 5. METHOD OF MEASUREMENT The quantity of sensor monitoring system to be paid for under this item shall be measured per lump sum for furnishing all material and equipment required for this construction including, but not limited to, the surface sensor and probe devices with Type II A sensor cable; handholes; Type V sensor cable and applicable devices; trenching and backfilling; conduit; remote processor units; atmospheric sensors; central processor unit with associated components; computer terminals with monitors and printers; portable printer/video terminal; and all 9 - 13 necessary hardware and software; all installed in place, ready for operation, and accepted as a complete installation. The installation of various electrical items in the Electrical Vault, required to supply electrical power to the remote processor units, shall not be included in the measurement of this item. These items shall be included in Section 1, INSTALLATION OF AIRPORT ELECTRICAL VAULT EQUIPMENT AND CONTROL TOWER EQUIPMENT, of these specifications. Also, installation of underground cable to each of the remote processor units from the Electrical Vault shall not be included in the measurement of this item. This item shall be included in Section 4, INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS, of these specifications. r, 6. BASIS OF PAYMENT Payment will be made at the contract unit price per lump sum for the completed and accepted sensor monitoring system installation. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment shall not be made under this item for the furnishing or installation in the Electrical Vault of the various electrical items required to supply electrical power to the remote processor units. Payment of this item shall be made under Section 1, INSTALLATION OF AIRPORT ELECTRICAL VAULT EQUIPMENT AND CONTROL TOWER EQUIPMENT, of these specifications. Also, payment shall not be made under this item for furnishing or installation of the underground cable to each of the remote processor units from the Electrical Vault. Payment of this item shall be made under Section 4, INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS, of these specifications. I - END OF SECTION r-- r- 9 - 14 0.- SECTION 10 LIGHTING CIRCUIT INSULATION MONITORING SYSTEM 1. DESCRIPTION This item shall consist of a lighting circuit insulation monitoring system and its associated components, furnished and installed in accordance with this r- section and the recommendations of the equipment manufacturer. The system and its components shall be installed at the locations shown on the plans, described in the specifications or as directed by the Engineer. The work under this item shall include conduit installation; cable installation; installation of equipment in the transformer vault; installation of peripheral software for the display and recording of monitor information in the Airport operations office or in the Deputy Director of Aviation's office; and interfacing the insulation monitor system into new computers included in other sections of these specifications. This item shall include the furnishing and installing of all equipment, materials, services and incidentals necessary to place the insulation monitoring system in operation as a completed installation to the satisfaction of the Engineer. 2. EQUIPMENT AND MATERIALS 2-1 General All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specifications. The design of the equipment shall be in accordance with the best engineering practices. Both the design and installation of the equipment and accessories shall permit accessibility for use, maintenance and service. The system shall be constructed so that no internal part will be exposed during normal operations. The system components shall be built to -withstand the temperatures, strains and all other factors incident to the service intended. All items not specified in this section or shown on the plans, but recognized to be required and involved in carrying out the system installation shall be included and performed as though they were specifically delineated, described and mentioned herein. 2-2 Basic System Components The insulation monitoring system equipment shall be as supplied by Hughey & Phillips, Inc., Simi Valley, California, or an approved equal. All system components shall be as recommended by the system supplier and manufacturer as being compatible with the entire equipment installation. The basic components required for this installation are as follows: 10 - 1 Quantity Description 12 High tension couplers (P/N AGH501S) 1 Power supply module (P/N AN1002) 1 Control Module (P/N BK1000) 1 Measuring Voltage Module (P/N AN1003) 1 Insulation Monitor Module (P/N IR1002YX) 1 Programmable Control Module (P/N SPS1000) 1 Extension Card Module (P/N SPS1000E) 1 Measurement Converter (P/N ASH1000) 1 Meg -Ohm Meter (P/N 2496) 2 Relay Card Modules (P/N AK1011) 1 19-inch Module Rack The Contractor shall ascertain that all system components furnished are compatible in all respects with each other system component. Any noncompatible components furnished by the Contractor shall be replaced by him, at no additional cost to the contract, with a similar component that is compatible with the system. 2-3 Rigid Steel Conduit Rigid steel conduit and fittings shall conform to the requirements of Federal Specification WW-C-581. 2-4 Cable Cable used in this installation shall be copper and of the size and type specified in the plans or recommended by the system manufacturer. 2-5 Other Electrical Equipment Terminal blocks, relays, circuit breakers, disconnects and all other regularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the rulings and standards of the Institute of Electrical and Electronic Engineers or the National Electrical Manufacturer's Association. The equipment shall be new and a first -grade product. 3. GENERAL SYSTEM OPERATION 3.1 General The insulation monitoring system shall consist of a multi -circuit scanning monitor system, capable of continually monitoring the required airfield 10 - 2 lighting circuits. The system superimposes a reference voltage onto the constant current of the lighting circuit regulator through a high tension coupling unit permanently installed in each lighting series circuit. The system then measures the leakage resistance value. This value is displayed on a local Megohm meter and is available for access by remote computer interface. 3.2 High Tension Coupling Units One (1) high tension coupling unit is permanently installed in a separate enclosure on each airfield lighting circuit to be monitored. The high tension coupling unit is installed on the lighting series circuit immediately adjacent to the corresponding constant current regulator in the electrical vault. Twelve (12) high tension coupling units and enclosures are required for the installation of the insulation monitoring system. Each high tension coupling unit is directly wired to the measuring voltage module contained in the multi - circuit scanning unit rack described below. 3.3 Multi -circuit Scanning Unit (a) General - The multi -circuit scanning unit consists of the ~' modules listed in the Basic System Components paragraph of this section, except the high tension coupling units. These basic system components are contained in a single 19-inch module rack. The multi -circuit scanning unit sequentially r— monitors each airfield lighting circuit, providing resistance readings for the circuit during the period monitored, and relays this information through a computer interface to the computer system included in Section 9, "Pavement Sensor Monitoring System" of these specifications. The basic insulation monitoring system components are described below: (b) Insulation Monitor Module and Alarms - The insulation monitor module and the measurement converter module measure the leakage resistance value for each lighting circuit monitored. The insulation monitor module compares the actual readings of resistance to leakage resistance limits, established for each .., lighting circuit to be monitored. Two alarm conditions, corresponding to the pre-set leakage limits, are manually set on the monitor module corresponding to each circuit. Alarm Range 1, generally set to indicate an existing ground fault, is variable between 10K and 100K ohms. Alarm Range 2, generally set to provide .- advance warning of a potential future maintenance problem, is variable between 100K and 1 Meg -ohm. (c) Relay Card Module - Recording of alarm conditions for each circuit monitored is accomplished on the relay card modules. Each relay card module is capable of recording alarms for six (6) separate circuits. The twelve (12) lighting circuits at LIA will require two (2) relay card modules. Alarms for each circuit shall consist of three (3) LED indicators; one (1) green LED shall indicate which circuit is being monitored, and two (2) red LEDs, of different light intensities, shall indicate alarm conditions corresponding to Alarm Range 1 or Alarm Range 2. Each relay card shall also contain an LED test switch and an alarm reset button. Should.the resistance value of any monitored circuit fall below the alarm limits set on the monitor module, the corresponding -- Alarm Range LED is activated. The Alarm indicator light on the relay card remains activated until manually reset. r.. 10 - 3 (d) Programmable Control and Expansion Card Modules - The programmable control module utilizes the basic system components described above to access each individual lighting circuit through the high tension coupling units. Alone, the programmable control module can scan six circuits. The •- expansion card module allows the system to scan an additional six circuits, for a total of twelve circuits. The programmable control module, a software driven micro -processor, allows the operator to program various scanning options and provides sequencing of the scanning process. Trim pots on the face of the r- programmable control module are provided to vary the time intervals for scanning a circuit and the switching from one circuit to another, without the need for a change of software. A standard RS232 port, provided on the programmable control module, allows a direct link for computer interface. (e) Meg -ohm Meter Actual resistance values, obtained as the �. unit scans the required circuits, are available from the Meg -ohm meter within the module rack. The visible scale on the meg-ohm meter shall be 50K to 2Meg- ohms and infinity. The scale midpoint shall correspond to 1 Meg -ohm. (f) Power Supply Module - The required 24-volt electrical power to the multi -circuit scanning unit is provided by the power supply module. (g) Control Module - ON/OFF functions and automatic or manual scanning selection is provided by the control module. In the manual mode, any circuit can be selected for continuous monitoring via the,circuit designation switches. These circuit designation switches shall correspond to the actual circuit numbers. 3.4 Computer Interface A computer interface shall be provided as described herein, under this contract, between the insulation monitoring system and the computer system supplied as a part of Section 8, "Pavement Sensor Monitoring System", of these specifications. Direct link to the insulation monitoring system for the computer interface shall be through a standard RS232 port on the programmable control ., module. Through the computer interface, the remote computer terminal will access the scanning process of the programmable control module for retrieval of current monitoring data. Communication between the remote computer terminal and the programmable control module shall be provided through the use of an external telephone modem utilizing the latest revision of the communications software program, SMART-COM. The computer used in this remote application shall access the insulation monitoring system for periodic data collection and recording. 4. CONSTRUCTION METHODS "-' 4.1 General The Contractor shall install the lighting circuit insulation monitoring system in the electrical vault; all work being accomplished in a neat and workmanlike manner and in accordance with the manufacturer's recommendations. Any required interface with existing computers or other hardware shall be 10 - 4 installed in the airport operations office in the Maintenance Facility building or in the office of the Deputy Director of Aviation for Operations and Maintenance in the terminal building. The. Contractor shall provide a minimum of four (4) operator's .., manuals and one (1) system installation manual to the Director of Aviation upon completion of the system installation, and shall instruct the Airport personnel in the operation of the system. 4.2 Telephone Line Installation The installation of telephone lines for operation of peripheral devices at the electrical vault, and the cost of said installation shall be the responsibility of the Lubbock International Airport. The Contractor shall provide all information necessary to assist the Airport management in arranging for installation of lines by the local telephone company which will be required for the insulation moni.toring system. 4.3 Equipment Installation The Contractor shall arrange for a representative of the equipment manufacturer to be present during the installation of all critical equipment or connections, including installation of the high tension coupling units and the computer interface equipment. Equipment installation and wiring connections ., shall be as recommended by the equipment manufacturer. The high tension coupling units shall each be installed in a r-- separate wall mounted enclosure as recommended by the equipment manufacturer. Each enclosure for the high tension coupling units shall be labeled as directed by the Engineer. Software required for telephone modem access to the insulation monitor data shall be provided at the time of system installation. The software shall include tabular display of the monitored resistance readings and memory storage of the information for the creation of a historical data base. The software shall be developed by the insulation monitor system manufacturer to parameters established by the system manufacturer and the Lubbock International Airport staff at the time of system installation. 4.4 System Warranty A written warranty shall be provided to the Lubbock International Airport which guarantees that the equipment manufacturer will correct, by repair or replacement, any defect in design, material or workmanship which occurs during normal use in the first year of operation after the date of the completion of n the total project. This warranty shall include all expenses, labor and costs required to return the system to normal operating order. 5. METHOD OF MEASUREMENT r- The quantity of lighting circuit insulation monitor system to be paid for under this item shall be per lump sum for furnishing all material and equipment required for this installation including, but not limited to, the high tension couplers, system modules, wiring or cable, connections to power sources, r- 10 - 5 conduit, all hardware and software necessary for interfacing with other computers; all installed in place, ready for operation, and accepted as a .� complete installation. 6. BASIS OF PAYMENT Payment shall be made at the contract unit price per lump sum for the completed and accepted lighting circuit insulation monitor system installation. This price shall be full compensation for furnishing all materials and for all preparation, assembly and installation of these materials, and for all labor, equipment, tools and incidentals necessary to complete this item. r-� END OF SECTION P- 10 - 6 r- 1. DESCRIPTION SECTION 11 TEMPORARY AIR AND WATER POLLUTION SOIL EROSION. AND SILTATION CONTROL 1.1 General This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control r-• water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. Thb temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. 2. MATERIALS 2.1 Grass Grass which will not compete with the grasses sown later for a- permanent cover shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. 2.2 Mulches Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 2.3 Fertilizer Fertilizer shall be a standard commercial grade and shall conform �. to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 2.4 Slope Drains '^ Slope drains may be constructed of pipe, fiber mats, rubble, portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 2.5 Other All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. 3. CONSTRUCTION REQUIREMENTS 3.1 General In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Contractor shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construc- tion work are involved. 3.2 Schedule Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing; grading; construction; paving; and structures at water courses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operations for the applicable construction have been accepted by the Engineer. 3.3 Authority of Engineer The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 3.4 Construction Details The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction opera-tions will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion, that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, -- excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with 11 - 2 the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or as ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. 4. METHOD OF MEASUREMENT AND BASIS OF PAYMENT The performance of this work shall not be paid for directly, but shall be considered as a subsidiary obligation of the Contractor covered under other contract items. The cost of temporary air and water pollution, soil erosion and siltation control shall be included in the unit price bid for such pay items and no direct payment will be made for this work. END OF SECTION 11 - 3 r-- r- A P P E N D I X U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C DURING CONSTRUCTION Initiated by: AAS-300 Change: 1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning the operational safety on airports during construction, to assist airport operators in complying with Part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, of the Federal Aviation Regulations 7 (FAR), and with the requirements of Federally -funded construction projects. Construction activity is defined as the presence and movement of personnel, equipment, and materials in any location which could infringe upon the movement of aircraft. For noncertificated airports and airports with no grant agreements, application of these provisions will help maintain the desired level of operational safety during periods of construction. 2. CANCELLATION. AC 150/5370-2B, Operational Safety on Airports With Emphasis on Safety During Construction, dated October 9, 1981, is canceled. 3. RELATED READING MATERIAL. All references cited herein are available for inspection in any Federal Aviation Administration (FAA) regional office. a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44, Status of Federal Aviation Regulations, current edi- tion, contains a price list and ordering instructions). b. AC 150/5370-10, Standards for Specifying Construction of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular r.. Checklist, current edition, contains ordering instructions). 4. BACKGROUND. Various AC's which detail all major elements of safe, efficient airport design and construction are available. However, opera- tional safety on airports may be degraded by construction hazards or margi- nal conditions that develop after an airport has been opened or approved for operation. This AC addresses that problem. NOTE: Airports which have �- received Federal assistance (grants, real or personal property) and air- ports certificated under FAR Part 139 have mandatory requirements related to this subject. n P.-- AC 150/5370-2C 5. GENERAL. 5/31/84 �., a. The airport operator is responsible for full compliance with the require- ments of FAR Part 139 for certificated airports and with the provisions of Federal grant agreements when applicable. Adherence to the following provisions will materially assist the airport operator in providing the level of safety required. Local FAA Airports offices have technical expertise to assist airport operators in all safety matters on airports. (See AC 150/5000-3, Address List for Regional Airports Divisions and Airports District/Field Offices, current edition.) b. Each bidding document (construction plans and/or specifications) for air- port development work or air navigation facility (NAVAID) installation involving aircraft operational areas should incorporate a section on safety on airports during the construction activity. The section, as a minimum, should contain the appropriate provisions outlined in appendix 1 to this AC. c. The airport operator should pay particular attention to the pullback distances and clearances for any maintenance activities and emergencies that occur on airports. These include activities which involve maintenance equipment --such as mowing machines, snowplows, lighting equipment --as well as emergency standbys for firefighting and rescue equipment. d. Where feasible and where operational safety is not affected, the airport operator may choose to keep open operational areas adjacent to construction activity during construction rather than close them to aircraft activity. e. At airports that are undergoing a multi -year major redevelopment, a compre- hensive construction safety plan should be developed. This safety plan may contain deviations from the criteria outlined in appendix 1 of this AC so long as they are based upon a commitment by the airport operator and the users to provide the maxi- mum clearances possible between construction activities and aircraft within the limits imposed by local conditions. 6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an airport, in proximity to, or affecting aircraft operational areas or navigable airspace, should be coordinated with the FAA and airport users prior to initiating such activities. In addition, basic responsibilities and procedures should be developed and disseminated to instruct construction personnel in airport procedures and for monitoring construction activities for conformance with safety require- ments. These and other safety considerations should be addressed in the earliest. stages of project formulation and incorporated in the contract specifications. Construction areas located within safety areas requiring special attention by the contractor should be clearly delineated on the project plans. The airport operator should closely monitor construction activity throughout its duration to ensure con- tinual compliance with safety requirements. a. Formal Notification. A formal notification to the FAA is required by regu- lation for certain airport projects. For instance, FAR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that FAA be notified in writing whenever a non -Federally funded project involves the 2 Par 5 5/31/84 AC 150/5370-2C r- construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deac- tivating or abandoning of an entire airport. Formal notification is made by sub - witting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA r district office or FAA regional office. (See AC 70-2, Airspace Utilization Considerations in the Proposed Construction, Alteration, Activiation and Deactivation of Airports, current edition.) Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace, as defined in FAR Part 77, Objects Affecting Navigable Airspace, is required to notify the FAA. FAA Form 7460-1, Notice of Proposed Construction or Alteration, should be used for this purpose. (See AC 70/7460 -2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition.) b. Work Scheduling and Accomplishment. Predesign, preconstruction, and prebid - conferences provide excellent opportunities to introduce the subject of airport operational safety during construction. All parties involved, including the spon- sor's engineer and contractors, should integrate operational safety requirements into their planning and work schedules as early as practical. Also, respon- sibilities should be clearly established for continuous monitoring and compliance with the requirements assigned and for vigilance to detect areas needing attention due to oversight or'altered construction activity. When construction is being .- planned on FAR Part 139 certificated airports, the responsible airport safety (certification) inspector should be directly involved at all stages, from pre - design through final inspection. c. Safety Considerations. The following is a partial list of ,safety con- siderations which experience indicates will need attention during airport construction. (1) Minimum disruption of standard operating procedures for aeronautical activity. (2) Clear routes from firefighting and rescue stations to active airport operations areas and safety areas. (3) Chain of notification and authority to change safety -oriented aspects of the construction plan. o-- (4) Initiation, currency, and cancellation of Notice to Airmen (NOTAM's). areas. (5) Suspension or restriction of aircraft activity on airport operations (6) Threshold displacement and appropriate temporary lighting and marking. (7) Installation and maintenance of temporary lighting and marking for closed or diverted aircraft routes on airport operations areas. (8) Revised vehicular control procedures or additional equipment and manpower. (9) Marking/lighting of construction equipment. Par 6 3 "— AC 150/5370-2C 5/31/84 .. (10) Storage of construction equipment and materials when not in use. (11) Designation of responsible representatives of all involved parties and their availability. (12) Location of construction personnel parking and transportation to and from the work site. (13) Marking/lighting of construction areas. (14) Location of construction offices. (15) Location of contractor's plants. (16) Designation of waste areas and disposal. r- (17) Debris cleanup responsibilities and schedule. (18) Identification of construction personnel and equipment. (19) Location of haul roads. (20) Security control on temporary gates and relocated fencing. (21) Noise pollution. (22) Blasting regulation and control. (23) Dust control. (24) Location of utilities. (25) Provision for temporary utilities and/or immediate repairs in the _. event of disruption. (26) Location of power and control lines for electronic/visual navigational aids. (27) Additional security measures required if FAR Part 107, Airport - Security, is involved. (28) Marking and lighting of closed airfield pavement areas. (29) Coordination of construction activities during the winter with airport snow removal plan. ( 30 ) Phasing of work. (31) Shutdown and/or protection of airport electronic/visual navigational aids. 4 Par 6 P11- 5/31/84 (32) Smoke, steam, and vapor controls. AC 150/5370-2C (33) Notify crash/fire/rescue personnel when working on water lines. (34) Provide traffic directors/wing walkers, etc., as needed to assure clearance in construction areas. d. Guidelines for Proximity of Construction Activity to Airport Operations Areas. The guidelines contained in appendix 1 are for use in the preparation of plans and specifications when construction activities are to be conducted in loca- tions which may interfere with aircraft operations. They should be adapted to the needs of a particular project and should not be incorporated verbatim into project specifications. 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contributory hazards and conditions. A represen- tative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, construction material, temporary structures, and other obstacles in proximity to airport operations areas and approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways and 3 inches (7.62 cm) for edges between old and new surfaces at runway edges and ends. d. Heavy equipment, stationary or mobile, operating or idle near airport operations areas or in safety areas. e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of navigational aids. f. Tall but relatively low visibility units such as cranes, drills, and the like in critical areas such as safety areas and approach zones. g. Improper or malfunctioning lights or unlighted airport hazards. h. Holes, obstacles, loose pavement, trash, and other debris on or near air- port operations areas. i. Failure to maintain fencing during construction to deter human and animal intrusions into the airport operation areas. j. Open trenches along side pavement. k. Improper marking or lighting of runways, taxiways, and displaced thresholds. 1. Attractions for birds such as trash, grass seeding,,or ponded water on or near airports. Par 6 5 p-, AC 150/5370-2C 5/31/84 m. Inadequate or improper methods of marking temporarily closed airport opera- tions areas including improper and unsecured barricades. n. Obliterated markings on active operational areas. NOTE: Safety area encroachments, improper ground vehicle operations, and n unmarked or uncovered holes and trenches in the vicinity of aircraft operating sur- faces are the three most recurring threats to safety during construction. 8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for establishing and using procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting operational safety at the air- port. If construction operations require shutdown of a navigational aid from ser- vice for more than 24 hours or in excess of 4 hours daily on consecutive days, a 45-day minimum notice is desirable prior to the facility shutdown. Notification of construction, rough pavement, weather -caused effects, bird hazards, and other con- ,.. ditons affecting the use of the airport is usually made by NOTAM issued by Flight Service Stations. FAA Air Traffic facilities and Airports district/field offices will assist in the notification process. Airmen or other persons engaged in aviation activities are encouraged to report safety -related airport conditions to airport management, the FAA or through the use of the National Aeronautics and Space Administration's Aviation Safety Reporting System. !^ 9. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a minimum. Where vehicular traffic on airport operation areas cannot be avoided, it should be carefully controlled. A basic guiding principle is that the aircraft always has the right-of-way. Some aspects of vehicle control and iden- 'tification are discussed below. It should be recognized, however, that every air- port presents different vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operations. a. Visibility. Vehicles which routinely operate on airport operations areas .-- should be marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations. Vehicles which are not marked and lighted should be escorted by one that is equipped with temporary marking and lighting devices. (See AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition.) b. Identification. It is usually desirable to be able to identify visually "^ specific vehicles from a distance. It is recommended that radio equipped vehicles which routinely operate on airport operations areas be permanently marked with identifying characters on the sides and roof. (See AC 150/5210-5.) Vehicles needing intermittent identification could be marked with tape or with magnetically attached markers which are commercially available. Whenever possible, vehicles should be purchased with the recommended markings and lighting. ., c. Noticeability. Construction vehicles/equipment should have automatic signalling devices to sound an alarm when moving in reverse. 6 Par 7 F_ 5/31/84 AC 150/5370-2C d. Movement. The control of vehicular activity on airport operations areas is -- of the highest'importance. Airport management is responsible for developing proce- dures, procuring equipment, and providing training regarding vehicle operations to ensure aircraft safety during construction. This requires coordination with air- port users and air traffic control. Consideration should be given to the use of two-way radio, signal lights, traffic signs, flagmen, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way radio communications between construction contractor vehicles and the air traffic control (ATC) tower must be coordinated with the ATC tower chief. At nontower air- ports, two-way radio control between contractor vehicles and fixed -base operators or other airport users should avoid frequencies used by aircraft. It should be remembered that even with the most sophisticated procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special con- sideration should be given to training intermittent operators, such as construction workers, even if escort service is being provided. 10. INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors have specific responsibilities regarding operational safety on certificated airports before and during periods of construction activity. Their particular area of concern will be directed towards construction within safety areas, and they will be involved in the following functions: a. Review of plans to determine limits of work and possible safety problem .� areas. b. Give special attention to the development of the safety plan which is a part of the plans and specifications. c. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d. Ensure that users of the facilities have ample warning of the proposed construction so that they may make advanced plans to change their operations. e. FAA Airports engineers and certification inspectors should participate in the predesign and preconstruction conferences if the project involves a complex safety plan. Also, they should participate in construction inspections and in the r inspection of the finished work to determine that there are no safety violations to FAR Part 139. LEONARD E. MUD Director, Office of Airport Standards Par 9 7 (and 8) r- 5/31/84 AC 150/5370-2C Appendix 1 APPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION 1. RUNWAY ENDS. Construction equipment normally should not penetrate the 20:1 approach "surface. 2. RUNWAY EDGES. Construction activities normally should not be permitted within 200 feet of the runway centerline. However, construction may be permitted within 200 feet of the runway centerline on a case -by -case basis with approval of the air- port operator, the FAA and the users. 3. TAXIWAYS AND APRONS. Normally, construction activity set -back lines should be -� located at a distance of .25 feet plus one-half the wingspan of the largest predomi- nant aircraft from the centerline of -an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the FAA and the users; NOTAM's are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with wingspan greater than 165 feet should be dealt with on a case -by -case basis. 4. EXCAVATION AND TRENCHES. a. Runways. Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are adequately signed, lighted and marked. In addition, excavation and open trenches may be permitted within 200 feet of the runway centerline on a case -by -case basis, i.e., cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the users. b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the drop-off is ade- quately signed, lighted and marked. 5. STOCKPILED MATERIAL. Extensive stockpiled materials should not be permitted within the construction activity areas defined in the preceding four sections. 6. MAXIMUM EQUIPMENT HEIGHT. Notice of proposed construction shall be submitted to the appropriate Airports district office for review prior to the placement of construction equipment on airports. The guiding criteria involving FAR Part 139 certificated airports and grant agreement airports is that all construction plans and specifications require direct coordination with the appropriate Airports district, field, or regional office. In addition, airports should file FAA Form 7460-1 when equipment is expected to penetrate any of the surfaces defined above in paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157 requires �- prior notice to construct, realign, alter, or activate any runway/landing area or associated taxiway for any project which is non -Federally funded. 7. PROXIMITY OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. Construction activity in the vicinity of navigational aids requires special consideration. The effect of the activity and its permissible distance and direction from the aid must be eval- uated in each instance. A coordinated evaluation by the airport operator and the 1 AC 150/5370-2C Appendix 1 5/31/84 FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards, and Airway Facilities Specialists is needed as well as construc- tion engineering and management input. Particular attention needs to be given to stockpiling materials as well as to the movement and parking of equipment which may interfere with line -of -sight from the tower or interfere with electronic emissions. (See AC 150/5300-2D, Airport Design Standards --Site Requirements for Terminal r., Navigational Facilities, current edition, for critical areas of NAVAIDS.) 8. CONSTRUCTION VEHICLE TRAFFIC. With respect to vehicular traffic, aircraft safety during construction is likely to be endangered by four principle causes: '-" increased traffic volume, nonstandard traffic patterns, vehicles without radio com- munication and marking, and operators untrained in the airport's procedures. Because each construction situation differs, airport management must develop and coordinate a construction vehicle traffic plan with airport users, air traffic control and the appropriate construction engineers and contractors. This plan, when signed by all participants becomes a part of the contract. The airport opera- tor is responsible for coordinating and enforcing the plan. 9. LIMITATION ON CONSTRUCTION. a. Open -flame welding or torch -cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the airport operator. All vehicles are to be parked and serviced behind the construc- tion restriction line and/or in an area designated by the airport operator. b. Open trenches, excavations, and stockpiled material at the construction site should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. c. Stockpiled material should be constrained in a manner to prevent movement result of aircraft blast or wind. Material should not be stored near aircraft turning areas or movement areas. 10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construc- tion specifications should include a provision requiring the contractor to have a man on call 24 hours per day for emergency maintenance of airport hazard lighting and barricades. ►- a. Permanently Closed Runways and Taxiways. For runways and taxiways which have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation marking, and touchdown zone markings should be obliterated, and crosses should be placed at each end at 1,000-foot (300 m) intervals. With taxiways, a cross is placed at each entrance of the closed taxiway. b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are treated in the same manner as in paragraph 10a except runway markings are not obli- terated. Rather, crosses are usually of the temporary type (constructed of 2 P_ 5/31/84 AC 150/5370-2C Appendix 1 material such as fabric or plywood), and they are required only at runway ends. The crosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses may be reduced to permit use of standard sheets of 4-by-8-foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are ^^ usually treated as an unusable area as explained in paragraph 10d. c. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph 10b, and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph 10a, the airport beacon is disconnected, and a cross is placed in the segmented circle or at central location if no segmented circle exists. d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are always in the extended posi- tion and properly oriented. For nighttime use, the' -barricades are supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights roust be such to delineate adequately the hazardous area. e. Notices to Airmen (NOTAM's). The airport operator should provide infor- mation on closed or hazardous conditons to the local air traffic control facility (control tower, approach control, center, flight service station) so that a NOTAM can be issued. f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes pro- vided with shoulder stabilization to prevent blast and water erosion. This stabi- lization may have the appearance of a full strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define this area, but con- ditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3-foot (1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed at a maximum of 100-foot (30 m) spacing. On curves, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes should be extended to 5 feet (1.5 m) from the edge of stabilized area or to 25 feet (7.5 m) in length, whichever is less. g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist, such as excep- tionally wide runways, where there is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used. 11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identification of temporary runway threshold displacements should be located outboard of the runway surface. These could include outboard lights, Runway End Identification Lights (REILS), and markings. The extent of the marking and lighting should be directly related to the duration of the displacement as well as the type and level of aircraft activity. r- 3 (and 4 )