Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 5294 - Contract - Lee Lewis Construction Co - Signage & Graphics Improvements, LIA - 09_26_1996
RESOLUTION NO. 5294 September 26, 1996 Item #21 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, attached herewith, by and between the City of Lubbock and Lee Lewis Construction Co. for construction of signage and graphics improvements at the Lubbock International Airport, which Contract shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 26th day of September _, 1996. ATTEST: arold Willard, Interim City Secretary APPROVED AS TO CONTENT: 1 Victor ilman, Pulchasing Manager APPROVED AS TO FORM: Harold Willard, Assistant CityAttorney HW :dalccdocs/leelewis.res September 13, 1996 CITY OF LUBBOCK SPECIFICATIONS FOR SIGNAGE AND GRAPHIC IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT BID #13668 ✓'r Biala— LIPrn Cl r c c.n N to •P CITY OF LUBBO u"K x Lubbock, Texas Cn (' PARKHILL, SMITH & COOPER, INC. l ENGINEERS ■ ARCHITECTS ■ PLANNERS 4010 AVENUE R, LUBBOCK, TEXAS 79412 (806) 747-0161 ■ FAX (806) 747-7146 ADDENDUM NO. 1, August 23, 1996 RE: Signage and Graphics Improvements at Lubbock International Airport Lubbock, Texas B.L3.9� TO: Plan Holders �p�gz•�•9; This Addendum including Supplemental Drawing No's. 1 through 3 and attached `Exhibit A' form a part of the Contract Documents and modifies the original Bidding Documents dated August 7, 1996 as noted below. I. CHANGES TO THE DRAWINGS A. To Sheet A2, make the following changes: ~ 1. At sign type 1 keyed notes, add the following text to key note 1: "HALO -ILLUMINATED LETTERS TO BE METAL WITH BACK LIGHTING PROVIDED BY SIGN MANUFACTURER. REF ELEC " DWGS." t 2. Sign type C7 shall be renamed type 7 as it is referred to throughout the rest of the drawings. 3. At Elevations for sign types 6 and 7, change lighting noted as 11 to be attached at "top" of sign rather than "bottom". Reference electrical supplemental drawing E-3 attached. II . 4. At sign types 2-10 Keyed Notes, make the following replacements for referenced keyed notes. a. Note 3 to read: "BLUE COLOR REFLECTIVE SHEETING TO BE 3M BRAND COLOR BLUE 3875." r" b. Note 4 to read: "RED COLOR REFLECTIVE SHEETING TO BE 3M BRAND COLOR RED 3872." c. Note 7 to read: "WHITE COLOR REFLECTIVE DIE -CUT GRAPHICS AS SCHED. AND SPEC. FOR REFLECTIVE SHEETING - 3M BRAND COLOR 3870." r- d. Note 13 to read: "ALUMINUM FABRICATED SIGN ATTACHED TO 9" DIA. POST WITH DIE -CUT GRAPHICS AS SCHED. AND SPEC. FOR REFLECTIVE SHEETING - 3M BRAND COLOR WHITE 3870." e. Note 23 to read: "FABRICATED ALUM PANEL TO REPLACE EXIST - SECURED TO EXIST STRUCT; PAINTED BLUE COLOR W/WHITE COLOR REFLECTIVE DIE -CUT GRAPHICS AS SCHED AND SPEC FOR REFLECTIVE SHEETING - 3M BRAND COLOR WHITE 3870." f. Note 24 and 25 both to read: "REFLECTIVE DIE -CUT GRAPHICS AS SCHED AND SPEC FOR REFLECTIVE SHEETING - 3M BRAND COLOR WHITE 3870." 2711-96 ADDENDUM 1 PAGE 1 OF 18 r r B. To Sheet A3, make the following changes: 1. At TYP Roadway Sign Section 2/A3, Uplighting and bracket support to be moved to top of sign and frame. Reference electrical supplemental drawing E-3 attached. C. To Sheet A6, make the following changes: 1. At First/Main Level Floor Plan, at column coordinates O-P and 1-2 eliminate sign Type n r�r�n 2. At Second/Office Level Floor Plan, at column coordinates K-L and 2-3, sign type key "F.24" to be changes to "F.25" and at coordinates Q-4 and 3-4 eliminate sign type key E.49. e : 3. At First Main Level Floor Plan make the following changes and notes: 2) Disregard all sign types I.1 thru I.9 on the plan and locate new sign types I.1 thru I.5 at revised locations indicated below: Sin Type No. Column Grid Grid Line (Plan Left/Right) I.1 R PL I.2 O PR I.3 N PL I.4 K PR I.5 G PR b) Sign Types I.6-I.9: Sign Type No. Column Grid Grid Line (Plan Left/Right) I.6 BB PL I.7 T PR I.8 J PL L9 C PR es: D. To Sheet A8 make the following changes: 1. At Sign Type `S', change to read: "Existing Plas. Lam. Sign to be re -clad in blue -color Plas. lam. Provide white vinyl letters for text/graphics as scheduled." E. To Sheet A10, make the following changes: 1. At Exterior Signage Schedule location 2.1 and 2.2, add text copy for signs to also say, "LUBBOCK INTERNATIONAL AIRPORT" and add remarks for each to read: "Text _ fonts and type as indicated on elevation." F. On Sheet D1, Note the following: 1. To "General Notes" add the following notes: "E. AT POLE SIGN DEMOLITION, EXISTING PAVEMENT IS ASPHALT EXCEPT WHERE INDICATED AS CURB OR WALKWAY WHICH IS CONCRETE. EXISTING SIDEWALK AT j" TERMINAL CANOPY IS EXPOSED AGGREGATE. F. ALL EXISTING SIGNS TO BE REMOVED IN LANDSCAPED AREAS SHALL HAVE ENTIRE SIGN, POST, AND FOOTING REMOVED. FILL, COMPACT AND RE -SOD TO MATCH EXISTING AT THESE AREAS. G. ALL EXISTING POLE SIGNS TO BE REMOVED IN PAVED AREAS, WHEN SHALL HAVE SIGN REMOVED. POSTS SHALL 2711-96 ADDENDUM 1 r PAGE 2 OF 18 1. t BE CUT OFF BELOW 'dkADE LEVEL AND TOP FILLED AND t PATCHED TO MATCH $XISTING ADJACENT SURFACES. F H. ALL EXISTING TUBE STEEL `BLADE -TYPE' SIGNS TO BE REMOVED WHICH ARE SET IN PAVED AREAS SHALL HAVE FOUNDATION REMOVED TO MIN. I %0" BELOW EXISTING GRADE. FILL EXISTING ADJ. SURFACES, COMPACT, AND PATCH TO MATCH." 2. At signage legends for both ground and second levels, the title of legends shall be renamed as "SIGNAGE DEMOLITION LEGEND —" and note to side of Legend Title to be replaced with note to read: "ALL SIGNS NOTED SHALL BE REMOVED - INCLUDING POSTS, AND ASSOCIATED HARDWARE UNLESS NOTED OTHERWISE. ALL POSTS, FOOTINGS, AND HARDWARE TO BE DISPOSED OF BY CONTRACTOR. ALL SIGN FACES SHALL BE SALVAGED TO OWNER." G. On Sheet E.1 1. Replace 4 existing signs under airport drive up canopy, with sign type 12. Refer to sheet A.1 for exact location. Connect to existing circuit and provide all necessary connection for a complete operation. 2. Add the following General Note: "J-box to serve sign types 2, 3, and 9 shall be located 6" above grade and mounted to base of sign. Verify exact location with electrical engineer at job site prior to installation." 3. Add the following General Notes: "Verify existing and exact location of all underground utilities and service prior to any excavation." 4. Add the following General Notes: "Wiring and associated conduit to be removed at existing electrical signs where sign indicated to be demolished. 5. Add note: For all site trenching for electrical work through existing paved areas, refer to attached Supplemental Drawing No. 4. H. On Sheet E.2 1. Change note 1, to read as follows: "Replace existing clock with Lathem Digital wall clock model no. DDC4-5. Provide coverplate to cover previous opening and patch newly exposed finishes to match adjacent finishes. Provide all necessary connection for a complete operation." 2. Change note 17, to read as follows: "2 #12 & #12 GR in 1/2" C to new 20A, 120V circuit created by office area demolition." (office area demolition by others - not in contract.) I. On Sheet E.3, add the following General Note: "On all existing signs being refinished electrical contractor will provide all necessary reconnections for a complete operation." J. On Sheet E.4, for Detail #1, refer to Supplemental Drawing No. E.1. K. On Sheet E.5, for Detail #3, refer to Supplemental Drawing No E.2. L. On Sheet E.7, at detail labeled "Sign Lighting Details, "refer to Supplemental Drawing No. E-3. 2711-96 F ADDENDUM l PAGE 3 OF 18 FII. CHANGES TO SPECIFICATIONS: A. In the Notice to Bidders, first paragraph, change bid dated from the 29th day of August, 1996 to the 4th day of September, 1996. B. In Additional Instructions to Bidders, Item IB-10, replace with the following: IB-10 BASIS OF AWARD Award of this contract, will be made on the basis of the low, responsive, responsible bid, received in accordance with the General Instructions to Bidders, including the total BASE BID and any combination of ADDITIVE ALTERNATES 1 through 3 based on the availability of funds. C. In the Special Conditions, SC-5.3, fourth paragraph, change "... minimum five (5) year F employment..." to read, "...minimum ten (10) year employment...". D. Section 10350, Flagpoles: 1. Paragraph 2.2-D: Delete this paragraph. 2. Paragraph 2.3-A: Revise paragraph to read, "Final Ball: Manufacturer's standard flush -seam ball, 5" diameter." E. Bid Submittal Unit Price Bid Contract, Exhibit A - Proposal: Replace this section with attached revised "Exhibit A". F. Section 16140 - Wiring devices, add the following paragraph. "2.16 FIRE -RATED POKE THROUGH DEVICES: A. Description: Factory fabricated and prewired assembly of below floor junction box unit with multichanneled, through floor raceway/firestop unit and flush service outlet assembly. B. Size: Selected to fit nominal 3 inch cored holes in the floor and matched to the floor thickness. C. Fire Rating: Unit shall be listed and labeled to match the, fire rating of the floor. D. Flush Power/Communication Fitting: One 20A duplex receptacle and telephone/data outlet, verify color with the Architect. Hubbell P77F or approved equivalent. E. Closure Plug: Arranged to close unused 3 inch cored openings and reestablish the fire rating of the floor. Shall be readily removable and reusable." G. For clarifications of Item 1 on the Proposal, add the following: ITEM 1, SUPERVISION, BONDS AND GENERAL CONDMONS All work covered by this item will be paid for at the contract lump sum price of "Supervision, Bonds and General Conditions". Partial payments for the item "Supervision, Bonds, and General Conditions" will be made as follows: 2711-9b ADDENDUM 1 PAGE 4 OF 18 15 percent of the lump sum price will be paid on each of the 6 partial pay estimates, and 10 percent of the lump sum price will be paid on the final pertial pay estimate. All such payments will be made less the retainage as provided for in Division 90-06 of the General Provisions. END OF ADDENDUM NO. 1 2711-96 ADDENDUM 1 PAGE 5 OF 18 "SIT A" PROPOSAi, CITY OF LUBBOCK IMPROVEMENTS FOR SIGNAGE AND GRAPHICS AT r„ LUBBOCK WTERNATIONAL AIRPORT f A.I.P. Project No. 348-0138-17 , 1996 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 1. 1 Supervisions, Bonds and General Conditions per L.S. lump sum: Dollars and Cents ($ ) r The total amount for Item 1 consists of - MATERIALS: $ LABOR: $ 2. 1 Exterior Signage Demolition, complete, per lump L.S. sum: and Dollars Cents ($ ) $ The total amount for Item 2 consists of: MATERIALS: $ LABOR: $ 3. 1 Interior Signage Demolition, complete, per lump L.S. sum: Dollars and Cents ($ ) $ The total amount for Item 3 consists of: MATERIALS: $ LABOR: $ 2711-96 ADDENDUM 1 PAGE 6 OF 18 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 4. 2 Exterior Sign Type 1, evriplete, each: Each Dollars and Cents ($ ) $ The total amount for Item 4 consists of: MATERIALS: $ LABOR: $ 5. 2 Exterior Sign Type 2, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 5 consists of. MATERIALS: $ LABOR: $ 6. 6 Exterior Sign Type 3, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 6 consists of. MATERIALS: $ LABOR: $ 7. 4 Exterior Sign Type 5, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 7 consists of: MATERIALS: $ LABOR: $ 2711-96 ADDENDUM 1 PAGE 7 OF 18 Item Quantity ty No. & Unit Description of Item -and Unit Price Total Amount 8. 3 Exterior Sign Type d, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 8 consists of: MATERIALS: $ LABOR: $ 9. 5 Exterior Sign Type 7, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 9 consists of. - MATERIALS: $ LABOR: $ 10. 10 Exterior Sign Type 8, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 10 consists of. - MATERIALS: $ LABOR: $ 11. 13 Exterior Sign Type 9, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 11 consists of: MATERIALS: $ LABOR: $ 12. 13 Exterior Sign Type 10, complete, each: Each Dollars and Cents ($ ) The total amount for Item 12 consists of. - MATERIALS: $ !! LABOR: $ 2711-96 ADDENDUM 1 PAGE 8 OF 18 i Item Quantity No. & Unit Description of Item and Unit Price Total Amount 13. 15 Exterior Sign Type 11, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 13 consists of: MATERIALS: $ LABOR: $ 14. 4 Exterior Sign Type 12, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 14 consists of: MATERIALS: $ LABOR: $ 15. 9 Exterior Sign Type 14, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 15 consists of: MATERIALS: $ LABOR: $ 16. 8 Exterior Sign Type 15, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 16 consists of: MATERIALS: $ LABOR: $ 17. 5 Exterior Sign Type 16, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 17 consists of - MATERIALS: $ LABOR: $ 2711-96 ADDENDUM 1 PAGE 9 OF 18 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 18. 4 Exterior Sign Type 17, complete, each: Each Dollars and Cents ($ 1 $ The total amount for Item 18 consists of: MATERIALS: $ LABOR: $ 19. 5 Exterior Sign Type 18, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 19 consists of: MATERIALS: $ LABOR: $ 20. 4 Exterior Sign Type 20, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 20 consists of: MATERIALS: $ LABOR: $ 21. 4 Exterior Sign Type 21, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 21 consists of: MATERIALS: $ LABOR: $ 22. 1 Exterior Sign Type 22, complete, each: Each ' Dollars and Cents ($ ) $ The total amount for Item 22 consists of: MATERIALS: $ LABOR: $ 2711-96 ADDENDUM 1 PAGE 10 OF 18 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 23. 3 Interior Sign Type A, complete, each: Each �,. Dollars and Cents ($ ) $ The total amount for Item 23 consists of. MATERIALS: $ LABOR: $ 24. 4 Interior Sign Type B, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 24 consists of: MATERIALS: $ LABOR: $ 25. 15 Interior Sign Type C, complete, each: Each � Dollars and Cents ($ . ) $ The total amount for Item 25 consists of: MATERIALS: $ LABOR: $ 26. 9 Interior Sign Type D, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 26 consists of: MATERIALS: $ LABOR: $ 27. 39 Interior Sign Type E, complete, each: Each Dollars 1 ' 2711-96 and Cents ($ ) $ The total amount for Item 27 consists of: MATERIALS: $ LABOR: $ ADDENDUM 1 PAGE 11 OF 18 ft Item Quantity No. & Unit Description of Item and Unit Price Total Amount 28. 25 Interior Sign Type F, complete, each: Each Dollars and Cents ($ ) $ r a The total amount for Item 28 consists of: MATERIALS: $ 7 LABOR: $ L a 29. 4 Interior Sign Type G, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 29 consists of: MATERIALS: $ LABOR: $ 30. 3 Interior Sign Type H, complete, each: Each r„ Dollars and Cents ($ ) $ r The total amount for Item 30 consists of. MATERIALS: $ f LABOR: $ 31. 22 Interior Sign Type J, complete, each: �- Each Dollars r and Cents ($ ) $ The total amount for Item 31 consists of: MATERIALS: $ LABOR: $ 32. 2 Interior Sign Type K, complete, each: r' Each a Dollars 1: and Cents ($ ) $ The total amount for Item 32 consists of: MATERIALS: $ LABOR: $ l 2711-96 ADDENDUM 1 PAGE 12 OF 18 r i I t . Item Quantity No. & Unit Description of.Item and Unit Price Total Amount 33. 1 Interior Sign Type L, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 33 consists of. MATERIALS: $ LABOR: $ 34. 18 Interior Sign Type M, complete, each: Each r" Dollars t: and Cents ($ ) $ CThe total amount for Item 34 consists of: MATERIALS: $ • LABOR: $ 35. 20 Interior Sign Type N, complete, each: Each Dollars ' and Cents ($ ) $ The total amount for Item 35 consists of: MATERIALS: $ LABOR: $ 36. 12 Interior Sign Type O, complete, each: rDollars Each and Cents ($ ) $ The total amount for Item 36 consists of: MATERIALS: $ r LABOR: $ 37. 4 Interior Sign Type P, complete, each: Each Dollars r t and Cents ($ ) $ The total amount for Item 37 consists of. MATERIALS: $ LABOR: $ I I 2711-96 ADDENDUM 1 PAGE 13 OF 18 Item Quantity No. & Unit Description of Item end Unit Price Total Amount 38. 1 Interior Sign Type Q, Interior Baggage L.S. Information Display System (BIDS), complete, per lump sum: Dollars and Cents ($ ) $ The total amount for Item 38 consists of: MATERIALS: $ LABOR: $ 39. 2 Interior Sign Type R, complete, each Each Dollars r ' and Cents ($ ) $ The total amount for Item 39 consists of: MATERIALS: $ LABOR: $ 40. 18 Interior Sign Type S, complete, each: Each Dollars r and Cents ($ ) $ The total amount for Item 40 consists of: MATERIALS: $ LABOR: $ 41. 9 Interior Sign Type T, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 41 consists of: MATERIALS: $ LABOR: $ F 2711-96 ADDENDUM 1 r PAGE 14 OF 18 4 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 42. 1 Interior Flight Information Display System, Visual L.S. Paging Display System, and Master Clock system, r. complete, per lump sum: Dollars and Cents ($ ) $ The total amount for Item 42 consists of: MATERIALS: $ LABOR: $ 43. 1 Cost for Insurance Policy, as specified in L.S. Paragraph SC-17 of the Special Provisions, for the lump sum price of: Dollars and Cents ($ ) $ The total amount for Item 43 consists of. MATERIALS: $ LABOR: $ Breakdown of Materials and Labor Incorporated into i the Project: ■ Total Materials to be incorporated into the project for Base Bid, $ ■ Total Labor, superintendence, equipment, i supplies, etc., as necessary to construct the project (Base Bid) $ r TOTAL BASE BID $ ADD ALTERNATES ALT 1. 5 ea. Interior Sign Type I.1 thru I.5, Graphic Feature, complete, each: Dollars and Cents ($ $ The total amount for Item Add Alternate 1 t" consists of: MATERIALS: $ �+ LABOR: $ 1 2711-96 ADDENDUM 1 r PAGE 15 OF 18 L: ' E Item Quantity No. & Unit Description of Item 9nd Unit Price Total Amount ALT 2. 4 ea. Interior Sign Type I.6 thru I.9, Graphic Feature, complete, each: Dollars and Cents ($ ) $ The total amount for Item Add Alternate 1 consists of: MATERIALS: $ LABOR: $ r" ALT 3. 1,350 Clerestory Windows Light Shading Film, S.F. including removal of existing window shades, complete, each: Dollars and Cents ($ ) $ r The total amount for Item Add Alternate 1 consists of: MATERIALS: $ LABOR: $ TOTAL BASE BID $ TOTAL ADDITIVE ALTERNATE 1 $ TOTAL ADDITIVE ALTERNATE 2 $ TOTAL ADDITIVE ALTERNATE 3 $ TOTAL BASE BID PLUS ADDITIVE ALTERNATE $ 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 hereby agrees to commence work under this contract within 10 days of a date to be specified in written "Notice to Proceed" and to complete the work if awarded within the time frames specified in Paragraph SP-3 of the Special Provisions. Bidder further agrees to pay as liquidated damages, the sums stated in Paragraph SP-3 of the Special Provisions for each consecutive calendar day thereafter as provided in the General Conditions. 2711-96 ADDENDUM 1 � F PAGE 16 OF 18 r Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Bidder acknowledges receipt of the following addendum: rEnclosed with this Proposal is a Cashier's or Certified Check for ` Dollars ($ ) or, a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the Proposal is accepted by the Owner within sixty (60) days after the date advertised for the reception of bids and the undersigned fails to execute the contract or required bonds with the Owner, under the 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. Contractor (Sea] if Bidder is By Corporation) Address ATTEST: Secretary NOTE: Do not detach this Proposal from this binding but submit intact. Fill in all blank spaces in this and accompanying forms and include prol2er bid security. 2711-96 ADDENDUM 1 PAGE 17 OF 18 r r r LIST OF SUBCONTRACTORS Minority Owned Yes No 1. 2. — 3. 4. 5. 6. 7. 8. 9. 10. 2711-96 ADDENDUM 1 PAGE 18 OF 18 F SUPPLEMENTAL DRAWING � NO. F.-I /' NO SCALE: NORTH � 7 SUPPLEMENTAL DRAWING 3 NO F.-2 E.5 NO SCAlE: NORTH T_ 1 -1 .mil --1 , .. s _�7 1 ,�A 7-1 --1 ---1 -1 --1 ---1 --1 ---1 --i --1 MOUMTED TO BACK Or S*K HOUSE 277Y BALLAST. HEMA 30 EMCLOSURH TO DE CAST ALIMMM ARM MOUNT. ATTACHED WITH A SCREWS. 3/4' RICO CONDUIT I,' LEADS PROVIDED AMD PALLED THROUGH WITEGRAL WRlEWAY ABOVE THE IITLRMAL REFLECTOR GENERAL NOTES: 1. COORDINATE INSTALLATION OF ALL LKaHTING FIXTURES WITH 3GH INSTALLER. PROVIDE ALL LA509 A'0 MATERI.ALS FOR A COMPLETE INSTALLATION. 2. VERIFY EXACT MOUNTING OF NEMA 9R ENCLOSURE AT JOSSITE. FUTURE TYPE x 1/4' NIPPLE WELDED TO BACK OF POLE_ PROVOED BY MAMUPACTURE. SUPPLEMENTAL DRAWING NO E-3 NO SCALE EATEM TO MEMA M EMCLOSURE. WIDTH OF CONCRETE t 4" 6" WIDTH OF DITCH 6" 4" 1 EXISTING BASE 1 1/2" OT MIX EXISTING PAVEMENT, /z • a . m Z_ CONCRETE ok000 PS1� 0 N TACK COAT BACKFILL Ij j - SCHD 40 CASING SKIDS STRAPPED WITH WOOD TO MAINLINE 'c I t REMOVING & REPLACING_ ASPHALT PAVEMENT NO SCALE ti SUPPLEMENTAL DRAWING NO E-4 Ir r r PARICHII.L, SMITH & COOPER, INC. ENGINEERS ■ ARCHITECTS ■ PLANNERS 4010 AVENUE R, LUBBOCK, TEXAS 79412 (806) 747-0161 0 FAX (806) 747-7146 ADDENDUM NO. 2, August 29, 1996 RE: Signage and Graphics Improvements at Lubbock International Airport Lubbock, Texas TO: Plan Holders - 8.z9 9r. &Y-0- 2.25.97 This Addendum including attached 'Exhibit A' form a part of the Contract Documents and modifies the original Bidding Documents dated August 7, 1996 as noted below. I. CHANGES TO THE DRAWINGS A. Sheets A2 and A4, Sign Type 'I' - Plan: 1. Change 76'-0" East/West dimension at masonry wall to 54'-0" N.T.S. 2. Change 60'-0" North/South dimension at masonry wall to 42'-0" N.T.S. 3. Change 36"-2 1/4" East/West dimension at aluminum composite panel clad wall to 24' 2 1/4" N.T.S. The 4'-8" dimension locating the aluminum composite panel wall remains unchanged. B. Sheet A2: 1. Sign Type W - Elevation: Clarification: The I5'-0" vertical dimension is to be taken from the high point of the crown of the street. Delete the 20'-6" vertical dimension. �.. 2. Sign Type ' 10% Sign Type 10 is not to be internally illuminated. Sign is to have die -cut reflective text. 3. Sign Type 'I' - Plan: Change 50'-0" To Back of Existing. Curb - Regis St. dimension to 52'0". 4. Sign Type '1' - Keyed Notes, Note 5: Add to note, "tfs" Joint with Backer rod and Sealant at top and sides. 5. Sign Types '2-10' Keyed Notes, Note 10, after "lazer cut" add, "or computer cut by router". C. Sheet A3: 1. Detail 1/Al Change detail title to read: "Sign Type '2'-Section". 2. In Elevation Notes, note 2, change note to read: "3" dia. ASTM A 53 type S steel post with welded top cap, welds ground smooth". D. Sheet A4, Details 1/A4 and 2/A4: At precast coping, back side of coping to be 8" thick, with top sloped 3/8", and face thickness of 7 5/8". E. Sheet A8, Sign Type 'S' - Elevation: Change sign note to read: "Exist. Plas. Lam. Sign to Be Re -clad With Blue Color Plas. Lam. and Vinyl Die taut Letters as Scheduled." II. CHANGES TO SPECIFICATIONS A. In the Proposal, make the following revisions to signage quantities: Sign Type 10: 14 Each; Sign Type A: 4 Each; Sign Type E: 41 Each. B. In the Proposal, add Item No. 41.1: Exterior Sign Type 19. Replace appropriate page with revised page, Exhibit A, including herein. END OF ADDENDUM NO.2 2711-96 ADDENDUM 2 FPAGE 1 OF 2 EXHIBIT A r F Quantity & Unit Description of Item and Unit Price Total Amount 38. 1 Interior Sign Type Q, Interior Baggage Information L.S. Display System (BIDS), complete, per lump sum:_ Dollars and Cents ($_ 1 $ The total amount for Item 38 consists of: MATERIALS: $ LABOR: $ 39. 2 Interior Sign Type R, complete, each Each Dollars and Cents ($ 1 $ The total amount for Item 39 consists of. MATERIALS: $ LABOR: $ 40. 18 Interior Sign Type S, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 40 consists of. MATERIALS: $ LABOR: $ 41. 9 Interior Sign Type T, complete, each: Each Dollars and Cents ($ ) $ The total amount for Item 41 consists of: MATERIALS: $ LABOR: $ 41.1 1 Exterior Sign Type 19, complete, each: Each Dollars and Cents ($ 1 $ The total amount for Item 41.1 consists of: MATERIALS: $ LABOR: $ 2711-96 ADDENDUM 2 PAGE 2 OF 2 r- PARKH LL, SMITH & COOPER, INC. atD ARCy/ ENGINEERS ■ ARCHITECTS ■ PLANNERS ) v£� J► 4010 AVENUE R, LUBBOCK, TEXAS 79412 (806) 747-0161 a FAX (806) 747-7146 W ADDENDUM NO. 3, August 30, 1996 a s lll02 Q RE: Signage and Graphics Improvements at Lubbock International Airport Lubbock, Texas 83v•9lo' 2.28 97 TO: Plan Holders This Addendum including attached 'Exhibit A' form a part of the Contract Documents and modifies the original Bidding Documents dated August 7, 1996 as noted below. I. CHANGES TO THE DRAWINGS A. Sheet A7, FID/Directory Plans, Elevations, Sections, Details and notes: Replace with revised drawings on Exhibit A included herein. END OF ADDENDUM NO. 3 Al300GAI jo.k A l i o l £: G VV E— d3S 96. SKIS ed 2711-96 ADDENDUM 4 PAGE 1 OF 4 F F TYPE 'A.1—A.4' — SIDES r CONCOURSE FID/DIRECTORY a SCALE: 1 /T =1'-0" A.3 do A.4 TYPE 'A.1—A.4' — VERT SECTION CONCOURSE FID/DIR. 1 /A7 SCALE: 1 It =1'-0° FMILLWORK NOTES: AS DESIGNATED BY. &—, I~ 1 2x WOOD BLOCKING, TYP 2 PIAM ON 3/4' PLYWOOD, TYP ALL EXPOSED SURFACES 4 PLAM OPLY 3 WOOD FLUSH ACCESS DOOR r SS 5 W MEi1C LATCH E 6 FLUSH MOUNTED HINGES 7 FiDS—VERIFY SIZE WITH FIDS SUPPLIER BAC 8 RECESSED QUADRAPLEX J—BOX FOR POWER do DATA s 1/r coNourr, TYP 10 R QUADRAPLEX J—BOX, FOR POWER do DATA 0 'A' do 'B' 11 QUADRAPLEX J—BOX AT LOCATION B FOR POWER & DATA 12 RECESSED FRAMELESS ILLUMINATED LOCATION PLAN OF TERMINAL 13 ALUMINUM GRILLE; PAINT TO MATCH PLAM 14 TOP OF CABINET AT A.3 do A.4, 8'—r AFF 15 Cxlle STRAIGHT RESILIENT BASE 16 OPAQUE 1/,V THIK PLEXIGLAS 17 2x SHELF JOISTS 18 TOP EDGE OF BULKHEAD 19 .0 VINYL ADHESIVE LETTERS 20 2 1/2'X1/4' ACRYLIC DIMENSIONAL LETTERS 21 SURFACE MOUNTED ACRYLIC BROCHURE RACK 22 2x BLOCK)NG, PLAM CLAD 23 PAINT NON —CLAD, CONCEALED INTERIOR SURFACES. SATIN BLACK r rr� —LIT SIGN SUBMIT FOR APPROVAL — MULTI —COLD EXHIBIT 'A' — ADDENDUM N0.3 SIGNAGE do GRAPHIC IMPROVEMENT PSC JOB 1 03271196 F 7 I~ i SIGN TYPE 'A' - PLAN CONCOURSE FID/DIRECTORY 5/A7 SCALE: 1 1'-(f 5/A7 4*4000 SIGN TYPE 'A' - FRONT ELEVATION CONCOURSE FID/DIRECTORY SCALE: 1 /2" =1'-T EWBIT 'A' - ADDENDUM NOZ SIGNAGE k GRAPHIC IMPROVEMENT PSC JOA ni7711a6 L 'r J Las r- ---- -1 r - -- � I 2! I I 6 1 I 1 8 1 I 2 1 I /y r 4 4 r_7. rl 1 11- SIGN TYPE 'A' - PLAN C CONCOURSE FID/DIRECTORY 4/A7 SCALE: 112 =1 -(' 9 r-� SIGN TYPE 'A' - REAR ELEVATION CONCOURSE FID/DIRECTORY ._ EKHIBtT 'A' -ADDENDUM N0.3 SCALE: 1 /Z" =1'-O" SIGNAGE & GRAPHiC IMPROVEM PSC JOB 1 03271196 CITY OF LUBBOCK INVITATION TO BID FOR TITLE: SIGNAGE AND GRAPHIC IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT ADDRESS: LUBBOCK, TEXAS BID NUMBER: 13668 PROJECT NUMBER: 9253.9200 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX k 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS �•• 3. BID SUBMITTAL — BID FOR UNIT PRICE CONTRACTS +*� 4. PAYMENT BOND 5. PERFORMANCE BOND r 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. SPECIFICATIONS 10. SPECIAL CONDITION NOTICE TO BIDDERS NOTICE TO BIDDERS r• BID #13668 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 29th day of August, 1996, or as changed by the issuance of formal addenda to all planholders, to fumish all labor and materials and perform all work for the construction of the following described project: "SIGNAGE AND GRAPHIC IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT r After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 26th day of September. 1996, at the Municipal Building, 1625 r 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of Parkhill, Smith & Cooper, 4010 Avenue R, Lubbock, Texas 79412, (806) 747-0161 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of 4^ Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. r There will be a pre -bid conference on the 22nd day of August, 1996 at 10:00 o'clock a.m. in the Blue Room, l„ Lubbock International Airport, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings r" and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 767-2281 at least 48 hours in advance of the meeting. C TY OF LUBB CK ^ ICTOR KILL AN PURCHASING MANAG l i r GENERAL INSTRUCTIONS TO BIDDERS F 1 2. GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the SIGNAGE AND GRAPHIC IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by i the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. ! 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: RON SHUFFIELD SENIOR BUYER CITY OF LUBBOCK P.O. BOX 2000 r• LUBBOCK, TX 79457 " FAX (806)767-2164 r r S. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 180 (ONE HUNDRED EIGHTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 6. PAYMENT r" All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 9 7. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 0- 8. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods �- set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 9. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any J and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). t 10. PLANS FOR THE CONTRACTOR �- The contractor will be furnished one set of plans and specifications, and related contract documents for his use m during construction. Plans and specifications for use during construction will only be furnished directly to the i Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or rothers, as required for proper prosecution of the work contemplated by the Contractor. t 11. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A swom statement of the current financial condition of the bidder. (c) Equipment schedule. 12. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. r t The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. �• 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or r other underground structures which might or could be damaged by Contractor during the construction of the i project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 14. EARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of r- barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. �- 15. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from r the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, F". or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given r sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 16. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the � work is in progress under this contract. The successful bidder shall be required to furnish the name, address and 7 telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. r- 17. INSURANCE 9 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All r, policies shall contain an agreement on the part of the insurer waiving the right to subrogation. i r r The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations In connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. The insurance certificates fumished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proofrof coverage insurance documents including workers compensation coverage for each subcontractor. 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. ( In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. E 19 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site r of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, swom, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as f shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. r 1 22. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases In the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. PREPARATION FOR BID The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both In words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (0 General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. ®) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. r 7 L, I 23. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order ,.. to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to f complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. 7 4 ADDITIONAL INSTRUCTIONS TO BIDDERS I13-1. BID FORMS j' Bid shall be submitted on the Proposal form in the bound specifications. The complete i 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, Financial Statement, 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. EXPERIENCE RECORD, EQUIPMENT SCHEDULE AND FINANCIAL STATEMENT The Experience Record and Equipment Schedule included herein, shall be filled in, showing completed jobs, of a similar nature to the one covered by the Proposal, and the work in progress with contract and bond amounts and percent complete. 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 finance and construct the work. This statement shall be enclosed with the Proposal in a separate envelope and will be returned to the Bidder upon return of his bid security. I13-3. 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 maximum bid submitted, payable without recourse to the City of Lubbock, Texas. If a Bid Bond is submitted as bid security, it shall be 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. 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. 113-4. 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, in the sum of 100% of the total contract price, 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. I13-5. INTERPRETATION OF BIDS No bid will be considered which fails to supply all information indicated, or which has r my 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 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. A e r 7 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-6. 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. IB-7. EXAMINATION OF SITE, PLAN AND SPECIFICATIONS i 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. Contact Mark Earle, Director of Aviation (806-767-3125), to schedule a site examination visit. IB-8. INTERPRETATION OF SPECIFICATIONS PRIOR TO BIDDING Any questions arising during the advertising period as to the 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-9. PRE -BID CONFERENCE A pre bid conference is scheduled as noted in the Notice to Bidders. At this time, all �^ interested bidders will be requested to appear and present any questions they may have pertaining to this project. All bidders are urged to attend the pre -bid conference if scheduled because they will be charged with notice of the matters discussed therein. IB-10. BASIS OF AWARD Award will be made for this contract on the basis of the low responsive, responsible bid, based on the availability of funds. IB-11. AVAILABILITY. OF PLANS 4 A. For Bidders It is intended that all parties with an interest in the type of work included in the n project covered by these documents be given a reasonable opportunity to examine the documents and prepare a bid or subbid. Documents may be examined without charge as noted in the Notice to Bidders. Drawings for general distribution are full-size (24" x 36") drawings. Complete sets of r documents may be obtained from the Engineer upon request, accompanied by a deposit of $75.00. t r Upon return of the documents to the Engineer in good condition within 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 five (5) sets of full-size drawings and five (5) 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 construction will 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 $35.00 per set Single Sheets of Drawings $ 3.00 per sheet Specifications $50.00 per set IB-12. 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-13. PLANT LOCATION AND STORAGE AREA Contractors bidding on the work included in this contract who desire to locate a material storage area or other similar facility on the airport property may secure such site, buildings or areas by direct negotiation with the Director of Aviation. IB-14. DISQUALIFICATION OF BIDDERS r' Any one or more of the following causes may be considered as sufficient for the I disqualification of bidder and the rejection of his bid or bids: r 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. by the Proposal. Fail= to submit a unit price for each item of work for which a bid price is required Lack of competency as revealed by the financial statement submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. 7 r l 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-15. 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. I13-16. EXECUTIVE ORDER -EQUAL OPPORTUNITY CLAUSES A. RRe ui:md Notices for Contracts Over $10.000. The regulations and orders of the Secretary of Labor, OFCC, AND FAR 152.61 require 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, and 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. 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. 5. Notice of requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended). 7 a. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 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 female participation in each trade 6.9 % 7 L Goals for minority participation in each trade 19.6% 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 its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals,- shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. c. The contractor shall provide written notification to the Director, OFCCEP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; 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. d. As used in this notice and in the contract resulting from this solicitation, the "covered area" is City of Lubbock, Lubbock County, Texas. r" B. Contracts in Excess of 50.000. For bids relating to 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. C. Additional Notices for $1 Million Contracts. For each contract which results in a bid of $1 million or more: 1. Preward Equal Qpportunity 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 r subcontracts of $1 million or more will be subject to full, on -site, preaward 11. 4, r equal opportunity 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 per . 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. 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 suborganizations 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 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, F 7 F 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 offer 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 contract goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disadvantaged individuals is ten percent of the dollar value of this contract. After opening of bids, the apparent successful bidder will be required to submit the r' names and addresses of DBE firms that will participate in the contract along with a description of r 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. A bid that fails to meet these requirements will be considered nonresponsive. Arrangements between bidder/proposer and a DBE in which the DBE promises not to provide sub -contracting quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith effort to replace a DBE sub -contractor that is unable to perform successfully with another DBE sub -contractor. The bidder shall establish and maintain records and submit regular reports, as E required, which will identify and assess progress in achieving DBE sub -contract goals and other DBE affirmative action efforts. r i. r F r 7 WAGE. LABOR„ EEO. SAFETY AND GENERAL REQUIREMENTS IsftILIN (Federal Aviation (FAA) Rests) A Airport aad Ahvay Inpr a"=Mt Program Project. The work in this contract is included in Airport Improvement Project No. 3-48-0138-17 which Is being undertaken and accomplished by the City of Lubbock . (Sponsor) In accordance with the terms and conditions of a grant agreement between the 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.I..100-223) and Part 152 of the Fedend 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. Ile 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 Assrgaaxat The contractor shall obtain the prior written consent of the 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. A4 Veterans Prtlerena:. 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 S1S(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 wbich the employment relates. A-S Withholding: Sponsor from Contradw. Whether or not payments or advances to the _ _ City of Lubbock (Sponsor) re withheld or suspended by the FAA, the 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 tabours and mechanics employed by the contractor or any subcontractor on the work, the full amount of wages required by this contract. A-6 Noapaymcat 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 Lubbock (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. (2192) FAA — 1 O A-7 FAA iasperlim 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 A-8 SabcoabiKi& 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 wblch they may enter into, together with a clause requiring this Insertion in any further subcontracts that may In turn be made. A-9 Coatrac t ternivatkm- Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. (49 CFR Part 19). A-10 Impectioa of Records. The contractor shall maintain an acceptable cost .accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any books, documents, paper, and records of the contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. (49 CFR Part 18). A-11 Rights to Inventioms. All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor. (49 CFR Part 18). A-12 General CITU Rights Previsions - The contractor assures that It will comply with pertlnent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This pro,ision binds the contractor from the bid solicitation period through the completion of the contract. (Section 520, Airport and Airway Improvement Act of 1982). (2192) FAA — 2 SECTION B DAVLS-BACON ACT REQULREhAEMS (29 CFR PART 5) 13-1 Maaaaa. Wages. (a) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Libor under the Copland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained In the Rage determination of the Secretary of Labor which is 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 mechanks. 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 laborers or mechanics, subject to the provisions of paragraph (B-1)(d) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the war determination for the classification of work actually performed, without regard to skill, except as provided In 29 CFR Part 55(a)(4). Laborers or mechanics performing work in more than one classification may bye compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work Is performed. The wage determination (including any additional classification and wage rates conformed under (Li-1)(b) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (b) (1) The contracting officer shall require that any class of laborers; or mechanics which is not listed in the wage determination and which Is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met- (1) The work to be performed by the classification requested is not performed by a classification In the wage determinations; and (ii) The classification is utilized in the area by the construction Industry, and (111) The proposed wage rate, including any bona fide [tinge 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 employed In the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount -designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, US. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so r.. advise the contracting officer or will notify the contracting officer within the 38-day period c. (2192) L FAA — 3 2 that additional time Is necessary. (Approved by the Office of Management and Budget under OMB Control Number 121S-0140). (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for flings benefits where appropriate), the contracting officer shall refer the questions, Including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30.day period that additional time is ntcxssary. (Approved by the Office of Management and Budget under OMB Control Number 121S-0140). (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (B-1)(b)(2) or (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 an hourly rate, the contractor shall either pay the benefit as stated In the wage determination or shall pay another bona fide fringe benefit or an hourly rash equivalent thereof. (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside In a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 121S-0140). B-2 WdkUdding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to David -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. to the event of failure to pay any laborer or mechanic, including any apprentice, tralnee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have cased. B-3 Pgrolls and basic rtieoorrls. (a) Payrolls and basic -records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics wonting at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in I(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR S.S(a)(1)(iv) that the wages of any laborer or (2192) FAA — 4 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 trainers under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the ` apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (29 CFR 5S(a)(3)(l) (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (b) (1) The contractor shall submit weekly, for each week in which any contract work Is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph SS(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH-347 Is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. G:)vernment Printing Oilier, Washington, D.C20402. The prime 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 submitted shall be accompanied by a 'Statement of Compliance,' signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (I) That the payroll for the payroll period contains the information required to be maintained under paragraph B-3 (a) above and that such Information Is correct and complete; (if) 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 dinwdy 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; (lii) That each laborer or mechanic has been paid not less than the applicable wage rates and hinge 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 (b)(2) of this section. (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 19 and Section 231 of Title 31 of the United States Coda (c) The contractor or subcontractor shall make the records required under paragraph B»3 (a) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to Interview employees during working hours on the job. if the contractor or subcontractor fairs to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, { sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further b (2192) FAA — 5 payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. Bet Appneat crs and TrWnem (a) Apprentices. Apprentices will be permitted to work at kss than tive predetermined rate for the work they performed when they are employed pursuant to and Individually registered In a bona Ilde apprenticeship program registered with the US. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not kss than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project In a locality other than that in which Its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's bourty rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified In the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits In accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until _ an acceptable program Is approved. (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 US. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainer 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 hinge beaetits for apprentices. Any employee listed on the payroll at a trainee rate who Is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site In excess of the ratio permitted under the registered program shall be paid not kss than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Trainlag 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. (2192) FAA — 6 I PM p F�k S (c) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. B-5 Comphaare With Copelasd Ad Rogaingnegts- rThe contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference In this contract. ... The contractor or subcontractor shall.insert in any subcontracts the clauses contained In 29 CFR Part 5S(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate Instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part S.S. 13-7 CoarpRamm Rath Davis -Bacon and Rdated Act Reg iremesis. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and S are !" herein incorporated by reference in this contract t Y M Dispot&s C�_ng 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 S, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. B-9 CatiSation of Eligibility. (a) By entering Into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm Is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (b) No part of this contract shall be subcontracted to any person or Hrm 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 US. Criminal Code,18 US.C.1001. B-10 Coatrad Terriiastioa: Debarsseat A breach of the contract clauses in paragraph B•1 through B-9 of this section and paragraphs C-1 through C. 5 of Section C may be grounds for termination of the contract, and for the debarment as a contractor and a subcontractor as provided In 29 CFR 5.12. (2192) FAA — 7 S zSEMON C CONTRACT WORSHOURS AND SAF1r'IY STANDARDS ACT REQUIREMENTS (29 CFR PART S) C-1 0"nlia a Rcqamnarta- 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 such laborer or mechanic, LneludLng watchmen and guards, in any workweek in which he or she is employed on sock work to work in excess of forty hours In such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. C-2 Viofatioa; Liability for Unpaid Wages; I.i"Ukted Ila—am In the event of any violation of the clause set forth in paragraph C-1 above, the contractor or any subcontractor responsible therefor shall be liable for the unpaid *"es. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, Including watchmen and guards, employed In violation of the clause set forth in paragraph C-1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work In excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph C-1 above. C-3 Wr&Wding for Unpaid Wages and L kluldaled Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withbeld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to. satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth In paragraph C-2 above. C-4 Sabcoatrsdors. Ile contractor or subcontractor shall Insert In any subcontracts the clauses set forth In paragraphs C-1 through C4 and also a clause requiring the subcontractor to Include these clauses In any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth In paragraphs C-1 through C4. C-s Worb,g CA.ditioas.. No contractor or subcontractor 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) Issued by the Department of Labor. (2192) FAA — 8 r SECTION D EQUAL EM DYMENr OPPORn NM (41 CFR PART 60-L4(b)) During the performance of this contract, the contractor agrees as follows: D-1 The contractor will not discriminate against anyemployeeorappiiamtforemploymentbemuse of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shill indude, but not be limited to the following: Employment, upgrading, demotion,ortransfer,recr, uJMentorrecrultmentadvertishW, 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. D-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. D-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 workers' representatives of the contractor's commitments under this section, and shall post copies of the notice In conspicuous places available to employees and applicants for employment_ D4 The contractor will comply with all provisions of Executive Order IU46 of September 24,1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. DS The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the r administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. D-6 In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts In accordance with procedure authorized in Executive Order 11M of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11M of September 24,1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (2192) l FAA 9 D-7 ne contractor will include the portion of the sentence immediately preceding paragraph D- 1 and the provisions of paragsapbs D-1 through D-7 in every subcontract or purchase order — unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The eoniractorwll take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance: Provided., however, that In the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the . contractor may request the United States to enter into such litigation to protect the interests of the United States. (2192) FAA — 10 Z 4. SECnON E e CLEAN AIR AND WATER POIJAMON CONI2tOL REQUIREMEKIS r &I 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, Item P-M, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from Department of Transportation, Distribution Unit, TAD4843, Washington, D.C. 20590. E-2 Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract Is not listed on We Environmental Protection AV:ncy (EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 US.C. I857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 US.C. 12SI et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified In Section 114 and Section 308 of the Acts,respectivety, and all other regulations and guidelines issued thereunder, c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract Is under consideration to be listed on the EPA L1st of Violating Facilities; d. To include or cause to be included In any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. (2192) FAA — 11 SF,MON F STANDARD FEDERAL EQUAL EMPLOYMENT OPPOR'TUNrrY CON.4IMUMON CONTRACT SPECIFICATIONS (41 CFR 6D43) 1. As used in these specifications: a. 'Covered area' means the geographical area described in the soUcItation 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, US. Treasury Department Form 941; d. 'Minority" includes: (1) Black (all) persons having origins In any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins In any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affillations 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 $1000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and ._ which is set forth In the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60.45) 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 to the Plan. Contractors shall be able to demonstrate their participatlon In and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good Wth performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided In paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should -reasonably be able to achieve In each construction trade In which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals (1192) FAA — 12 r I 2 established for the geographical area where the work Is being performed. Goals art published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting ot5cers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. S. 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 IU46 or the regulations promulgated pursuant thereto. 6. In order for the nonworking training boors of apprentices and bmineees to be caanted In meeting the goals, such apprentices and trainees shall be employed by the contractor during the. training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their r•• training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the US. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and In all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations When the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such Individual. if such individual was sent to the union hiring hall for referral and was not r. referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented In the rile with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide Immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other Information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly Include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. k r (1192) FAA — 13 M f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by Including it in any policy manual and collective bargaining agreement; by publicizing It in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year, and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under thm specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions Including specific review of these items with onsite -supervisory personnel such a superintendents, general foremen, etc, prior to the initiation of construction work at any job site. A written record shall be made and maintained Identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including It in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. 1. Direct Its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. J. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 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, worst 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 a. 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 associatlons. (1192) FAA — 14 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. S. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a 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 fulydling any one or more of Its obligations under 7a throul;1z 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 taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been establisbed. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both -minority and nonminority. Consequently, If the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. M. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the OMce of Federal Contract Compliance Programs. Any contractor who falls to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor falls to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 604.8. 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 r., 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. r" 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). (1192) FAA — 15 SECTION G COMRACIUAL REQUUMMEM PURSUANT TO CIVIL RIGSTB ACT OF 1964, Ti'IIE VI (49 CFR PART 21) During the performance of this contract, the contractor, for Itself, Its assignees and succr9sors in Interest (hereinafter referred to as the "contractor") agrees as follows: i. Compliance with Regulations. The contractor shall comply with the Regulations relative to nonALwrimination In federally assisted programs of the Department of Transportation (hereinafter, "DOT') Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. NonALwrimination. The contractor, with regard to the work performed by It daring the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contactor shall not participate either directly or Indirectly In the discrimination prohlblted by section 21S of the Regulations, including employment practices when the contract covers a program set forth In Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed undera subcontract, Including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the eontmctor°s obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. -- 4. Information and Reports. The contractor shall provide all Information and reports required by the Regulations or directives Issued pursuant thereto and shall permit access to Its books, records, accounts, other sources of information, and Its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and Instructions. Where any Information required of a contactor is in the exclusive possession of another who falls or refuses to furnish this Information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts It has made to obtain the Information. S. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall Impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contact, in whole or in part. 6. Incorporation of Provisions. The contractor shall Include the provisions of paragraphs 1 through S in every subcontract, Induding procurements of materials and leases of equipment, unless exempt by the Regulations or directives Issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions induding sanctions for noncompliance. Provided, however, that in the event a contractor becomes Involved in, or Is threatened with, (2192) FAA 16 C , I P a l 2 r litlption Frith a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litiption to protect the Interests of the sponsor and, In addition, the contractor may request the United States to enter Into such litigation to protect the Interests of the United States. P G„ i (2192) FAA — 17 SECTION H TER UNATION OF CONTRACT (49 CFR PART 19) 1. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fuMU the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination b for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated prolit on unperformed services. 3. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment In the contract price shall be made as provided in paragraph 2 of this clause. 5. 'Ile rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract (2192) FFA — 18 SE,MON I BUY AMERICAN - SIM. AND MANUFACIURED PRODUCTS FOR CONMUCTION CONTRACTS (Avktioa Sakq aad Capacity Expaadon Ad of 1990) (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, j subcontractors, materialmen, and suppliers to the performance of this contract, as defined is (b) below. (b) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 64 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies r incorporated directly into steel and manufactured products. 3. Cost of Components. This means the cost for production of the components, exclusive of final assembly labor costs. (2192) 7, FFA — 19 DISADVANTAGED BUSINESS @IiTW SE CONTRACT MOVISIONS (49 CFR PART 23) PART A Policy. It is the policy of the Department of T=spoMtlon (DOT) that diasdvantaged 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 cinder 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 ensnn 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 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 Entrprise (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 disavantaged Individuals Is teeI percent of the dollar value of this contract. After opening bids, the apparent successful bidder will be required to submit the names and addresses of the DBE firms that will participate in the contract along with a description of the work to be performed by each named firm and the dollar value for each contract (subcontract). If the responses _ do not clearly sbow DBE participation will meet the goals above, the apparent successful bidder must 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 falls to meet these requirements will be considered nonresponsive. Agreements between bidder/proposer and a DBE in which the DBE promises not to provide sub -contracting quotations to other bidders/proposers are prohlblted. All bidders and proposers shall make a good faith effort to replace a DBE subcontractor that Is unable to perform successfully with another DBE subcontractor. The bidder shall establish and maintain records and submit regular reports, as required, which will ldentlfy and assess progress In achieving DBE subcontract goals and other DBE affirmative action efforts. (2192) FFA — 20 L L� L-� t [.. •07-18-1996 i5:28 617 222S989 TEXAS ADO P.02 General Decision Number TX960015 r, superseded General Decision No. TX950015 State TEW Construction %wez., BUILDING r- County (ies) s LUBBOCK BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) . (Use current heavy & highway general wage determination for Paving & Utilities Incidental to r Building Construction), t' Modification Number 0 1 2 Publication Date 03/15/1996 05/31/1996 06/14/1996 TX960015 - 1 06/14/1996 •07-18-1996 15:29 817 2225989 TEXAS ADO L. P.03 COUNTY(ies): LUSBOCK CARP1884A 07/01/1993 Rates Fringes CARPENTERS 12.50 2.73 MILLWRIGHTS 13.00 2.73 rlirrrrrr--.r---r----rrrrwr--rl..rlrrrr--r...rrrrr----------rr--r r -! ELEC0850A 05/301/1996 Rates Fringes ELECTRICIANS 14.60 3.20+3.25% f PLUM0629A 06/01/1996 .Rates Fringes PLUMBERS: Mechanical contracts over $150,000 15.70 2.88 Mechanical contracts $150,000 or lees 10.50 1.59 l- SFTX0669A 01/01/1995 Rates Fringes SPRINKLER FITTERS 18.23 5.78 ---------------------------------------------------------------- SUTX2048A 03/16/1992 Rates Fringes ACOUSTICAL CEILING AND DRYWALL MECHANICS 10.00 .25 BRICKLAYERS 11.74 GLAZIERS 9.50 LABORERS 5.95 LATHERS 11.17 MASON TENDERS 6.25 PAINTERS 10.50 PLASTERERS 11.17 POWER EQUIPMENT OPERATORS: Backhoe 10.50 .42 ROOFERS 9.71 SHEET METAL WORKERS (Including duct work) 8.80 .69 -------------r---r-----r WELDERS - Receive rate prescribed for the craft performing operation to which welding is incidental. -- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after TX960015 - 2 06/14/1996 07-16-199S Is:29 817 2225989 TEXAS ADO P.04 t. r- award only as provided in the labor standards contract clauses (29 CPR 5.5(a)(1) (v)) • . In the listing above, the "BUI designation means that rates r listed under that identifier do not reflect collectively bargained gags and fringe benefit rates. Other designations indicate unions whose rates hhve been determined to be prqivailing. END OP GENERAL D$CISION r- t: C` r TX960015 - 3 I; 06/14/1996 07-18-1996 15:29 817 " 989 TD= ADO P.05 f Il General Decision Number TX960028 Superseded General Decision No. TX950026 State: TEXAS construction Type: - HIGHWAY ... ,.... ' county(ies)s ..' ECTOR POTTER TOM GREEN r LUBBOCK RANDALL MIDLAND TAYLOR r 4 HEAVY.(excluding tunnels 6 dams) and HIGHWAY PROJECTS (does not include building structures in rest area pro5ects). 'Modification Number Publication Date 0 03/15/1996 0 03/15/1996 i t r� TX960028 1 03/15/1996 07-16-1996 15:30 817 2225989 COUNTY (ices) : ECTOR POTTER LUBBOCK RANDALL MIDLAND TAYLOR BUTX2037A 11/13/1991 ASPHALT HEATER OPERATOR ASPHALT RAKER ASPHALT SHOVELER BATCHING PLANT WEIGHER CARPENTER CONCRETE FINISHER -PAVING CONCRETE FINISHER STRUCTURES ELECTRICIAN FLAGGER FORM BUILDER -STRUCTURES FORM SETTER -- PAVING & CURB FORM SETTER -STRUCTURES LABORER -COMMON LABORER UTILITY MECHANIC OILER SERVICER PIPE LAYER ASPHALT DISTRIBUTOR OPERATOR ASPHALT PAVING MACHINE BROOM OR SWEEPER OPERATOR BULLDOZER CONCRETE PAVING CURING MACHINE CONCRETE PAVING FINISHING MACHINE CONCRETE PAVING JOINT SEALER CONCRETE PAVING SAW CONCRETE PAVING SPREADER REINFORCING STEEL MACHINE SLIPFORM MACHINE OPERATOR CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL LESS THAN 1 1/2 C.Y. CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL 1 1/2 C.Y. & OVER CRUSHER OR SCREENING PLANT OPERATOR FOUNDATION DRILL OPERATOR CRAWLER MOUNTED FOUNDATION DRILL OPERATOR TRUCK MOUNTED FRONT END LOADER - 2 1/2 C.Y. & LESS FRONT END LOADER - OVER 2 1/2 C.Y.. TEXAS ADO TOM GREEN Rates $7.467 7.267 6.400 9.799 6.153 7.496 8.148 10.000 5.500 8.021 6.300 7.839 6.018 7.102 10.282 6.233 7.623 7.000 7.972 8.187 6.411 7.963 9.100 8.075 7.750 10.063 9.100 6.500 9.000 8.574 10.043 7.500 9.000 10.750 7.458 7.669 Fringes . 1 P.06 r f TX960028 - 2 03/15/1996 r r• 07-18-1996 15:30 817 2225989 P.07 F I HOIST - DOUBLE DRUM MOTOR GRADER OPERATOR FINE GRADE MOTOR GRADER PAVEMENT HARKING MACHINE PLANER 6PERATOR ROLLER, STEEL WHEEL PLANT MIX PAVEMENTS ROLLER, STEEL WHEEL OTHER, FLATWHEEL OR TAMPING ROLLER, PNEUMATIC SELF-PROPELLED SCRAPER-17 C.Y. & LESS SCRAPER -OVER 17 C.Y. SIDE BOOM TRACTOR -CRAWLER TYPE 160 HP AND LESS TRACTOR -CRAWLER TYPE OVER 150 HP TRACTOR - PNEUMATIC REINFORCING STEEL SETTER PAVING REINFORCING STEEL SETTER STRUCTURES STEEL WORKER - STRUCTURAL SPREADER SOX OPERATOR BARRICADE SERVICER WORK ZONE TRUCK DRIVER -SINGLE AXLE LIGHT TRUCK DRIVER -SINGLE AXLE HEAVY TRUCK DRIVER -TANDEM AXLE SEMI TRAILER TRUCK DRIVER-LOWBOY/FLOAT TRUCK DRIVER -TRANSIT MIX WELDER 6.100 10.343 9.635 9.150 10.458 6.828 - 6.474 6.455 7.546 7.655 6.360 7.290 10.750 7.422 7.926 9.086 9.000 7.332 6.500 6.592 6.791 7.130 6.668 6.891 11.827 -------�•-�-------------- ---------------- ----------------- ------- 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 raj (1) (v)) . -------------------------- =----------------------- -------------- In the listing above, the "SU" designation.means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. END OF GENERAL DECISION TX960028 - 3 03/15/1996 No Text r BID SUBMITTAL UNIT PRICE 810 CONTRACT •� PLACE. Lubbock, Texas DATE: September h, 1996 PROJECT NUMBER: 13668 - SIGNAGE AND GRAPHIC IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT Bid of Lee Lewis Construction, Tnc_ (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: he Bidder, in compliance with your invitation forbids forthe construction of a Improvements for Signare and ranhics At Lubbock International Airport having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated in Exhibit W. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this bid. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 180 (ONE HUNDRED EIGHTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS), for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the .dding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the ,clans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid: as provided in the contract documents. ders are required, whether or not a payment or performance bond is required, to submit a cashiers check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Percent ($ ) or a Bid Bond in the sum of SZ 6—AR —Dollars ($ SMG49 ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond of any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of'said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. j Bidder understands and agrees that the contract to be executed by Bidder t be bound and include all contract documents made available to him for his inspection in accordance with the idders. i uthorized Signature (Printed or Typed Name) A IFE I *is Construction, Inc. Company F. 0. Box 65197 Address Lubbock Lubbock City, Texas County 79h13 State Zip Code Telephone: 806 —797-8ho0 Fax: 606 797-8h92 (Seat if Bidder is a Corporation) ATTE G, Secretary I ' ~=IlBi l A" PROPOSAL A CM OF LUBBOCK IMPROVEMENTS FOR SIGNAGE AND GRAPHICS AT LUBBOCK ETMRNATIONAL AIRPORT 7o A.I.P. Project No. 348-0138-17 Sentember h 1996 Item Quantity No. & Unit Description of Item and Unit Price Total Amount BASE BID 2. 3. 1 Supervisionsagd�s��sE L.S. lump sum: Al/NE" fWX 710VIW7y Dollars /Zo, 930. _m and A10 Cents ($ The total amount for Item 1 consists of: MATERIALS: $ 9.Z,t9`�-t—� LABOR: $ 2 e; j 9 30 1 Exterior Signage Demolition, complete, per lump L.S. sum: 4E&UI445g'j ,%Noc.rs#*SAJa 1A11_--Y T"t UAJIW E7 Dollars and _ X-010 Cents ($ % g __00 ) $ J0,900 The total amount for Item 2 consists of. MATERIALS: $ 1, 11300 LABOR $ :2 !e O U 1 Interior Signage Demolition, complete, per lump L.S. sum• Dollars and O 00 Cents ($ $ 4 ) The total amount for Item 3 consists of: MATERIALS: $ S ?.A4:f> LABOR: $ —:34ay 2711-96 ADDENDUM 1 PAGE 6 OF 18 $ 8(oO 0 r ` Item Quantity tY No. & Unit Description of Item and Unit Price Total Amount 7 4. 2 Exterior Sign Type 1, complete, each: Ems/ t Each �` 7 _AVIG r OCAS,HAd0 Dollars and �(� Cents ($ SSOOO ) $ 1�70 .0o0 If The total amount for Item 4 consists of. - MATERIALS: $ /0 Z. O 00 .. LABOR: $ 8 000 5. 2 Exterior Sign Type 2, complete, each: r Each SI o f 0%m is -kco l ; f�f� tAl kQizMQ:� Dollars and cO Cents ($ SOo ) $ 3.0, 0 CD The total amount for Item 5 consists of: MATERIALS: $ S 0 ©O o LABOR: $ =-&-7 goO 0 r, 6. 6 Exterior Sign Type 3, complete, each: Each — Dollars and ace Cents ($ . / rd l o o s108 422C) The total amount for Item 6 consists of MATERIALS: $ oa .. LABOR: $ D0O 7. 4 Exterior Sign Type 5, complete, each: rf MR Each �/, 1VYl6 du"VASO Dollars PLaeffio o and o° Cents ($ 3g00 ) $` S 600 The total amount for Item 7 consists of. • MATERIALS: $ CA-0 O LABOR: $ Co20O i" E 2711-96 ADDENDUM 1 r PAGE 7 OF 18 Item Quantity No. & Unit Description of Item and Unit Price Total Amount 8. 9 10. 11. 3 Exterior Sign Type 6. complete, each: Each VET T,go Dollars and 00 (00 Cents ($ 3S�OEx� 5 Each 10 Each 13 Each The total amount for Item 8 consists of. MATERIALS: $.000 LABOR: $ L 00CD Exterior Sign Type 7, complete, each:�E 6604tSW0 Fes. &4"WaQ Dollars 0 �& O6 0 and 0ab Cents ($ '�'Z�G ) $__ � The total amount for Item 9 consists of: MATERIALS: $ 11v.000 LABOR: $ /D.ODd Exterior Sign Type 8, complete, each:c,G UV - - D M ( N - Dollars and ''//o o Cents ($ 4-Ab ) $ O O The total amount for Item 10 consists of. MATERIALS: $ 2S 0 0 LABOR: $ 'Z-00 0 Exterior Sign Type 9, complete, each: RQ(45A 4A0 Dollars and ° / ec Cents ($ 1001) ) $ / 3, 0a o The total amount for Item 11 consists of- �• MATERIALS: $ In 00 j LABOR $ S ZO p 12. •a-3" Exterior Sign Type 10, complete, each: Each n7'H0(4<,AAA0 SEVeldU Dan Dollars r and_ °a !� Cents ($ 'Z7oo ) $ 3? Soo The total amount for Item 12 consists of. MATERIALS: $ ZZ,r goo a : LABOR: ,2711-96 ADDENDUM I �"' PAGE 8 OF It Item Quantity No. & Unit Description of Item and Unit Price Total Amount 13. 15 Exterior Sign Type 11. complete, each:N104EF Each r flumwao fiverti Dollars l pO and o6 Cents ($ 9?U ) $ �3 gs0 The total amount for Item 13 consists of: MATERIALS: $ 834G.42 PM LABOR: $ S (n o 0 14. 4 Exterior Sign Type 12, complete, each: W-O Each r1Y0(15^M0 PM !31% AUNAW-4M70 Dollars and —Cents ($ 'WOO ) $ io4-0 0 The total amount for Item 14 consists of: MATERIALS: $ WO LABOR: $ 0 0 15. 9 Exterior Sign Type 14, complete, each: due •• Each (�r Dollars 100/ and od Cents ($-o ) $ zgg(00 The total amount for Item 15 consists of MATERIALS: $ a-scoo LABOR: $ / (0 0 0 16. 8 Exterior Sign Type 15, complete, each: u2. Each "wAw'E; Dollars and Oa Oa Cents ($ 4-OO ) $ 9 ZOO The total amount for Item 16 consists of r" MATERIALS: $ 1000 4 , LABOR: $ soon 17. 5 Exterior Sign Type 16, complete, each: SRK Each U mog-go Dollars and 0'/1ob Cents ($ CDflO ) $ 00 The total amount for Item 17 consists of: MATERIALS: $ /a O O LABOR: 2711-96 ADDENDUM 1 r PAGE 9 OF 18 e .. Item Quantity No. do Unit Description, of Item and Unit Price Total Amount 18. 4 Exterior Sign Type 17. complete, each: rw o Each ,14U mwec) Dollars and a I o0 Cents ($ 'Z00 The total amount for Item 18 consists of. MATERIALS: $ SO0 LABOR: $ *g0O 19. 5 Exterior Sign Type 18, complete, each: 04(g Each *Umwao S Svc az1 Dollars and 0! OC' Cents ($ /60 ) $ BOO The total amount for Item 19 consists of: MATERIALS: $ S OO LABOR: $ 3 UO 20. 4 Exterior Sign Type 20, complete, each: Each 914NZAF340 Dollars and oo O C Cents ($ / 00 ) $ `tom' 0 The total amount for Item 20 cpnsists of: MATERIALS: S. LABOR: $ / !o 21. 4 Exterior Sign Type 21, complete, each: fS49 Each and Cents ($ (DSO $ 2Co O a The total amount for Item 21 consists of: MATERIALS: $ /S 0 0 LABOR: $ / / o d 22. 1 Exterior Sign Type 22, complete, each:Each A&-kQRN0 Dollars and ov as Cents ($ AA ) $ ` - 4-0 The total amount for Item 22 consists of: MATERIALS: $ 2q-O LABOR: $ 'ZD r 2711-96 ADDENDUM 1 PAGE 10 OF 19 i Item Quantity No. & Unit Description of Item, and, Unit Price Total Amount 23. 3 Interior Sign Type A, complete, each: Each &DO(SP Dollars ©a and !c<�, Cents The total amount for Item 23 consists of: MATERIALS: $ C3 30 C�) LABOR: $ Co 00 O 24. 4 Interior Sign Type B, complete, each: SJ K Each �" 1"ZIOUS�M� Dollars � d and I 0 Cams ($ �� } $ 24— 000 The total amount for Item 14 consists of: MATERIALS: $ E POO LABOR: $ 16.0000 25. 15 Interior Sign Type C, complete, each: C0NE Each ., and (ea Cents The total amount for Item 25 consists of: ., MATERIALS: $ U, soo LABOR: $ g no o 26. 9 Interior Sign Type D, complete, each: Each 1k6k4 fibf"L)C� Dollars and ! d ob Cents ($ 2eg ) s The total amount for Item 6 consists of: MATERIALS: $ q-p00 LABOR: $ 2C3 27. 39 Interior Sign Type E, complete, each: Mff' 1 Each Aufjwsp f�m$ : A" Dollars i� and ob Cents i, The total amount for Item 27 consists of: r MATERIALS: $ 0I$00 LABOR: $ tuo 2711.96- ADDENDUM 1 r PAGE I I OF 18 r Item Quantity No. & Unit Description of Item and Unit Price Total Amount 28. 25 Interior Sign Type F, complete, each: Each (.tit-LAO Dollars and�4Ob Cents (S S %Soo The total amount for Item 28 consists of: MATERIALS: $ 4igO O LABOR: $ �S00 G 29. 4 Interior Sign Type G, complete, each: Each ACG��-t 1l� Dollars and ` < 00 Cents ($ -*Z(00 The total amount for Item 29 consists of. MATERIALS: $ ffa 0 LABOR: $ J OG3 30. 3 Interior Sign Type H, complete, each: (DA 6 Each f&WS0a"0 ARF, AtAJDAM70 Dollars and t'v(Oc) Cents ($ 150O ) S %UD ` The total amount for Item 30 consists of: MATERIALS: $5400 l LABOR $ 230 0 l 31. 22 Interior Sign Type J, complete, each: Each ► �� ��� Dollars r- and "3kQ Cents ($ S .t The total amount for Item 31 consists of: r- MATERIALS: S 92-0 LABOR: S !o ZO 32. 2 Interior Sign Type K, complete, each: Each s Ye!4TY Dollars and o 0 0 o cents S 0--o The total amount for Item 32 consists of. MATERIALS: $ so LABOR: $ !aa I 2711-96 ADDENDUM 1 r PAGE 12 OF 18 Item Quantity No. & Unit Description. of Item and Unit Price Total Amount 33. 1 Interior Sign 'Type L, complete, each: Each Dollars and �� IOd Cents ($ 'Z 0 The total amount for Item 33 consists of: MATERIALS: $ LABOR: S. 190 34. 18 Interior Sign Type M, complete, each: Each M1 of cTy �y� _ Dollars and 6L1.00 Cents ($ 9! ) $-71 0 rThe total amount for Item 34 consists of. MATERIALS: $ / OZ O ►- LABOR: $ !c 9 0 35. 20 Interior Sign Type N, complete, each: Each E Y4951�" " Dollars and fa Oo Cents ($ % O ) $ (`nn-o d i The total amount for Item 35 consists of: MATERIALS: $ (54•0 f 4 LABOR: $ ds &a 36. 12 Interior Sign Type O, complete, each: (VN4E r. Each SI iK t_Nla2£s� 0�'� Dollars ., a and Ots Cents ) r g20 The total amount for Item 36 consists of: MATERIALS: $ S O LABOR: $ " I'7 0 37. 4 Interior Sign Type P, complete, each: Each ` J �J M i Hof 1G l!—af- Dollars and 0 0X00 Cents ) $ 8 O The total amount for Item 37 consists of. MATERIALS: $ f4-1 LABOR: $ / SO r� 2711-96 ADDENDUM l r" PAGE 13 OF IS 7 EXMIT A Quantity & Unit Description of item and Unit Price Total Amount 38. 1 Interior Sign Type Q, Interior Baggage Information L.S. Display System (BIDS), complete, per lump sum:_ 06 and11406 Cents (S OHO ) S 2$ 00 O The total amount for Item 38 consists of MATERIALS: S 1-7.000 LABOR: S H1'.000 39. 2 Interior Sign Type R, complete, each Each �e Y:�Nc L4 Dollars and ©e/IctD Cents ($ 770 ) S The total amount for Item 39 consists of MATERIALS: $ f3 0 LABOR: S 400 40. 18 Interior Sign Type S, complete, each: Each j AT UN,D�t3 �l E•I�.TY Dollars and oa Cents ($ 1 °� ) $ v4-Z o The total amount for Item 40 consists of. - MATERIALS: $2O So LABOR $ 13'i 0 41. 9 Interior Sign Type T, complete, each: iv O Eachu� Dollars and 0�11� Cents ($ 2i 0 1 S ( S90 41.1 1 Each The total amount for Item 41 consists of - MATERIALS: $ U30 LABOR: $ 760 Exterior Sign Type 19, complete, each:` jlibuSg"n Due ij�oa(et> S s-%4e trL4 Dollars and 00 Cents ($ S +n O The total amount for Item 41.1 consists of. MATERIALS: $— +Zs O 0 LABOR: $ l C0'7 O �- 2711-96 ADDENDUM 2 PAGE 2 OF 2 A r t: Item Quantity No. & Unit Description of Item and Unit.Price Total Amount 42. 1 Interior Flight Information Display System. Visual L.S. Paging Display System, and Master Clock system, complete, per lumpy sum: (00 uLtWeO Nl�llE30 t l! t4OL SAk4 O Dollars d and Cents 00o ) S 2..1 0 00 The total amount for Item 42 consists of: MATERIALS: S 00 LABOR: S 00 0 43. 1 Cost for Insurance Polity, as specified in L.S. Paragraph SC-17 of the Special Provisions, for the lump sum price of: QOy OS7 L 14WA00Sn Dollars oa and (a _Cents The total amount for Item 43 consists of: MATERIALS: S 1 DO r LABOR: $ ` c — Breakdown of Materials and Labor Incorporated into the Project: ■ Total Materials to be incorporated into the project for Base Bid, S ■ Total Labor, superintendence, equipment, supplies, etc., as necessary to construct the project (Base Bid) S 42- / . TOTAL BASE BID D6700, 7, ADD ALTERNATES ALT 1. 5 ea. Interior Sign Type I.1 thru I.5, Graphic Feature, complete, each: to( 1&US'A&40 ` &Iiwe gamop-a--oDollars and _77100� Cents ($ 6800 ) 00. total amount for Item Add Alternate 1 i consists of: MATERIALS: $ 'Z0OO O r LABOR: $ I .000 li 2711-96 ADDENDUM 1 PAGE 15 OF 18 Item Quantity No. & Unit Description of Item.aad Unit Price Total Amount ALT 2. e: 4 ea. Interior Sign Type 1.6 thru 1.9, Graphic Feature, complete, each: r Dollars and Cents ($ &-7 ) $ 27 DOO r The total amount for Item Add Alternate 1 r' consists of: MATERIALS: $ 1(c1000 LABOR: o Do ALT 3. 1,350 Clerestory Windows Light Shading Film, S.F. including removal of existing window shades, complete, sash; -SA Dollars ba ° fob Cents 8 ) S 10900 j and ($ The total amount for Item Add Alternate 1 consists of: MATERIALS: $ &8()0 LABOR: $ O O F TOTAL BASE BID TOTAL ADDITIVE ALTERNATE 1 TOTAL ADDITIVE ALTERNATE 2 TOTAL ADDITIVE ALTERNATE 3 TOTAL BASE BID PLUS ADDITIVE ALTERNATE Iry 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 hereby agrees to commence work under this contract within 10 days of a date to be specified in written "Notice to Proceed" and to complete the work if awarded within the time frames specified in Paragraph SP-3 of the Special Provisions. Bidder further agrees to pay as liquidated damages. the sums stated in Paragraph SP-3 of the Special Provisions for each consecutive calendar day thereafter as provided in the General Conditions. 2711-96 ADDENDUM 1 PAGE 16 OF 18 f Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Bidder acknowledges receipt of the following addendum: Enclosed with this Proposal is a Cashier's or Certified Check for i Dollars ($ ) or, a Proposal Bond in the sum of (5%) Five Percent <q- AIE�, Dollars ($ S% Af,3 , 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 within sixty (60) days after the date advertised for the reception of bids �.., and the undersigned fails to execute the contract or required bonds with the Owner, under the 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. Lee Le s t ctio Inc (Seal if Bidder is By 11 Corporation) P. 0. Box 65197,& Lubbock, Texas 791s64 Address ATTEST: L�� Secretary NOTE: Do not detach this Proposal from this binding but submit intact. Fill in all blank spaces in this and accompanying forms and include prover bid security. F27l 1-96 ADDENDUM l PAGE 17 OF 18 rR LIST OF SUBCONTRACTORS r Minority Owned Yes No 2. — 3. — 4. — 5. 6. -- 7. 8. 9. — 10. -- i. I I 1 l 2711-96 ADDENDUM 1 PAGE 18 OF 18 I1 Fo SAFECO I r BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERIC/ HOME OFFICE SAFECO PLAZA SEATTLE, WASHINGTON 98185 KNOW ALL BY THESE PRESENTS, That we, LEE LEW I S CONSTRUCT I ON, I NC. as Principal, hereinafter called the Principal, and SAPECO INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK as Obligee, hereinafter called the Obligee, inthesum of FIVE PERCENT OF THE GREATEST AMOUNT BID ----------- ----------------------------- Dollars ($------- 6X------- ), for the payment of which sum well and truly to be made, the said Principal and .the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for S I GNAGE AND GRAPHIC IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT BID NO. 13668 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 such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 29TH day of AUGUST , 19 96 . Witness Witness LEE L T I ON , INC. (Seal) SAFECO URANCE CO Y OF AMERICA By� H WARD COWAN Attorney -in -Pact S-541EP V93 Registered trademark of SAFECO Corporatio PRINTED IN U.S.i REQUIRED LANGUAGE IN PROPOSALS FOR AIP CEO-NTRAm Section 60-1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and if so, whether it has riled with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. in any case in which a bidder or prospective prime contractor or proposed subcontractor which which participated in a previous contract subject to Executive Order 10925,11114. or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be warded unless such . contractor submits a report covering the delinquent period or such other period specified by the FM or the Director, OFCCP. Bid or Proposal Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid or proposal form a statement substantially as follows: The bidder (proposer) shall complete the following statement by checking the appropriate space. The bidder (proposer) bas _ 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 _ has not _ submitted all compliance reports In connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause ram! and has not submitted compliance reports due under applicble filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, 'Employee Information Report EEO -I' prior to the award of contract. Standard Form 100 Is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, be may obtain it by writing to the following address: Joint Reporting Committee 1900 G Street Washington, DC 20506 (2192) C — 25 C r ifiration Regarding Debarment, Suspension, Ineligibility and Volnn union !,offVnerleeror) certifies, by submission of this proposal or acceptance of this contract, that nei ecit or 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 ;r modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, It shall attach an explanation to this solicitation/proposal. Certification Regarding Foreign Trade Restrictions (49 CFR PART 30) 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 valved by the Secretary of Transportation in accordance with 49 CFR 3017, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the.eontractor knowingly procures or subcontracts for the supply of any product or f 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 ehangtA circumstances. The subcontractor agrees to provide immediate written notice to the contractor, If at any time it learns that Its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the �•� award. If it Is later determined that the contractor or subcontractor knowingly rendered an erroneous ji 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 (2192) i C — 26 7, 3 information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictltious, or fraudulent certification may render the maker subject to prosecution under Title 19, United States Code, Section 1001. Bay Amerkm Cerfficatioa (Aviation Safety and Capechy Fxpaeaioa Ask of 1990) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been -produced or manufactured outside the United States. Offerors may obtain from (insert sponsor representative) lists of articles. materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN (2192) C — 27 GENERAL BIDDER'S NAME ADDRESS INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. ,NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS (41 CFR 60-1.8) (1) A Certification of Nonsegregated FacWties 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. (2) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILIIES (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 r= $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. r" (1192) i� C 28 4 2 CERTIFICATION OF NONSEGREGATED FACI1MES Tie 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 be does not permit his employees to perform their services at any location, under his control, where Pgregated facilities are maintained. The federally assisted construction certifies furtber that he will not maintain or provide for his employers any segregated facilities at any of his establishments, and that he will not permit his employees to perform their servim at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated tacllities• means any whiting 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 honing 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 agrees that (except where be 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 exceding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that be will retain such certifications In his Gies. 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. Name and Title of Signer (Please Type) Signature Date NOTE: The penalty for making raise statements in offers is prescribed in 16 U.S.C. 1001. (1192) C — 29 PAYMENT BOND BOND CHECK BEST iRATING tICENS D IR TEXAS j' b" 72c), 3-8 �R ggs STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that OS ¢u %4 ereinafter called the Principal(s), as Principal(s), and SAFECO INSURANCE CO. OF AMERICA (hereinafter called the Suret t s $urety(s , ar h Id d fig bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of- otr ollars ($r J8!,�. 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. f WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the&day of r-- t 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 t as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said 1 contract, then, this obligation shall be void; otherwise to remain in full force and effect; �.. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the i Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said l Article to the same extent as if it were copied at length herein. T IN WIITNESxS.=, the said Principal (s) and Surety (s) have signed and sealed this instrument this dayof �� 19 r SAFECO INSURANCE CO. OF AMERICA f I Surety F rincipal ATTY IN FACT By: (Title) By: (Title) By: (Title) r� i The undersigned Buret pany represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COMan agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. ,%,AFECO INSURANCE CO. OF AAA T surety . By. le> HOWARD COWAN- Approved as to form: ATTY� M FACT City of Lubbock ' y: '. it ttorney r * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing j 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. 7 PERFORMANCE BOND BOND CHECK I'll RATING A� LICENS T AS DATE y Iw STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) t �G C�rn�l d`wc . KNOW ALL MEN BY THESE PRESENTS, thaf � (hereinafter called the Princi al(s), as Princi al s , and ,SAFECO INSURANCE CO. OF AMERICA (hereinafter called the Surety(s), Sur, t ar Icy a firml bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of---0ollars ($91J lawful money of the United States for the payment whereof, t said Principal and Surety bind themselves, and their heirs, administrators, �.. executors, successors and assigns, jointly and severally, firmly by these presents. WHERE -AS, the Principal has entered into a certain written contract with the Obligee, dated thejday of 0— 911A 19 , to 8 - - "d, - A A U 0 /n — and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent R-- as if copied at length herein. P 9 i NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that If the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN IT = S WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of � ti.Q A SAFECO INSUYANCE CO. O ICA Surety V Principal • By: W1&e)LU1r1WUA&LI RD COWAN pTTY IN FACT if By: (Title) By: (Title) By: (Title) F The undersi ne s�xxIIpany represents that it is duly qualified to do business in Texas, and hereby designates' NOW�R$ �OYX nt resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. �» Approved as to Form City of Lubbock r sy: ditikrYAttomey SAFECO 114SURANCE CO.OF.AMERICA Surety *By. AV g/�7) 4itle) OWA� -001NAN ATV IN FACT * 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. IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512)475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. r POWER OF ATTORNEY — F■ KNOW ALL BY THESE PRESENTS: SAFECO INSURANCE COMPANY OF AMERICA GENERAL. INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE. WASHINGTON 98185 No. 8035 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA. each a Washington corporation. does each hereby appp�M etiaanHOWARD COWAN; CARLA ROGERS: KEVIN J. DUNN; MIKE HENTHORN: ANGIE GOFF; MARLA HILL; RON STROMAN, Lubbock. Texas■.■■■■■■■■■■■■■■■■■■■■■■■■■■■■.■■■■■■■■■■■■■■■■■■■■■■■.■■■■■.■■■■■■■■■■. jits true and lawful attorneys) -in -fact. with full authority to execute on its behalf fidelity and Surety bonds or undertakings and other documents of a similar character issued in the course of its business. and to bind the respective company thereby. FiIN WITNESS WHEREOF. SAFECO INSURANCE COMPANY OF AMERICA andGENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents i '1. r , . �..,:. GkL i,4FiY this 4th day of . .January . 19 92 . DAN[) rt L CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 'Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President. any Vice President. the Secretary. and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations. shalt each have authority to appoint individuals as attorneys -in -tact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment. the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company. the seat, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: provided. however, that the seat shall not be necessary to the validity of any such instrument or undertaking' Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted Judy 28. 1970. r On any certificate executed by the Secretary or an assistant secretary of the Company setting out. p The provisions of Article V. Section 13 of the By -Laws. and 00 A copy of the power -of -attorney appointment. executed pursuant thereto. and 00 Certifying that said power -of -attorney appointment is in full force and effect. I" the signature of the certifying officer may be by facsimile. and the seal of the Company may be a favaimile thereof l R. A. Pierson. Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto. are true and correct. and that both the By -Laws. the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation this NTH day of OCTOBER 19 96, 7177 4 / /CC} Pik'>n.zpf ,a Jf�r//y° a ,.. �4.. 9 '� ✓ 6 .r /1r �'' J � � jj�. dn«9 l J Y . t�i 1 _; - A f Fi : N. SECR THRY S-974/EP V93 �., �r-®„mod' Registered trademark of SAFECO Corporation. CERTIFICATE OF INSURANCE ISSUE DATE (MM/OO/YY) CERTIFICATE OF INSORANC�w 10/7/96 _.: . PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. a.a. 7 1•l,. lYl.xs= i _�r'r'rt?a(:I„ `i 1.:::;' ::':'::'::; COMPANIES AFFORDING COVERAGE i''I:icil.<i.i-lta., "I'tir.`:titi: 79701 COMPANY A LETTER `+'�;•,. I l�.a.�. I�:LI''(+. _IYI:11'':1.f'1tCi1 COMPANY B INSURED LETTER + i'�'. 1...1-.W 1.%3 t.,:(.)I`•I>:.' ��r': L.ii.. I .Li 11-'i ., :L i`I{:.. ,. COMPANY C.... LETTER 1✓ l ., ►.-;:1.11. t- .L {''t 5 r. 6. c) x [:)0l. '' i COMPANY D . L..U.l:)I::'(D k'. LETTERt„ h'•ilt.?. (' aY't= r:: i'i t.P :LI'1i} 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 J 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, i 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 LIMITS TR DATE (MM/DD/YY) DATE (MM/DD/YY) GENERALIIABILITY li,.I`.��'y:i.(1'�? +:.::�. .�:: ;J:L:±':�v �.:'!,'1./0 GENERAL AGGREGATE $ 2i"ti•1(:,,("i,.',il-) COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. i CLAIMS MADEOCCUR. } PERSONAL 8 ADV. INJURY S 00 OWNER'S d CONTRACTOR'S PROT. EACH OCCURRENCE S FIRE: DAMAGE (Any one lire) S:r 1 MED. EXPENSE (Any one Pam') S l-• AUTOMOBILE LIABILITY '` '+ ' '+^: I<. (,..1r• j.'-• �. ra�' :i.:' 'p'`y .I. ;'�i•1 1. ! ':'' : � COMBINED SINGLE _ .._.,_ .L':�1.>._.� �! ANY AUTO _�_. _ LIMIT ALL OWNED AUTOS _ BODILY INJURY _ SCHEDULED AUTOS (Per person) I x. HIRED AUTOS BODILY INJURY _ X NON -OWNED AUTOS (Per aeeident) GARAGE LIABILITY , PROPERTY DAMAGE S EXCESS LIABILITY I• Ii1: IS�`;�!:j!? ``?:.1. ( f't i f.: 'j;`C_, ! `�' !;'"•' EACH OCCURRENCE UMBRELLA FORM AGGREGATE S �..i J(i(•.H Yi rt n . OTHER THAN UMBRELLA FORM lJ.� i1 fi `� :}. {J':. j i j :l. ^?• :L {:' .i.: ` !: +:+ :L ' :L STATUTORY LIMITS WORXEER'S COMPENSATION :' : .''`!;;'i' EACH ACCIDENT AND i:.1.1 f_j (a I" :; i;+(:I DISEASE —POLICY LIMIT $ EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE $ OTHER i DESCRIPTION OF OPERATIONSILOCATIONS/YEHICLES/SPECIAL ITEMS RE: CITY OF LUBBOCK — BID #13668 — SIGNAGE AND GRAPHIC IMPROVEMENTS AT LUBBOCK INTERNATICUAL AIRPORT. ADDITIONAL INSURED IN FAVOR OF THE CITY OF LUBBOCK CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF LUBBOCK EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO P. 0. BOX 2000 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LUBBOCK, TEXAS 79457 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25-S (7/90) CACORD CORPORATION 1990 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 LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS I: GENERAL LIABILITY BODILY INJURY OCC S BODILY INJURY AGO t ° COMPREHENSIVE FORM PROPERTY DAMAGE OCC S PREMISES/OPERATIONS UNDERGROUND & COLLAPSE HAZARD PROPERTY DAMAGE Apo III BI & PD COMBINED OCC S PRODUCTS/COMPLETED OPER BI & PD COMBINED AGO i CONTRACTUAL PERSONAL *WRY AGG $ INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE l PERSONAL INJURY AUTOMOBILE LIABILITY ANY AUTO BODILY INJURY (Pei person) = BODILY INJURY (Per accident) b ALL OWNED AUTOS (PrWtB Pass) ALL OWNED AUTOS (Other than PrWle Passenger) HIRED AUTOS k NON -OWNED AUTOS PROPERTY DAMAGE : BODILY INJURY & PROPERTY DAMAGE S ( I GARAGE LIABILITY EXCESS LIABILITY EA(H OCCURRENCE 3 AGGREGATE S l UMBRELLA FORM $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND STAMORY LIMITS EMPLOYERS' LIABILITY EACH ACCIDENT S DISEASE - POLICY LIMIT S THE PROPRIETOR/ INCL PARTNERSEXECUTNE DISEASE - EACH EMPLOYEE S OFFICERS ARE. EXCL A OTHER BUILDER'S RISK POLICY CIM0442063-01 01/01/96 01/01/97 LIMIT (JOB# ) t ALL RISK W/SPECIFIC DeductibLe:ALL PERIL EXCLUSIONS EXCEPT WIND & HAIL I ' DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS Signage and Graphic Improvements At Lubbock International Airport, Bid#13668)0 DAYS WRITTEN NOTICE OF CANCELLATION 6 J 1,181,800 1,000 5,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Lubbock P.O. Box 2000 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAI UCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Lubbock Tx 79457 OF ANY KIND UP E 2MPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REP F r CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract F I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by Fcontractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this i bid/proposal. �• Agent (Signature) Agent (Print) a Name of Agent/Broker: Address of Agent/Broker: tCity/State/Zip: Agent/Broker Telephone Number: Date: l CONTRACTOR'S NAME: (Print or Type ) FCONTRACTOR'S ADDRESS: 7 NOTE TO AGENTIBROKER If this time requirement is not met, the City has the right to reject this bid/proposal and award the ;., contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806)767-2165. BID #13668 - SIGNAGE AND GRAPHIC IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT 7 r CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; r' (4) obtain from each person providing services on a project, and provide to the governmental entity: pi (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental �^ entity will have on file certificates of coverage showing coverage for all persons providing f services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year I thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: I i REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employers failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom It contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.O ELI L - L- LL� L----� L_:.LL. L:L: � � �.: L ...._.: L � L� L-. �- _ CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26th day of September, 1996, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to _i do so, hereinafter referred to as OWNER, and LEE LEWIS CONSTRUCTION, INC. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID # 13668 - SIGNAGE AND GRAPHIC IMPROVEMENTS AT LUBBOCK INTERNATIONAL AIRPORT-$1,181,800.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, ., insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. t The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. t The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. F i APPROVED A O FORM Attomey i ATTEST: Corporate Secretary Cl' By CONTRACT LEE L CTION, INC. By: PRINTED NAME: LE'r GET TITLE: )@63r- COMPLETE ADDRESS: Lee Lewis Construction, Inc. P.O. Box 65197 Lubbock,Texas 79413 a r F F REQUIRED CONTRACT' PROVISION REGARDING BUY AMERICAN BUY AMERICAN •STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (a) The Contractor agrees that only domestic steel and mannUctured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: 1. Steel and manufactured products. As used In this clause, steel and manufactured products include (1) those produced In the United States or (2) a manufactured product produced in the United States, If the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place In the United States. 2. Components. As used In this clause, components means those articles, materials, and supplies Incorporated directly into steel and manufactured products. 3. Cost of Components. Ibis means the cost for production of the components, exclusive of final assembly labor costs. (2/92) EXPERIENCE RECORD List of Projects similar to that covered by Proposal which Bidder has successfully completed: Amount Date Name and Address Contract Award of Work Completed of Owner List of Projects Bidder is now engaged in completing: Amount of Percent Name and Address Contract Award 'hone of Work. Complete of Owner 2700-95 H - 1 List of Surety bonds in force on the above uncompleted work: Amount of Contract Award Amount of Bond Name of Surety Comp= Bidder By Title Business Address 2700-95 H - 2 EQUIPMENT SCHEDULE The Bidder should list the major equipment which is available and serviceable for use on this work. Portion of work bidder proposes to sublet, if any: Dated at this day of , 1995. By Title 2700-95 1 - 1 No Text t GENERAL PROVISIONS ,.., (FAA AC 150/5370-10A, STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS) Section 10 Definition of Terms 71, Paragrayh 10-01 AASHTO 10-02 Access Road 10-03 Advertisement 10-04 AIP 10-05 Air Operations Area r` 10-06 Airport 10-07 ASTM 10-08 Award 10-09 Bidder 10-10 Building Area 10-11 Calendar Day 10-12 Change Order t 10-13 Contract 10-14 Contract Item (Pay Item) 10-15 10-16 Contract Time Contractor 10-17 Drainage System 10-18 Engineer 10-19 Equipment 10-20 Extra Work 10-21 FAA 10-22 Federal Specifications 10-23 Inspector 10-24 Intention of Terms 10-25 10-26 Laboratory Lighting 10-27 Major and Minor Contract Items 10-28 Materials 10-29 Notice to Proceed ah 10-30 Owner (Sponsor) 10-31 Pavement_ 10-32 Payment Bond II �• 10-33 Performance Bond 10-34 Plans 10-35 Project 10-36 Proposal 10-37 Proposal Guaranty 10-38 10-39 Runway Specifications 10-40 Structures 10-41 Subgrade 10-42 Superintendent 10-43 Supplemental Agreement 10-44 Surety 10-45 Taxiway 10-46 Work 10-47 Working Day Page 1 1 1 1 1 1 1 1 2 2 2 2 2 2 2 3 3 3 3 3 4 4., 4 4 4 4 4 4 4 5 5 5 5 5 r Section 20 Proposal Requirements and Conditions Paragraph Page 20-01 Advertisement (Notice to Bidders) - Deleted 6 20-02 Prequalification of Bidders 6 20-03 Contents of Proposal Forms 6 20-04 Issuance of Proposal Forms 7 20-05 Interpretation of Estimated Proposal Quantities 7 20-06 Examination of Plans, Specifications and Site 7 20-07 Preparation of Proposal 8 20-08 Irregular Proposals 6 20-09 Bid Guarantee 9 20-10 Delivery of Proposal 9 20-11 Withdrawal or Revision of Proposals 9 20-12 Public Opening of Proposals 9 20-13 Disqualification of Bidders 9 Section 30 Award and Execution of Contract 30-01 Consideration of Proposals 11 30-02 Award of Contract 11 30-03 Cancellation of Award 11 30-04 Return of Proposal Guaranty 11 30-05 Requirements of Contract Bonds 12 30-06 Execution of Contract 12 30-07 Approval of Contract 12 30-08 Failure to Execute Contract 12 Section 40 Scope of Work 40-01 Intent of Contract 13 40-02 Alteration of Work and Quantities 13 40-03 Omitted Terms 13 40-04 Extra Work 14 40-05 .,_ Maintenance _of Traffic. ..__ . - - - 14 40-06 removal of Existing Structures 15 40-07 Rights in and Use of Materials Found in the Work 16 40-09 Final Cleaning Up 16 Section 50 Control of Work 50-01 Authority of;the-Engineer 18 50-02 Conformity with Plans and Specifications 18 50-03 Coordination of Contract, Plans and Specifications 19 50-04 Cooperation of Contractor 19 50-05 Cooperation Between Contractors 20 50-06 Construction Layout and Stakes 20 50-07 Automatically Controlled Equipment 20 50-08 Authority and Duties of Inspectors 20 50-09 Inspection of the Work 21 I Cont. Section 50 ,,. Control of Work Paragraph PajZe 50-10 Removal of Unacceptable and Unauthorized Work 21 50-11 Load Restrictions 22 50-12 Maintenance During Construction 22 50-13 Failure to Maintain the Work 23 50-14 Partial Acceptance 23 50-15 Final Acceptance 23 50-16 Claims for Adjustment and Disputes 23 Section 60 Control of Materials 60-01 Source of Supply and Quality Requirements 25 60-02 Samples, Tests and Cited Specifications 25 60-03 Certification of Compliance 26 60-04 Plant Inspection 26 60-05 Engineer's Field Office and Laboratory 27 60-06 Storage of Materials 27 60-07 Unacceptable Materials 28 60-08 Owner Furnished Materials 28 Section 70 Legal Regulations and Responsibility to Public 70-01 Laws to be Observed 29 70-02 Permits, Licenses and Taxes 29 ' 70-03 Patented Devices, Materials and Processes 29 70-04 Restoration of Surfaces Disturbed by Others 29 70-05 Federal Aid Participation 30 70-06 Sanitary, Health and Safety Provisions 30 70-07 Public Convenience and Safety 30 70-08 Barricades, Warning Signs and Hazard Markings 31 70-09 Use of Explosives 32 ` 70-10 Protection and Restoration of Property and Landscape 32 70-11 _Responsibility.for Damage Claims - --- - - 33 70-12 Third Party Beneficiary Clause 33 :,. 70-13 Opening Section of the Work to Traffic 33 70-14 Contractor's Responsibility for Work 34 70-15 Contractor's Responsibility for Utility Service and Facilities of Others 34 70-16 Furnishing Rights -of -Way 36 �. 70-17 Personal Liability of Public Officials 36 70-18 No Waiver of --Legal Rights 36 70-19 Environmental Protection 36 70-20 Archaeological and Historical Findings 36 Section 80 Prosecution and Progress a 80-01 Subletting of Contract 38 80-02 Notice to Proceed 38 I, Cont. Section 80 Prosecution and Pro ress !c Paragraph 80-03 Prosecution and Progress I 80-04 Limitation of Operations 80-05 Character of Workers, Methods and Equipment 80-06 Temporary Suspension of the Work 80-07 Determination and Extension of Contract Time 80-08 Failure to Complete on Time 80-09 Default and Termination of Contract I*" 80-10 Termination for National Emergencies Section 90 Measurement and Payment 90-01 Measurement of Quantities 90-02 90-03 Scope of Payment Compensation for Altered Quantities °I �j 90-04 Payment for Omitted Items 90-05 Payment for Extra and Force Account Work 90-06 Partial Payments 90-07 Payment for Materials on Sand 90-08 Payment of Withheld Funds 90-09 Acceptance and Final Payment 1 1 I' 1 1. tl iI !I: is Paee 38 39 39 40 41 43 43 44 46 49 49 49 50 51 52 53 53 r GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. 10 -07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. }� 10-11 CALENDAR DAY. Every day shown on the calendar. Revision Date: 11/01/90 1 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded•contract shall include, but is not limited to: The Advertisement; The Contract Form The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work•who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work.not provided for in the awarded contract as previously modified by change order or supplemental agreement, but -which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, Revision Date: 11/01/90 2 9F r, FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. ri 10-23 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed,'' "required," R "'permitted," "ordered,'' "designated," "prescribed,'' or i words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is.intended; and similarly, the words "approved,'' "acceptable," "satisfactory,'' or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights,, and illuminating devices used on r or near the airport or to aid in the operation of aircraft I landing at, taking off from, or taxiing on the airport surface. 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-28 MATERIALS. Any substance specified for use in the construction of the contract work. 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. 4 Revision Date: 11/ol/90 3 rt If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the same meaning as the term owner. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit.. 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 20-33 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-34 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-37 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the owner. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; G t�- Revision Date: 11/01/90 4 Im flexible and P rigid pavements; aids; buildings; g g vaults; and, other manmade features of the airport that may be �. encountered in the work and not otherwise classified herein. 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive ,.� and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage -in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 P y Revision Date: 11/01/90 5 1.. SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). A copy of the advertisement is included elsewhere in this bid package. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list'' of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency'' and "evidence of financial responsibility'' to the owner no later " than 10 days prior to the specified date for opening bids. 20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans --specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. Revision Date: 11/01/go 6 F 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal -to a prospective bidder. c. Contractor default under previous contracts with the owner. d. Unsatisfactory work on previous contracts with the owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements''of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and jy tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the �% Revision Date: 11/Ol/90 7 bidder, was obtained and is intended for the owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the owner. All blank spaces in the proposal forms must be correctly filled in where indicated' for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and ✓- numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown If made by a partnership, the name and post office address of each member of the partnership.must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the owner, or if the owner's form is altered, or if any part of the proposal form is detached. �- b. If there are unauthorized additions, conditional or alternate pay items, or irregularitiesofany kind which make the proposal incomplete, indefinite, or otherwise ambiguous. c. if the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the -proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the owner. Revision Date: 11/01/90 8 r ect any irregular proposal and The owner reserves the right to rej the right to waive technicalities if such waiver is in the best ,.-. interest of the owner and 'conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable yr collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. 20-10 DELIVERY OF PROPOSAL. Each -proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future.work.of.the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. c. If the bidder is considered to be in "default'' for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. TRevision Date: 11/01/90 9 7 END OF SECTION 20 Revision. Date: 11/01/90 1. r_. 10 SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid r� prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Ft Until the award of a contract is made, the owner reserves the ?- right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals;- or proceed with the work otherwise. All such actions shall promote the owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to the cited r requirements of the owner. } 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposalguaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF Revision Date: 11/ol/90 11 PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the owner a surety bond or bonds which have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the,full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery'of the fully -- executed contract to the Contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. END OF SECTION 30 Revision Date: 11/01/90 12 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to ' provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and lj shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract )� cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change orders'' issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. -! Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. r Revision Date: 11/01/90 J 13 t, r 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the.air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. Revision Date: 11/01/90 14 9 Z 1 When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform +�+ Traffic Control Devices for Streets and Highways (published by 1 the United States Government Printing Office), unless otherwise specified herein. The.Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractorwill not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the i! maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06' REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, -the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within -the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. !- Revision Date: 11/01/90 15 711 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the ._ excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own.expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., ". or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall Revision Date: 11/01/90 16 remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 Revision Date: 11/01/90 17 SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF TEE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He _ shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the -- project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with -_ the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the -- Contractor in accordance with-the.Engineer's written orders. For the purpose of this subsection, the term ""reasonably close ._ conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict ` Revision Date: 11/01/90 is i r compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity'' is also intended to provide the Engineer with the authority to use good engineering judgment in his/her r- determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and ,.; specifications. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to r facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. _The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and lI specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. ' Revision Date: 11/01/90 19 r.. r, 6- 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional.work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to `r interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors -working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to.that of the others. 50-06 CONSTRUCTION LAYOUT AND STARES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be -- preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part'of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the '- contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Revision Date: 11/01/90 20 P_ F'V Inspectors employed by the owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can bereferred to the Engineer for his/her decision. +^ 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of r� the work and shall be furnished with such information and n assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY.WITH.PLANS AND SPECIFICATIONS of this section. " Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner Revision Date: 11/01/90 21 in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the`Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A`special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work -during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. Revision Date: 11/O1/g0 22 rr 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, �^ depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection �.' of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall ,.. not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work,'another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such Revision Date: 11/Ol/90 23 additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper.opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances: Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 Revision Date: 11/01/90 24 r SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-1, Approved Airport Equipment, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The special conditions or plans contain a listing of airport lighting equipment required for this contract. The listed equipment is to be furnished by the Contractor in accordance with the requirements of this subsection. 60-12 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Revision Date: 11/01/g0 25 Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal'' and the Contractor elects to furnish the specified '"brand name,'' the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal'' material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "'or equal'' is suitable for use in the work. The Engineer reserves.the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining Revision Date: 11/01/90 26 i. i compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. . b. The Engineer shall have full entry at all reasonable ` times to such parts of the plant that concern the manufacture or production of the materials being furnished. ' c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the i plant. r It is understood and agreed that the owner shall have the right to retest any material which has been tested.and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. •c 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the - work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for -storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Revision Date: 11/O1/90 27 7) Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor -shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. No rejected material or assembly,, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. -- 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the owner. owner - furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner -furnished materials shall be included in the unit price bid for the contract item in which such owner -furnished material is used. After any owner -furnished material has been delivered to the �. location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of su-.h owner - furnished material. The owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the Contractor's handling, storage, or use of owner -furnished materials. '- END OF SECTION 60 Revision Date: 11/01/90 28 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70--1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or `authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/hbr employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process,% or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the owner, such authorized work (by others) is indicated in the special conditions, or on the plans. Except as described above, the Contractor shall not permit any individual,,firm, or corporation to excavate -or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency Revision Date: 11/Ol/90 29 rQ �P be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work:by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United Sates Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of.either party to the contract. ' 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. . Attention is directed to Federal,,9tate, and local laws, rules and regulations concerning construction safety and -health standards. The Contractor shall not require any.worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors Revision Date: 11/01/90 30 The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those'of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office) . When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Marking of Paved Areas on Airports. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary t� stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to �. AC 150/5370-2, Operational safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370- 2. y The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. f� Revision Date: 11/01 90 31 l�� Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance r with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. r Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. r. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, ~' neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. Revision Date: 11/01/90 32 r r 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright;.or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the owner for such purpose maybe retained for the use of the owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claimor claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by -any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the owner as described in the special conditions, or on the plans. Upon completion of any portion of the work listed above, such portion shall be -accepted by the -owner -in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. 1° No portion of the work may be opened by the Contractor for public , use until ordered by theEngineerin writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made Revision Date: 11/01/90 33 when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not Claim any added compensation by reason,of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written -acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to.any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTORIS RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF'OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may authorized by the owner to construct, reconstruct or maintain such utility services or Revision Date: 11/01/90 34 facilities Contractor unscheduled r during the progress of the work. In addition, the shall control his/her operations to prevent the interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated in the special conditions, or on the plans. It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to provided shall be cause for Contractor's operations in service or facility. Revision Date: 11/01/90 give the two day's notice hereinabove the Engineer to suspend the the general vicinity of a utility 35 71 Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-16 FURNISHING RIGHTS -OF -WAY. The owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations, 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the owner either personally or as an official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the Contractor of"final acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of -the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such Revision Date: 11/01/90 36 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contract-or's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 Revision Date: 11/01/90 37 .r SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute — orders of the Engineer. Should the Contractor elect to assign his/her contract, said — assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. Revision Date: 11/O1/90 38 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as -provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as described in the special conditions, or on the plans. r- 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The i Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and- specifications. - All workers shall have sufficient skill and experience to perform properly the work assigned to them. `Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the �f Revision Date: 11/01/90 39 f Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or _ equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of ^. payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any Revision Date: 11/01/90 40 4 other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work r, shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). 1 The Engineer shall base his/her weekly statement of contract time charged on the following considerations: 1 (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as ( strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The..Engineer:will not.make charges against the contract time prior to the effective date of the notice to proceed. �I (3) The Engineer will begin charges against the contract time on the first working day after the effective date r-+ of the notice to proceed. Revision Date: 11/01/90 41 (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed l week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered -by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds--it-impossible for reasons -beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Revision Date: 11/01/90 42 ' that in time was specified 's of a Contractor's pleai n valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect,.the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all.extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the .sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or F his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable. portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in his/her contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, 21• will in no way operate as a wavier on the part of the owner of l any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the owner to terminate the contract for any of the following reasons if the Contractor: j a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed,'' or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion ,.. of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the -prosecution of the work, or e. Fails -to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or 1 Revision Date: 11/O1/90 43 T g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the — contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the — owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after _ such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the — contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be. Revision Date: 11/ol/90 44 i considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its r _ obligation for and concerning any just claim arising out of the 1 work performed. 1 i 1 END -OF SECTION 80 Revision Date: 11/01/90 45 SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term '"ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for•material-to•be-passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Revision Date: 11/01/90 46 Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 f F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term '"lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, " lump sum'' work).is.specified.as the .unit of.measurement, the unit will be construed to include all necessary fittings and accessories. 'I ' Rental of'equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the F l Revision Date: 11/01/g0 47 Engineer in connection with force account work will be as,agreed in the change order or supplemental agreemen t When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use., The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing'' (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been " underweighing '' (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. Revision Date: 11/01/90 48 j All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. I When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the (^ Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT'FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract J� item, except major contract items, in the best interest of the owner. ;i Revision Date: 11/ol/90 49 Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the "amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. Revision Date: 11/01/90 50 (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. j (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and. supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be ,.. deducted. when not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. Revision Date: 11 0 / 1/90 51 r r •� It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be - incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer.with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract Revision Date: 11/01/90 52 i r , 06 ` r price for the contract item in which the material is.intended to .-. be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. b.` The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to -the owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. r Revision.Date: 11/01/90 53 0 J• E I After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR -- ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 6 Revision Date: 11/01/90 54 GENERAL CONDITIONS OF THE AGREEMENT T TGENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit LEE LEWIS CONSTRUCTION, INC., who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, under whose supervision these contract documents, including plans and �- specifications, were prepared, and DAVID JONES, DEPUTY DIRECTOR OF AVIATION, who will inspect €I constructions; or to such other representative, supervisor, or inspector as may bE: authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors vrill act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 0 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it Is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. r F 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials fumished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be fumished with one copies of all Plans, Profiles and Specifications 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 periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite 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. 13. LINES AND GRADES All lines and grades shall be fumished by the Owner's Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owners Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said worts and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract, and to any rights of the Contractor to receive any money under this contract. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. r15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials fumished and the work done under this Agreement, and to see that said material is fumished and said work is done in accordance with the specifications therefore. The Contractor shall f^ fumish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the l proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or 4 inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the wort: and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the i Contractor and all risk in connection therewith shall be bome by the Contractor. I The Owner or Owner's Representatives 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 performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be bome by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. i '1 3' Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. IF 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not IF in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally r" planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: 1 Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) percent. In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph i shall apply and the "actual field cost" is hereby defined to Include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, �-- for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, Including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all t— r other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be r determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is,received by the Owners Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owners Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in i Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, 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 or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject I matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and 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 safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and cant' at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $750.000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $750.000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500. 000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance Policy The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $0.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500.000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in ❑ entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. F F 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractors current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the contractor. (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, r (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date bome by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; F F r (b) (c) (d) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation Insurance. This Includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the Identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 51V440-3789 to receive Information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (h) contractually require each person with whom it contracts to provide services on a project, to: . (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (i1) provide a certificate of coverage to the contractor prior to that person beginning work on the project; F (III) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the contractor. (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES 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 suppliers, including commissary, Incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such Indebtedness. Any and all communications between any party under this paragraph must be in writing. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 1 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the t Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into l consideration the average climatic change and conditions and usual industrial conditions prevailing in this locality. r The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner — from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. EXTENSION OF TIME The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then consider such written request and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project. 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the worts embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ � somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. r 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under j this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 7 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses r, incurred by him and for well and truly performing the same and the whole thereof in the manner and according to ( this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective 4 work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection r with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have rnot theretofore been timely filed as provided in this contract. ! 42. PARTIAL PAYMENTS �^ On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application I for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. 7 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. -- 44. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if any) of this contract or required in the specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of '— substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as maybe necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. i^ It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a i bar to any claim by either party, except where noted otherwise in the contract documents. 49. ABANDONMENT BY CONTRACTOR r In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as; provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected In the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner, or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the 11 Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, _ then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the _ risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the •jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, - which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date,of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which ma be encountered in the prosecution of the work shall be m y p , sustained and bome by the Contractor at his own cost and expense. r 54. INDEPENDENT CONTRACTOR r. Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 55. CLEANING UP 6 The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. F I 0 F VI 9 co Z O F- Q U W U U Technical Specifications CITY OF LUBBOCK, TEXAS IMPROVEMENTS FOR SIGNAGE AND GRAPHICS AT LUBBOCK INTERNATIONAL AIRPORT AIP Project No.: 348-0138-17-96 August 1996 rd ROBERT D. ROLLO ...::n::.M..��.. NOMM :iiUMU.N. .2 :aa:e"00�; ==m Parkhill. Smith & Cooper. Inc. ...lam ......,.; 1 L sy?� Li Engineers ■ Architects ■ Planners M� a ...:ii.�....��. QED ARC, ly �L9G i!;hr p zw T7 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS SECTION 01010 - SUMMARY OF WORK PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The Project consists of improvements for signage and graphics at the Lubbock International Airport. 1. Project Location: Lubbock International Airport, Lubbock, Texas. 2. Owner: City of Lubbock. B. Contract Documents, dated August, 1996 were prepared for the Project by Parkhill, Smith & Cooper, Inc. C. The Work consists of demolition and removal of existing site, parking lot and terminal building signage, and replacement with new signage. Work includes FIDS and BIDS system, a clock system, interior wall graphics, and sun screening film on exterior clerestory windows. D. The Work will be constructed under a single prime contract. 1.3 WORK SEQUENCE A. The Work will be conducted in a single phase. 1.4 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy and use by the public. 03271196 SUMMARY OF WORK 01010 -1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS 2. Driveways and Entrances: Keep driveways and entrances serving the premises clear and _ available to the Owner, the Owner's employees,the general public, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on -site. C. Use of the Existing Building: Maintain the existing building in a weathertight condition throughout the construction period. Repair damage caused by construction operations. Take all — precautions necessary to protect the building and its occupants during the construction period. 1.5 OCCUPANCY REQUIREMENTS A. Full Owner Occupancy: The Owner will occupy the site and existing building during the entire — construction period. Cooperate with the Owner during construction operations to minimize conflicts and facilitate owner usage. Perform the Work so as not to interfere with the Owner's operations. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01010 03271196 SUMMARY -OF WORK 01010 - 2 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS F, SECTION 01200 - PROJECT MEETINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary r Conditions and other Division 1 Specification Sections, apply to this Section. 1 1.2 SUMMARY ` A. This Section specifies administrative and procedural requirements for project meetings, PM including, but not limited to, the following: 1. Preconstruction conferences. 2. Preinstallation conferences. 3. Progress meetings. 4. Coordination meetings. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Coordination" for procedures for coordinating project meetings with other construction activities. 2. Division 1 Section "Submittals" for submitting the Contractor's Construction Schedule. 3. Division 7 Section "Built -Up Asphalt Roofing" for preinstallation roofing conferences. 1.3 PRECONSTRUCTION CONFERENCE A. Schedule a preconstruction conference before starting construction, at a time convenient to the Owner and the Architect, but no later than 15 days after execution of the Agreement. Hold the conference at the Project Site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. B. Attendees: Authorized representatives of the Owner, Architect, and their consultants; the Contractor and its superintendent; major subcontractors; manufacturers; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the Project and authorized to conclude matters relating to the Work. C. Agenda: Discuss items of significance that could affect progress, including the following: l 1. Tentative construction schedule. l 2. Critical work sequencing. r 3. Designation of responsible personnel. 1 F03271196 PROJECT MEETINGS 01200 - 1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 4. Procedures for processing field decisions and Change Orders. 5. Procedures for processing Applications for Payment. 6. Distribution of Contract Documents. 7. Submittal of Shop Drawings, Product Data, and Samples. 8. Preparation of record documents. 9. Use of the premises. 10. Parking availability. 11. Office, work, and storage areas. 12. Equipment deliveries and priorities. 13. Safety procedures. 14. First aid. 15. Security. 16. Housekeeping. 17. Working hours. 1.4 PREINSTALLATION CONFERENCES A. Conduct a preinstallation conference at the Project Site before each construction activity that requires coordination with other construction. B. Attendees: The Installer and representatives of manufacturers and fabricators involved in or affected by the installation, and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise the Architect of scheduled meeting dates. 1. Review the progress of other construction activities and preparations for the particular activity under consideration at each preinstallation conference, including requirements for the following: a. Contract Documents. b. Related Change Orders. C. Deliveries. d. Shop Drawings, Product Data, and quality -control samples. e. Review of mockups. f. Possible conflicts. g. Compatibility problems. h. Time schedules. i. Weather limitations. j. Manufacturer's recommendations. k. Warranty requirements. 1. Compatibility of materials. M. Acceptability of substrates. n. Temporary facilities. o. Space and access limitations. p. Governing regulations. q. Safety. r. Inspecting and testing requirements. 03271196 PROJECT MEETINGS 01200 - 2 r T r r LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS S. Required performance results. t. Recording requirements. U. Protection. 2. Record significant discussions and agreements and disagreements of each conference, and the approved schedule. Promptly distribute the record of the meeting to everyone concerned, including the Owner and the Architect. 3. Do not proceed with the installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of Work and reconvene the conference at the earliest feasible date. 1.5 PROGRESS MEETINGS A. Conduct progress meetings at the Project Site at regular intervals. Notify the Owner and the Architect of scheduled meeting dates. Coordinate dates of meetings with preparation of the payment request. B. Attendees: In addition to representatives of the Owner and the Architect, each subcontractor, supplier, or other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with the Project and authorized to conclude: matters relating to the Work. C. Agenda: Review and correct or approve minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the status of the Project. 1. Contractor's Construction Schedule: Review progress since the last meeting. Determine where each activity is in relation to the Contractor's Construction Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to insure that current and subsequent activities will be completed within the Contract Time. 2. Review the present and future needs of each entity present, including the following: a. Interface requirements. b. Tune. C. Sequences. d. Status of submittals. C. Deliveries. f. Off -site fabrication problems. g. Access. h. Site utilization. i. Temporary facilities and services. J. Hours of work. k. Hazards and risks. 1. Housekeeping. 1" 03271196 PROJECT MEETINGS 01200 - 3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS In. Quality and work standards. n. Change Orders. o. Documentation of information for payment requests. D. Reporting: No later than 3 days after each meeting, distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. 1. Schedule Updating: Revise the Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue the revised schedule concurrently with the report of each meeting. 1.6 COORDINATION MEETINGS A. Conduct project coordination meetings -at regular intervals convenient for all parties involved. Project coordination meetings are in addition to specific meetings held for other purposes, such as regular progress meetings and special preinstallation meetings. B. Request representation at each meeting by every party currently involved in coordination or planning for the construction activities involved. C. Record meeting results and distribute copies to everyone in attendance and to others affected by — decisions or actions resulting from each meeting. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01200 03271196 PROJECT MEETINGS 01200 - 4 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SECTION 01300 - SUBMITTALS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submittals required for performance of the Work, including the following: 1. Contractor's construction schedule. 2. Submittal schedule. 3. Daily construction reports. 4. Shop Drawings. 5. Product Data. 6. Samples. 7. Quality assurance submittals. B. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to, the following: I. Permits. 2. Applications for Payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. List of subcontractors. C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Project Meetings" specifies requirements for submittal and distribution of meeting and conference minutes. 2. Division I Section "Quality Control" specifies requirements for submittal of inspection and test reports. 3. Division 1 Section "Contract Closeout" specifies requirements for submittal of Project Record Documents and warranties at project closeout. 03271196 SUBMITTALS 01300 - 1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 1.3 DEFINITIONS A. Coordination Drawings show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or to function as intended. 1. Preparation of Coordination Drawings is specified in Division 1 Section "Coordination" and may include components previously shown in detail on Shop Drawings or Product Data. B. Field samples are full-size physical examples erected on -site to illustrate finishes, coatings, or finish materials. Field samples are used to establish the standard by which the Work will be judged. C. Mockups are full-size assemblies for review of construction, coordination, testing, or operation; they are not Samples. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. a. The Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until all related submittals are received. 3. Processing: To avoid the need to delay installation as a result of the time required to process submittals, allow sufficient time for submittal review, including time for resubmittals. a. Allow 2 weeks for initial review. Allow additional time if the Architect must delay processing to permit coordination with subsequent submittals. b. If an intermediate submittal is necessary, process the same as the initial submittal. C. Allow 2 weeks for reprocessing each submittal d. No extension of Contract Time will be authorized because of failure to transmit submittals to the Architect sufficiently in advance of the Work to permit processing. B. Submittal Preparation: Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. 03271196 SUBMITTALS 01300 - 2 r T r r LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 1. Provide a space approximately 4 by 5 inches (100 by 125 mm) on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. 2. Include the following information on the label for processing and recording action taken. a. Project name. b. Date. C. Name and address of the Architect. d. Name and address of the Contractor. e. Name and address of the subcontractor. f. Name and address of the supplier. g. Name of the manufacturer. h. Number and title of appropriate Specification Section. i. Drawing number and detail references, as appropriate. C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the Architect using a transmittal form. The Architect will not accept submittals received from sources other than the Contractor. 1. On the transmittal, record relevant information and requests for data. On the form, or separate . sheet, record deviations from Contract Document requirements, including variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. 2. Transmittal Form: Use AIA Document G810. 3. Transmittal Form: Use the sample form at the end of this Section for transmittal of submittals. 1.5 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Bar -Chart Schedule: Prepare a fully developed, horizontal bar -chart -type, contractor's construction schedule. Submit within 30 days after the date established for "Commencement of the Work." 1. Provide a separate time bar for each significant construction activity. Provide a continuous vertical line to identify the first working day of each week. Use the same breakdown of units of the Work as indicated in the "Schedule of Values." 2. Within each time bar, indicate estimated completion percentage in 10 percent increments. As Work progresses, place a contrasting mark in each bar to indicate Actual Completion. 3. Prepare the schedule on a sheet, or series of sheets, of stable transparency, or other reproducible media, of sufficient width to show data for the entire construction period. 4. Secure time commitments for performing critical elements of the Work from parties involved. Coordinate each element on the schedule with other construction activities; include minor elements involved in the sequence of the Work. Show each activity in proper sequence. Indicate graphically the sequences necessary for completion of related portions of the Work. S. Coordinate the Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittal Schedule, progress reports, payment requests, and other schedules. 7 03271196 SUBMITTALS 01300 - 3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 6. Indicate completion in advance of the date established for Substantial Completion. Indicate Substantial Completion on the schedule to allow time for the Architect's procedures necessary for certification of Substantial Completion. B. Work Stages: Indicate important stages of construction for each major portion of the Work, -' including submittal review, testing, and installation. C. Cost Correlation: At the head of the schedule, provide a cost correlation line, indicating planned and actual costs. On the line, show dollar volume of Work performed as of the dates used for preparation of payment requests. D. Distribution: Following response to the initial submittal, print and distribute copies to the Architect, Owner, subcontractors, and other parties required to comply with scheduled dates. Post copies in the Project meeting room and temporary field office. 1. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. E. Schedule Updating: Revise the schedule after each meeting, event, or activity where revisions have been recognized or made. Issue the updated schedule concurrently with the report of each meeting. 1.6 SUBMITTAL SCHEDULE A. Auer development and acceptance of the Contractor's Construction Schedule, prepare a complete schedule of submittals. Submit the schedule within 10 days of the date required for submittal of the Contractor's Construction Schedule. 1. Coordinate Submittal Schedule with the list of subcontracts, Schedule of Values, and the list of products as well as the Contractor's Construction Schedule. 2. Prepare the schedule in chronological order. Provide the following information: a. Scheduled date for the first submittal. b. Related Section number. c. Submittal category (Shop Drawings, Product Data, or Samples). d. Name of the subcontractor. e. Description of the part of the Work covered. f. Scheduled date for resubmittal. g. Scheduled date for the Architect's final release or approval. B. Distribution: Following response to the initial submittal, print and distribute copies to the Architect, Owner, subcontractors, and other parties required to comply with submittal dates indicated. Post copies in the Project meeting room and field office. 1. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. 03271196 SUBMITTALS 01300 - 4 F I LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS C. Schedule Updating: Revise the schedule after each meeting or activity where revisions have been recognized or made. Issue the updated schedule concurrently with the report of each meeting. 1.7 DAILY CONSTRUCTION REPORTS A. Prepare a daily construction report recording the following information concerning events at the site, and submit duplicate copies to the Architect at weekly intervals: 1. List of subcontractors at the site. 2. Approximate count of personnel at the site. 3. High and low temperatures, general weather conditions. 4. Accidents and unusual events. 5. Meetings and significant decisions. 6. Stoppages, delays, shortages, and losses. 7. Emergency procedures. 8. Orders and requests of governing authorities. 9. Change Orders received, implemented. 10. Services connected, disconnected. 11. Equipment or system tests and startups. 12. Substantial Completions authorized. 1.8 SHOP DRAWINGS A. Submit newly prepared information drawn accurately to scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not a Shop Drawing. B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns, templates and similar Drawings. Include the following information: iL 1. Dimensions. 2. Identification of products and materials included by sheet and detail number. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full-size Drawings, submit Shop r Drawings on sheets at least 8-1/2 by 11 inches but no larger than 36 by 48 inches. 7. Initial Submittal: Submit one correctable, translucent, reproducible print and one blue- ,.o or black -line print for the Architect's review. The Architect will return the reproducible print. 8. Initial Submittal: Submit 2 blue- or black -line prints for the Architect's review. The Architect will return one print. r 9. Final Submittal: Submit 3 blue- or black line prints; submit 5 prints where required for R maintenance manuals. The Architect will retain 2 prints and return the remainder. r E k 03271196 SUBMITTALS 01300 - 5 C LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 10. Final Submittal: Submit 3 blue- or black line prints and 2 additional prints where required for maintenance manuals, plus the number of prints needed by the Architect for distribution. The Architect will retain 2 prints and return the remainder. a. One of the prints returned shall be marked up and maintained as a "Record `- Document." 11. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.9 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves. 1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with trade association standards. C. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Preliminary Submittal: Submit a preliminary single copy of Product Data where selection of options is required. 4. Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for maintenance manuals. The Architect will retain one and will return the other marked with action taken and corrections or modifications required. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. 5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of Product Data is in the Installer's possession. b. Do not permit use of unmarked copies of Product Data in connection with construction. 03271196 SUBMITTALS 01300 - 6 "- T F r I r r t LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 1.10 SAMPLES A. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture, and pattern. 1. Mount or display Samples in the manner to facilitate review of qualities indicated. Prepare Samples to match the Architect's sample. Include the following: a. Specification Section number and reference. b. Generic description of the Sample. C. Sample source. d. Product name or name of the manufacturer. e. Compliance with recognized standards. f. Availability and delivery time. 2. Submit Samples for review of size, kind, color, pattern, and texture. Submit Samples for a final check of these characteristics with other elements and a comparison of these characteristics between the final submittal and the actual component as delivered and installed. a. Where variation in color, pattern, texture, or other characteristic is inherent in the material or product represented, submit at least 3 multiple units that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. C. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the Work. Such Samples must be undamaged at time of use. On the transmittal, indicate special requests regarding disposition of Sample submittals. d. Samples not incorporated into the Work, or otherwise designated as the Owner's property, are the property of the Contractor and shall be removed from the site prior to Substantial Completion. 3. Preliminary Submittals: Submit a full set of choices where Samples are submitted for selection of color, pattern, texture, or similar characteristics from a range of standard choices. a. The Architect will review and return preliminary submittals with the Architect's notation, indicating selection and other action. 4. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation, and similar characteristics, submit 3 sets. The Architect will return one set marked with the action taken. S. Maintain sets of Samples, as returned, at the Project Site, for quality comparisons throughout the course of construction. 03271196 SUBMITTALS 01300 - 7 I LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. b. Sample sets may be used to obtain final acceptance of the construction associated with each set. B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. 1. Field samples are full-size examples erected on -site to illustrate finishes, coatings, or finish materials and to establish the Project standard. a. Comply with submittal requirements to the fullest extent possible. Process transmittal forms to provide a record of activity. 1.11 QUALITY ASSURANCE SUBMITTALS A. Submit quality -control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality -control submittals as required under other Sections of the Specifications. B. Certifications: Where other Sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a notarized certification from the manufacturer certifying compliance with specified requirements. 1. Signature: Certification shall be signed by an officer of the manufacturer or other individual authorized to sign documents on behalf of the company. C. Inspection and Test Reports: Requirements for submittal of inspection and test reports from independent testing agencies are specified in Division 1 Section "Quality Control." 1.12 ARCHITECT'S ACTION A. Except for submittals for the record or information, where action and return is required, the Architect will review each submittal, mark to indicate action taken, and return promptly. 1. Compliance with specified characteristics is the Contractor's responsibility. B. Action Stamp: The Architect will stamp each submittal with a uniform, action stamp. The Architect will mark the stamp appropriately to indicate the action taken, as follows: 1. Final Unrestricted Release: When the Architect marks a submittal "Approved," the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents. Final payment depends on that compliance. 2. Final -But -Restricted Release: When the Architect marks a submittal "Approved as Noted," the Work covered by the submittal may proceed provided it complies with 03271196 SUBMITTALS 01300 - 8 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS notations or corrections on the submittal and requirements of the! Contract Documents. Final payment depends on that compliance. 3. Returned for Resubmittal: When the Architect marks a submittal "Not Approved, Revise and Resubmit," do not proceed with Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the notations; resubmit without delay. Repeat if necessary to obtain different action mark. a. Do not use, or allow others to use, submittals marked "Not Approved, Revise and Resubmit" at the Project Site or elsewhere where Work is in progress. 4. Other Action: Where a submittal is for information or record purposes or special processing or other activity, the Architect will return the submittal marked "Action Not Required." C. Unsolicited Submittals: The Architect will return unsolicited submittals to the sender without action. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01300 03271196 SUBMITTALS 01300 - 9 T r I r x LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS SECTION 01400 - QUALITY CONTROL PART 1-GENERAL A. 1.2 A. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. SUMMARY This Section includes administrative and procedural requirements for quality -control services. B. Quality -control services include inspections, tests, and related actions, including reports performed by Contractor, by independent agencies, and by governing authorities. They do not include contract enforcement activities performed by Architect. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with Contract Document requirements. D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified inspections, tests, and related actions do not limit Contractor's quality -control procedures that facilitate compliance with Contract Document requirements. - 3. Requirements for Contractor to provide quality -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. E. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Cutting and Patching" specifies requirements for repair and restoration of construction disturbed by inspection and testing activities. 2. Division 1 Section "Submittals" specifies requirements for development of a schedule of required tests and inspections. 1.3 RESPONSIBILITIES A. Contractor Responsibilities: Unless otherwise indicated as the responsibility of another identified entity, Contractor shall provide inspections, tests, and other quality -control services specified r 03271196 QUALITY CONTROL 01400 - 1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS elsewhere in the Contract Documents and required by authorities having jurisdiction. Costs for these services are included in the Contract Sum. 1. Where individual Sections specifically indicate that certain inspections, tests, and other quality -control services are the Contractor's responsibility, the Contractor shall employ and pay a qualified independent testing agency to perform quality -control services. Costs for these services are included in the Contract Sum. _ 2. Where individual Sections specifically indicate that certain inspections, tests, and other quality -control services are the Owner's responsibility, the Owner will employ and pay a qualified independent testing agency to perform those services. 3. Where individual Sections specifically indicate that certain inspections, tests, and other quality -control services are the Owner's responsibility, the Owner will engage the services of a qualified independent testing agency to perform those services. Payment for these services will be made from the Inspection and Testing Allowance, as authorized by Change Orders. a. Where the Owner has engaged a testing agency for testing and inspecting part of the Work, and the Contractor is also required to engage an entity for the same or related element, the Contractor shall not employ the entity engaged by the Owner, unless agreed to in writing by the Owner. B. Retesting: The Contractor is responsible for retesting where results of inspections, tests, or other quality -control services prove unsatisfactory and indicate noncompliance with Contract Document requirements, regardless of whether the original test was Contractor's responsibility. 1. The cost of retesting construction, revised or replaced by the Contractor, is the Contractor's responsibility where required tests performed on original construction indicated noncompliance with Contract Document requirements. C. Associated Services: Cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include, ^ but are not limited to, the following: 1. Provide access to the Work. 2. Furnish incidental labor and facilities necessary to facilitate inspections and tests. 3. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. 4. Provide facilities for storage and curing of test samples. 5. Deliver samples to testing laboratories. 6. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. -- 7. Provide security and protection of samples and test equipment at the Project Site. D. Duties of the Testing Agency: The independent agency engaged to perform inspections, sampling, and testing of materials and construction specified in individual Sections shall cooperate with the Architect and the Contractor in performance of the agency's duties. The testing agency shall provide qualified personnel to perform required inspections and tests. 03271196 QUALITY CONTROL . 01400 = 2 1. The agency shall notify the Architect and the Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. The agency is not authorized to release, revoke, alter, or enlarge requirements of the Contract Documents or approve or accept any portion of the Work. 3. The agency shall not perform any duties of the Contractor. E. Coordination: Coordinate the sequence of activities to accommodate required services with a r minimum of delay. Coordinate activities to avoid the necessity of removing and replacing l . construction to accommodate inspections and tests. F 1. The Contractor is responsible for scheduling times for inspections, tests, taking samples, and similar activities. 1.4 SUBMITTALS A. Unless the Contractor is responsible for this service, the independent testing agency shall submit a certified written report, in duplicate, of each inspection, test, or similar service to the Architect. If the Contractor is responsible for the service, submit a certified written report, in duplicate, of each inspection, test, or similar service through the Contractor. 1. Submit additional copies of each written report directly to the governing authority, when the authority so directs. 2. Report Data: Written reports of each inspection, test, or similar service include, but are not limited to, the following: a. Date of issue. b. Project title and number. C. Name, address, and telephone number of testing agency. d. Dates and locations of samples and tests or inspections. C. Names of individuals making the inspection or test. f. Designation of the Work and test method. g. Identification of product and Specification Section. h. Complete inspection or test data. i. Test results and an interpretation of test results. j. Ambient conditions at the time of sample taking and testing. k. Comments or professional opinion on whether inspected or tested Work complies with Contract Document requirements. 1. Name and signature of laboratory inspector. In. Recommendations on retesting. 1.5 QUALITY ASSURANCE A. Qualifications for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, that are prequalified as complying with the American Council of Independent Laboratories' "Recommended Requirements for Independent Laboratory Qualification" and that specialize in the types of inspections and tests to be performed. r- 03271196 QUALITY CONTROL 01400 - 3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS 1. Each independent inspection and testing agency engaged on the Project shall be authorized by authorities having jurisdiction to operate in the state where the Project is located. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. Comply with Contract Document requirements for Division 1 Section "Cutting and Patching." B. Protect construction exposed by or for quality -control service activities, and protect repaired construction. C. Repair and protection is Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing, or similar services. END OF SECTION 01400 03271196 QUALITY CONTROL 01400 - 4 7 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Operation and maintenance manual submittal. 4. Submittal of warranties. S. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 16. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. a. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. b. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete. 2. Advise the Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 03271196 CONTRACT CLOSEOUT 01700 -1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. ^' 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. -- 9. Complete final cleanup requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred, exposed finishes. B. Inspection Procedures: On receipt of a request for inspection, the Architect will either proceed with inspection or advise the Contractor of unfilled requirements. The Architect will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. The Architect will repeat inspection when requested and assured that the Work is substantially complete. 2. Results of the completed inspection will form the basis of requirements for final acceptance. 1.4 FINAL ACCEPTANCE A. - Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Architect's final inspection list of items to be completed or corrected, endorsed and dated by the Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Architect. 4. Submit consent of surety to final payment. 5. Submit a final liquidated damages settlement statement. 6. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: The Architect will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Architect. 1. Upon completion of reinspection, the Architect will prepare a certificate of final acceptance. If the Work is incomplete, the Architect will advise the Contractor of Work 03271196 CONTRACT CLOSEOUT 01700 2 i LUBBOCK INTERNATIONAL AIRPORT r LUBBOCK, TEXAS that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated. 1.5 RECORD DOCUMENT SUBMITTALS j" A. General: Do not use record documents for construction purposes. Protect record documents j from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the Architect's reference during normal working hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white -prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the Owner but was not shown on Contract Drawings or Shop Drawings. 3. Note related change -order numbers where applicable. 4. Organize record drawing sheets into manageable sets. Bind sets with durable -paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. C. Record Specifications: Maintain one complete copy of the Project Manual, including addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Note related record drawing information and Product Data. 4. Upon completion of the Work, submit record Specifications to the Architect for the Owner's records. D. Record Product Data: Maintain one copy of each Product Data submittal. Note related Change Orders and markup of record drawings and Specifications. 1. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the �.. site and from the manufacturer's installation instructions and recommendations. 2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. I r 03271196 CONTRACT CLOSEOUT 01700 - 3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 3. Upon completion of markup, submit complete set of record Product Data to the Architect for the Owner's records. E. Record Sample Submitted: Immediately prior to Substantial Completion, the Contractor shall meet with the Architect and the Owner's personnel at the Project Site to determine which Samples are to be transmitted to the Owner for record purposes. Comply with the Owner's instructions regarding delivery to the Owner's Sample storage area. F. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify miscellaneous records properly and bind or file, ready for continued use and reference. Submit to the Architect for the Owner's records. G. Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual, heavy-duty, 2-inch (Sl-mm), 3-ring, vinyl - covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: 1. Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turn -around" cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. 8. Fixture lamping schedule. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 CLOSEOUT PROCEDURES A. Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: 1. Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. 03271196 CONTRACT CLOSEOUT 01700 - 4 F LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 6. Identification systems. 7. Control sequences. S. Hazards. 9. Cleaning. 10. Warranties and bonds. 11. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating equipment, demonstrate the following procedures: 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 3.2 FINAL CLEANING f A. General: The General Conditions require general cleaning during construction. Regular site cleaning is included in Division 1 Section "Construction Facilities and Temporary Controls." B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. I. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. a. Remove labels that are not permanent labels. b. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other substances that are noticeable vision - obscuring materials. Replace chipped or broken glass and other damaged transparent materials. C. Clean exposed exterior and interior hard -surfaced finishes to a dust -free condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. Leave concrete floors broom clean. Vacuum carpeted surfaces. d. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps. C. Clean the site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rabe grounds that are neither paved nor planted to a smooth, even -textured surface. r- 03271196 CONTRACT CLOSEOUT 01700 - 5 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of lawfully. 1. Where extra materials of value remain after completion of associated Work, they become the Owner's property. Dispose of these materials as directed by the Owner. END OF SECTION 01700 03271196 CONTRACT CLOSEOUT 01700 - 6 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SECTION 02060 - DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Demolition and removal of signage and supports. 2. Disconnecting, capping or sealing, and abandoning site utilities in place. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Cutting and Patching" for cutting and patching procedures for demolition operations. 2. Division 1 Section "Contract Closeout" for record document requirements. 1.3 DEFINITIONS A. Remove: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain the Owner's property. B. Remove and Salvage: Items indicated to be removed and salvaged remain the Owner's property. Remove, clean, and pack or crate items to protect against damage. Identify contents of containers and deliver to Owner's designated storage area. C. Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for reuse; store and protect against damage. Reinstall items in locations indicated. D. Existing to Remain: Protect construction indicated to remain against damage and soiling during demolition. When permitted by the Architect, items may be removed to a suitable, protected storage location during demolition and then cleaned and reinstalled in their original locations. (� 03271196 BUILDING DEMOLITION R 02060 -1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 1.4 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site with further disposition at the Contractor's option. 1.5 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections, for information only, unless otherwise indicated. B. Schedule of demolition activities indicating the following: 1. Detailed sequence of demolition and removal work, with starting and ending dates for each activity. 2. Dates for shutoff, capping, and continuation of utility services. C. Inventory of items to be removed and salvaged. D. Inventory of items to be removed by Owner. E. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by demolition operations. F. Record drawings at Project closeout according to Division 1 Section "Contract Closeout." 1. Identify and accurately locate capped utilities and other subsurface structural, electrical, or mechanical conditions. 1.6 QUALITY ASSURANCE A. Demolition Firm Qualifications: Engage an experienced firm that has successfully completed demolition Work similar to that indicated for this Project. B. Regulatory Requirements: Comply with hauling and disposal regulations of authorities having jurisdiction. C. Predemolition Conference: Conduct conference at Project site to comply with preinstallation conference requirements of Division 1 Section "Project Meetings." 1.7 PROJECT CONDITIONS A. Entire facility will remain in operation during the demolition work. 03271196 BUILDING DEMOLITION 02060 - 2 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Asbestos: It is not expected that asbestos will be encountered in the course of this Contract. If any materials suspected of containing asbestos are encountered, do not disturb the materials. Immediately notify the Architect and the Owner. 1. Asbestos will be removed by Owner before start of Work. D. Storage or sale of removed items or materials on -site will not be permitted. 1.8 SCHEDULING A. Arrange demolition schedule so as not to interfere with Owner's on -site operations. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. Survey the condition of the building to determine whether removing any element might result in a structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during demolition. E. Perform surveys as the Work progresses to detect hazards resulting from demolition activities. 3.2 UTILITY SERVICES A. Maintain existing utilities indicated to remain in service and protect them against damage during demolition operations. 1. Do not interrupt existing utilities serving occupied or operating facilities, except when authorized in writing by Owner and authorities having jurisdiction. Provide temporary 03271196 BUILDING DEMOLITION .02060 - 3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS services during interruptions to existing utilities,'as acceptable to Owner and to governing authorities. a. Provide not less than 72 hours' notice to Owner if shutdown of service is required during changeover. B. Owner will arrange for disconnecting and sealing indicated utilities serving structures to be demolished before start of demolition work, when requested by Contractor. C. Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services serving signage to be demolished. 1. Owner will arrange to shut off indicated utilities when requested by Contractor. 2. Arrange to shut off indicated utilities with utility companies. D. Utility Requirements: Refer to Division 15 and 16 Sections for shutting off, disconnecting, removing, and sealing or capping utility services. Do not start demolition work until utility disconnecting and sealing have been completed and verified in writing. 3.3 PREPARATION A. Conduct demolition operations and remove debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. B. Conduct demolition operations to prevent injury to people and damage to adjacent finishes and facilities to remain. Ensure safe passage of people around demolition area. 1. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 2. Protect existing site improvements, appurtenances, and landscaping to remain. 3.4 POLLUTION CONTROLS A. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Clean adjacent buildings and improvements of dust, dirt, and debris caused by demolition operations. Return adjacent areas to condition existing before start of demolition. 03271196 BUILDING DEMOLITION 02060 - 4 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 3.5 DEMOLITION A. Demolition: Demolish signage and elements indicated to be removed completely and remove from the site. Use methods required to complete Work within limitations of governing regulations and as follows: 1. Dispose of demolished items and materials promptly. On -site storage or sale of removed items is prohibited. 2. Demolish concrete and masonry in small sections. 3. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 4. Break up and remove concrete slabs on grade, unless otherwise shown to remain. B. Below -Grade Construction: Demolish foundation walls and other below -grade construction, as follows: 1. Remove below -grade construction, including foundation walls, to at least 12 inches below grade. C. Filling Below -Grade Areas: Completely fill below -grade areas and voids resulting from demolition of buildings and pavements with soil materials according to requirements specified in Division 2 Section "Earthwork." D. Damages: Promptly repair damages to adjacent facilities caused by demolition operations. 3.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. B. Burning: Do not bum demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.7 DEMOLTITON SCHEDULE A. Remove and salvage for owner's use the following: 1. Interior and exterior signage 2. Window blinds END OF SECTION 02060 03271196 BUILDING DEMOLITION LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SECTION 02375 - DRILLED CONCRETE PIERS (CAISSONS) PART1 GENERAL 1.1 SECTION INCLUDES A. Machine drilled shaft and socketing the base. B. Placing concrete and reinforcement. 1.2 RELATED SECTIONS A. Section 02200 - Earthwork B. Section 03300 - Cast -In -Place Concrete: i .3 UNIT PRICES A. Designed Piers: 1. Design Pier Quantity: Determined by the quantity of piers indicated in the Contract Documents. 2. Design Pier Length: By the linear foot measured from bearing to top of pier as indicated. 3. Pier Reinforcement: By the linear foot of full pier. B. Actual Piers: 1. Actual Pier Quantity: Determined by quantity of piers identified in the Project Record Documents. 2. Actual Pier Length: Determined by length of piers identified in Project Record Documents. C. Adjustments in Contract Price will be made due to changes in length of piers, based on unit prices established in the Agreement as follows: 1. Contract unit price per unit length multiplied by the Actual Pier Length. D. Determination of Unit Measurements: Identified by site measurements and verified by the Architect/Engineer. 1.4 QUALIFICATIONS A. Installer: Company specializing in performing the work of this section with minimum five years documented experience. 03271196 DRILLED CONCRETE PIERS (CAISSONS) 02375 -1 j! LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS PART 2 PRODUCTS 2.1 MATERIALS A. Concrete Materials and Mix: Specified in Section 03300. — B. Reinforcement: Specified in Section 03300. C. Equipment: Appropriate to dewater excavated shaft. PART 3 EXECUTION 3.1 EXAMINATION — A. Verify site conditions. 3.2 PREPARATION _ A. Use placement method which will not cause damage to nearby structures. B. Protect structures near the Work, from damage. C. Prepare to place piers from existing site elevations. 3.3 INSTALLATION A. Drill vertical pier shafts and rock sockets to diameters and depths indicated. B. Clean shaft and bottom of loose material. Maintain shafts free of water. — C. Allow inspection of shaft prior to placement of reinforcement and concrete. D. Place reinforcing steel in accordance with Section 03300. E. Place concrete in single pour, in accordance with Section 03300 with equipment designed for vertical placement of concrete. F. Provide dowels for connection of caps and grade beams. G. Set tops of piers to elevations indicated. 03271196 DRILLED CONCRETE PIERS (CAISSONS) 02375 - 2 r r r LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 3.4 TOLERANCES A. Maximum Variation From Vertical: 1 in 48. B. Maximum Variation From Design Top Elevation: Plus 3 inches, minus 1 inch. C. Maximum Out -of -Position: 2 inches. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Division 1. 3.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Division 1. B. Record actual locations of piers, pier diameter, and pier length. C. Accurately record the following: 1. Sizes, lengths, and locations of piers. 2. Sequence of placement. 3. Final base and top elevations. 4. Deviation from indicated locations. END OF SECTION 03271196 DRILLED CONCRETE PIERS (CAISSONS) 02375 - 3 r r r r r LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SECTION 03300 - CAST -IN -PLACE CONCRETE PART1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Formwork for cast -in -place concrete, with shoring, bracing, and anchorage. 2. Formwork accessories. 3. Form stripping. 4. Reinforcing steel for cast -in -place concrete. 5. Cast -in -place concrete. a. Foundations, footings. 6. Concrete curing. 1.2 SUBMITTALS A. Product Data: Submit manufacturer's product data for the following: 1. Formwork accessories. 2. Concrete admixtures. 3. Fibrous reinforcement. 4. Curing compound. 5. Epoxy bonding system. B. Shop Drawings: Submit shop drawings for fabrication and placement of the following: 1. Reinforcement: Comply with ACI SP-66. Include bar schedules, diagrams of bent bars, arrangement of concrete reinforcement, and splices. 1.3 QUALITY ASSURANCE A. Codes and Standards: Comply with the following documents, except where requirements of the contract documents or of governing codes and governing authorities are more stringent: 1. ACI 301. 2. ACI 318. 3. CRSI Manual of Standard Practice. 03271196 CAST -IN -PLACE CONCRETE 03300-1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS B. Testing Agency Services: L Owner will engage testing agency to conduct tests and perform other services specified for quality control during construction. PART 2 -PRODUCTS 2.1 FORMWORK A. Facing Materials: 1. Unexposed finish concrete: Any standard form materials that produce structurally sound concrete. 2. Exposed finish concrete: Materials that will produce smooth, stain -free final appearance and minimum number of joints. B. Formwork Accessories: 1. Form coating: Form release agent that will not adversely affect concrete surfaces or prevent subsequent application of concrete coatings. 2. Metal ties: Commercially manufactured types; cone snap ties, taper removable bolt, or other type which will leave no metal closer than 1-1/2 inches from surface of concrete when forms are removed, leaving not more than a 1-inch-diameter hole in concrete surface. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: Provide deformed bars complying with the following, except where — otherwise indicated: 1. ASTM A 615, Grade 60. B. Reinforcing Accessories: 1. Tie wire: Black annealed type, 16-1/2 gage or heavier. — 2. Supports: Bar supports conforming to specifications of CRSI "Manual 'of Standard _ Practice.' 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, and as follows: 1. Type I, except where other type is specifically permitted or required. — 03271196 CAST -IN -PLACE CONCRETE 03300-2 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS a. Type I may be replaced by Type III (high early strength) for concrete placed during cold weather. B. Water: Potable. C. Aggregates: 1. Normal weight concrete: ASTM C 33. D. Admixtures - General: Admixtures which result in more than 0.1 percent of soluble chloride ions by weight of cement are prohibited. E. Air-Ecmaining Admixture: ASTM C 260 and certified by manufacturer for compatibility with other mix components. F. Water -Reducing Admixture: ASTM C 494, Type A. G. Water -Reducing, Retarding Admixture: ASTM C 494, Type D. H. Water -Reducing and Accelerating Admixtures: ASTM C 494, Type E. 1. High -Range Water -Reducing Admixture (Superplasticizer): ASTM C 494, Type F or G. J. Fibrous Reinforcement: Polypropylene fibers designed and engineered specifically for secondary reinforcement of concrete. 2.4 MISCELLANEOUS MATERIALS AND ACCESSORIES A. Burlap: AASHTO M 182, Class 2 jute or kenaf cloth. B. Moisture -Retaining Cover: ASTM C 171, and as follows: 1. Curing paper. 2. Polyethylene film. 3. White burlap -polyethylene sheeting. C. Liquid Curing Compounds: 1. Material - curing compounds: Comply with ASTM C 309, Type 1. D. Epoxy Bonding Systems: ASTM C 881; type, grade, and class as required for project conditions. 2.5 CONCRETE MIX DESIGN A. Proportioning of Normal Weight Concrete: Comply with recommendations of ACI 211.1. 03271196 CAST -IN -PLACE CONCRETE 03300-3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,17EXAS B. Specified compressive strength f (c) at 28 days: 3000 psi. C. Fly Ash: 1. The contractor may elect to replace a portion of the portland cement with fly ash up to a maximum of 25 percent by weight of cement plus fly ash. D. Fibrous Reinforcement: Add to mix at rate of 1.5 pounds per cubic yard of concrete, or as otherwise recommended by manufacturer for specific application. 1. Add to mix for concrete in locations indicated. E. Admixtures: 1. Air -entraining admixture: Use in mixes for exterior exposed concrete unless otherwise specifically indicated. Add at rate to achieve total air content in accordance with Table 1.4.3 of ACI 201.2. For concrete not exposed to exterior, add at rate to achieve total air content between 2 percent and 4 percent. a. Do not use in slabs -on -grade scheduled to receive topping, unless manufacturer of topping recommends use over air -entrained concrete. 2. Water -reducing admixture: Add as required for placement and workability. 3. Water -reducing and retarding admixture: Add as required in concrete mixes to be placed at ambient temperatures above 90 degrees F. 4. Water -reducing and accelerating admixture: Add as required in concrete mixes to be placed at ambient temperatures below 50 degrees F. 5. High -range water -reducing admixture (superplasticizer): Add as required for placement and workability. 6. Do not use admixtures not specified or approved. PART 3 EXECUTION 3.1 CONCRETE FORM PREPARATION A. General: Comply with requirements of ACI 301 for formwork, and as herein specified. The contractor is responsible for design, engineering, and construction of formwork, and for its timely removal. B. Earth Forms: Hand -trim bottoms and sides of earth forms to profiles indicated on the drawings. Remove loose dirt before placing concrete. 03271196 CAST -IN -PLACE CONCRETE � 03300-4 j' LUBBOCK INTERNATIONAL AIRPORT 11 LUBBOCK, TEXAS 71 3.2 CONNECTION TO EXISTING CONCRETE A. Preparation: At locations where new concrete is to join existing concrete, prepare existing F surface by cleaning with wire brush and applying bonding compound in accordance with manufacturer's instructions. 3.3 PLACING REINFORCEMENT A. General: Comply with requirements of ACI 301 and as herein specified. B. Preparation: Clean reinforcement of loose rust and mill scale, soil, and other materials which adversely affect bond with concrete. 3.4 JOINT CONSTRUCTION A. Construction Joints: Locate and install construction joints as indicated on drawings. If construction joints are not indicated, locate in manner which will not impair strength and will i have least impact on appearance, as acceptable to the architect. 1. Keyways: Provide keyways not less than 1-1/2 inches deep. 2. Reinforcement: Continue reinforcement across and perpendicular to construction joints, unless details specifically indicate otherwise. B. Control Joints: Construct contraction joints in slabs poured on grade to form panels of sizes indicated on drawings, but not more than 15 feet apart in either direction. k: 1. Saw cuts: Form control joints by means of saw cuts one-fourth slab depth. 3.5 CONCRETE PLACEMENT A. Inspection: Before beginning concrete placement, inspect formwork, reinforcing steel, and r items to be embedded, verifying that all such work has been completed. t 1. Wood forms: Moisten immediately before placing concrete in locations where form coatings are not used. B. Placement - General: Comply with requirements of ACI 304 and as follows: r 1. Schedule continuous placement of concrete to prevent the formation of cold joints. 2. Provide construction joints if concrete for a particular element or component cannot be placed in a continuous operation. 3. Deposit concrete as close as possible to its final location, to avoid segregation. r� C. Placement in Forms: Limit horizontal layers to depths which can be properly consolidated, but { in no event greater than 24 inches. r 03271196 CAST -IN -PLACE CONCRETE 03300-5 i , LUBBOCK INTERNATIONAL .AIRPORT LUBBOCK, TEXAS 1. Vibrate concrete sufficiently to achieve consistent consolidation without segregation of coarse aggregates. 2. Do not use vibrators to move concrete laterally. D. Slab Placement: Schedule continuous placement and consolidation of concrete within planned construction joints. 1. Thoroughly consolidate concrete without displacing reinforcement or embedded items, using internal vibrators, vibrating screeds, roller pipe screeds, or other means acceptable to architect. 2. Strike off and level concrete slab surfaces, using highway straightedges, darbies, or bull floats before bleed water can collect on surface. Do not work concrete further until finishing operations are commenced. 3.6 FINISHING FORMED SURFACES A. Repairs, General: Repair surface defects, including tie holes, immediately after removing formwork. i. Smooth rubbed finish: Apply to surfaces indicated no later than 24 hours after form removal. a. Wet concrete surfaces to be finished and rub with Carborundum brick or other abrasive until uniform color and texture are achieved. b. Do not apply separate grout mixture. 3.7 FINISHING SLABS A. Finishing Operations - General: 1. Do not directly apply water to slab surface or dust with cement. 2. Use hand or powered equipment only as recommended in ACI 302.1R. 3. Screeding: Strikeoff to required grade and within surface tolerances indicated. Verify conformance to surface tolerances. Correct deficiencies while concrete is still plastic. 4. Bull Floating: Immediately following screeding, bull float or darby before bleed water appears to eliminate ridges, fill in voids, and embed coarse aggregate. Recheck and correct surface tolerances. S. Final floating: Float to embed coarse .aggregate, to eliminate ridges, to compact concrete, to consolidate mortar at surface, and to achieve uniform, sandy texture. Recheck and correct surface tolerances. B. Coordinate appearance and texture of required final finishes with the architect before application. C. Broomed Float Finish: After floating and when water sheen has practically disappeared, apply uniform transverse corrugations approximately 1/16 inch deep, without tearing surface. 03271196 CAST -IN -PLACE CONCRETE 03300-6 r r i LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS D. Slab Surface Tolerances: 1. Achieve flat, level planes except where grades are indicated. Slope uniformly to drains. 2. Floated finishes: Depressions between high spots shall not exceed 5/16 inch under a 10-foot straightedge. E. Slab Finish Schedule: Apply finishes in the following typical locations and as otherwise shown on the drawings: 1. Broomed float: a. Sidewalks. b. Exterior slabs not otherwise scheduled. 3.8 CONCRETE CURING AND PROTECTION A. General: 1. Prevent premature drying of freshly placed concrete, and protect from excessively cold or hot temperatures until concrete has cured. 2. Provide curing of concrete by one of the methods listed and as appropriate to service conditions and type of applied finish in each case. B. Curing Period: 1. Not less than 7 days for standard cements and mixes. 2. Not less than 4 days for high early strength concrete using Type III cement. C. Formed Surfaces: Cure formed concrete surfaces by moist curing with forms in place for full curing period or until forms are removed. D. Surfaces Not in Contact with Forms: 1. Start curing as soon as free water has disappeared, but before surface is dry. Place to protect adjacent concrete edges. Acceptable curing methods: a. Water ponding. b. Water -saturated sand. C. Water -fog spray. d. Saturated burlap: Provide 4-inch minimum overlap at joints. E. Avoid rapid drying at end of curing period. F. Test field -cured specimens to determine potential compressive strength of concrete for specific locations. 03271196 CAST -IN -PLACE CONCRETE 03300-7 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 3.9 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Composite Sampling, and Making and Curing of Specimens: ASTM C 172 and ASTM C 31. B. Slump: ASTM C 143. One test per batch. 1. Modify sampling to comply with ASTM C 94. C. Air Content of Normal Weight Concrete: ASTM C 173 or ASTM C 231. One test per strength test performed on air -entrained concrete. D. Compressive Strength Tests: ASTM C 39. 1. Testing for acceptance of potential strength of as -delivered concrete: a. Obtain samples on a statistically sound, random basis. b. Minimum frequency: 1) One set per 100 cubic yards or fraction thereof for each day's pour of each concrete class. 2) One set per 3500 square feet of slab or wall area or fraction thereof for each day's pour of each concrete class. . END OF SECTION 03300 03271196 CAST -IN -PLACE CONCRETE 03300-5 r r r 7 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SECTION 03450 - ARCHITECTURAL PRECAST CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Wall panels and copings 2. Connection devices B. Products furnished but not installed under this section: 1. Anchors for connecting precast concrete elements to structural framing.. C. Related Sections: 1. Joint sealers: Division 7. 1.3 REFERENCES A. ACI 301-89 — Specifications for Structural Concrete for Buildings; American Concrete Institute; 1989. B. ACT 304R-89 — Guide for Measuring, Mining, Transporting, and Placing Concrete; American Concrete Institute; 1989. C. ACI 318-89 -- Building Code Requirements for Reinforced Concrete; American Concrete Institute; 1989. D. ASTM A 36/A 3614-94 — Standard Specification for Carbon Structural Steel; 1994. E. ASTM A 82-94 — Standard Specification for Steel Wire, Plain, for Concrete Reinforcement; 1994. F. ASTM A 10"3 — Standard Specification for Steel Bars, Carbon, Cold Finished, Standard Quality; 1993. G. ASTM A 153-82(87) — Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 1982 (Reapproved 1987). 03271196 ARCHITECTURAL PRECAST CONCRETE 03450-1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS H. ASTM A 185-94 — Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement; 1994. I. ASTM A 283/A 283M-93a — Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates; 1993. J. ASTM A 307-94 — Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength; 1994. K. ASTM A 615-92 — Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement; 1992. L. ASTM A 666-93 — Standard Specification for Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 1993. M. ASTM A 775/A 775M 94a — Standard Specification for Epoxy -Coated Reinforcing Steel Bars; 1994. N. ASTM C 33-93 — Standard Specification for Concrete Aggregates; 1993. O. ASTM C 42-90 — Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete; 1990. P. ASTM C 150-94 — Standard Specification for Portland Cement; 1994. Q. ASTM C 260-94 — Standard Specification for Air -Entraining Admixtures for Concrete; 1994. R. ASTM C 494-92 — Standard Specification for Chemical Admixtures for Concrete; 1992. S. AWS D1.1-92 — Structural Welding Code —Steel; American Welding Society; 1992. T. AWS D1.4-79 — Structural Welding Code —Reinforcing Steel; American Welding Society; 1979. U. CRSI MSP-1-90 — Manual of Standard Practice; Concrete Reinforcing Steel Institute; 1990. V. PCI MNL-117-77 — Manual for Quality Control for Plants and Production of Architectural Precast Concrete Products; Prestressed Concrete Institute; 1977. W. PCI MNL-127-85 — Recommended Practice for Erection of Precast Concrete; Prestressed Concrete Institute; 1985. 1.4 SUBMITTALS A. Product, Data: Submit fabricator's specifications, data, and instructions for manufactured materials and products, including the following: 1. Mix designs. 03271196 ARCHITECTURAL 03450-2 PRECAST CONCRETE i LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 2. Test results for compressive strength. r► B. Shop Drawings: Include complete information essential to proper fabrication and installation of precast units. Show dimensions, fabrication tolerances, and reinforcement sizes and locations, including locations and types of lifting devices required. 1. Show location of precast units and identification of each, corresponding to planned sequence of installation. 2. Designate welded connections by means of standard AWS symbols. 3. Provide locations and details of anchorages for installation in other work; furnish templates if required for accuracy. 4. Provide design calculations prepared by a professional structural engineer registered in the state in which the Project is located. C. Samples: Precast concrete panels not less than 12 inches square, illustrating finish color, quality, and texture. 1.5 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following, except where exceeded by other requirements of the contract documents or of governing authorities: 1. ACI 301. 2. ACI 318. 3. ANSI/AWS D 1.4. 4. CRSI Manual of Standard Practice. 5. PCI MNL-117. B. Fabricator Qualifications: 1. Not less than 10 years of successful experience in fabrication of units similar to those required for this project, and sufficient capacity to produce required units without causing construction delay. r. C. Fabrication Requirements: t 1. Design units to support loads indicated and as required by applicable code requirements. t ' 2. Produce required units at precast concrete fabricating plant; site -produced units are not acceptable. D. Erector Qualifications: Firm with not less than 10 years of experience in the successful erection of precast units comparable to those specified. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver precast concrete units to ensure continuity of installation. Store to prevent damage such as cracking, distortion, or staining, and to maintain visibility of markings. Handle and support units using only designated lift points and lifting devices. FIA 03271196 ARCHITECTURAL 03450-3 I , PRECAST CONCRETE r LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS PART 2 - PRODUCTS 2.1 FORMWORK A. General: Construct forms accurately to size, mortar -tight, and of sufficient strength to withstand all fabrication operations without distortion of precast units. B. Wall Panel Tolerances: Maintain formwork to provide finished wall units within fabrication tolerances specified in PCI MNL-117. C. Facing Materials, General: Provide form facings of metal, plastic, or other nonreactive material that will produce required concrete finish. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60, deformed except where plain bars are indicated. B. Steel Wire: ASTM A 82, plain cold -drawn. C. Welded Wire Fabric: ASTM A 195, cold -drawn steel, galvanized. D. Reinforcing Accessories: 1. Tie wire: Black annealed type, 16-1/2 gage or heavier. -- 2. Supports: Bar supports conforming to specification of CRSI's Manual of Standard Practice. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, and as follows: 1. Type I or Type III, white for face mix. 2. Type III gray for back-up mix. B. Aggregates: (Coarse) 1. Normal weight: Limestone ASTM C 33 for face mix. _ 2. ASTM C 33 gravel for back-up mix. 3. Aggregates: (fine) a. For face mix: ASTM C 33 masonry sand. b. For back-up: ASTM C 33 standard concrete sand. 4. Local aggregates not in compliance with ASTM C 33 but which have demonstrated capacity to produce concrete of adequate strength and durability may be used where specifically approved through normal approval process. C. Water: Potable. 03271196 ARCHITECTURAL 03450-4 PRECAST CONCRETE LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS D. Admixtures - General: Admixtures which result in more than 0.1 percent of soluble chloride ions by weight of cement are prohibited. E. Water -Reducing Admixture: ASTM C 494, Type A. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. G. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. H. High -Range Water -Reducing Admixture (Superplasticizer): ASTM C 494, Type F or G. 2.4 CONNECTION MATERIALS A. Steel Welding Plates: ASTM A 283; Grade C, structural quality. B. Steel Shapes: ASTM A 36. C. Steel Bars and Plates: ASTM A 36. D. Stainless Steel: ASTM A 666,'Type 304. E. Steel Stud Shear Connectors: ASTM A 108 cold drawn bar stock and complying with requirements of AWS D 1.1. F. Steel Finish: Hot -dip galvanize after fabrication components that will be exposed to weather, in accordance with ASTM A 153. Components that are cast into precast units and exposed to view but not to weather may be cadmium coated, electro-galvanized, or hot -dip galvanized. Other steel components may be coated with fabricator's standard rust inhibitor paint. G. Anchor Bolts: ASTM A 307, Grade C. H. Miscellaneous Fasteners: ASTM A 307, Grade A bolts. I. Welding Electrodes and Fluxes: AWS D1.1, types as required by materials being welded. J. Accessories: Hangers, clips, and other items required for installation of precast units and support of related construction. 2.5 CONCRETE MIX DESIGN A. General: Prepare design mix of concrete on the basis of either field experience or trial mixtures, as specified in ACI 301. B. Review: Do not begin concrete production until proposed mix has been reviewed by the Architect/Engineer. ~` 03271196 t` i ARCHITECTURAL PRECAST CONCRETE 03450-5 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS C. Mix: Design mix to achieve properties of concrete as follows: 1. Compressive strength: 5000 psi minimum at 28 days. D. Mix Adjustments: Provided that no additional expense to Owner is involved, Contractor may submit for Architect/Engineer's approval requests for adjustment to approved concrete mixes when circumstances such as changed project conditions, weather, or unfavorable test results occur. Include laboratory test data substantiating performance characteristics with mix adjustment requests. E. Admixtures: 1. Water -reducing admixtures: Use in strict compliance with manufacturer's directions and in amounts suitable for weather conditions prevailing at time of placement. 2.6 FABRICATION A. General: Fabricate architectural precast concrete units in compliance with PCI MNL-117. Adequately reinforce units to resist stresses due to transporting and handling. B. Built-in Anchorages: Locate accurately and secure to formwork. Position to avoid interference with main reinforcement or placement of concrete; do not relocate without the Architect/Engineer's approval. C. Openings: Cast openings with minimum dimension of 12 inches. or larger. Smaller openings may be field cut as required, with the Architect/Engineer's prior approval. D. Release Agent: Provide either form materials with permanent factory -applied nonabsorptive liner or form coating. If form coating is used, thoroughly clean and recondition formwork and reapply coating before each use. Rust on form surfaces is unacceptable. E. Reinforcement: Clean reinforcement of loose rust and mill scale, soil, and other materials which adversely affect bond with concrete. Place reinforcement to achieve not less than minimum concrete coverages required for protection, and accurately position, secure, and support against displacement. Set wire ties completely embedded in concrete without contact with or penetration of exposed concrete surfaces. F. Concrete: Place continuously for each unit, complying with requirements of ACI 304. Consolidate concrete by vibration while avoiding damage to or dislocation of reinforcement, anchorages, and built-in accessories. G. Identification: Mark units to identify pickup points and final orientation, corresponding to final shop drawings. Imprint fabrication date on each unit in concealed location. H. Architectural Finish: Fabricate exposed faces of architectural precast concrete units to achieve finish as follows: 1. Light sandblasted finish. 2. Match Architect/Engineer's control samples. 03271196 ARCHITECTURAL 03450� PRECAST CONCRETE LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS IT I. Provide as -cast or float finish for surfaces which will be concealed. 2.7 SOURCE QUALITY CONTROL A. Testing Agency: The Owner may employ a separate testing agency to evaluate quality control and testing methods of precast fabricator. 1. The fabricator shall cooperate with the testing agency in providing access to materials and fabrication facilities and in providing material samples for testing. B. Non -Conforming Work: Replace precast concrete units which do not conform to specified requirements, as directed by the Architect/Engineer, and pay for corrections to other work necessitated by such replacement. 1. Dimensions: Precast concrete units smaller than allowed by specified tolerances will be rejected. Units larger than specified tolerances will be rejected if they interfere with other construction or if, in the opinion of the Architect/Engineer, the appearance of the work is adversely affected. 2. Strength: Precast units may be considered potentially deficient in strength, and may require further testing for any factor likely to affect structural performance, for any of the following reasons: a. Failure to meet requirements of compressive strength tests. b. Failure to meet requirements for reinforcement. C. Improper curing or failure to protect units against extremes in temperature. d. Damage to units during transportation, handling, or erection. C. Testing: When strength of precast units is suspect, the Owner's testing agency will take cores of hardened concrete in accordance with ASTM C 42 at locations directed by the Architect/Engineer, and as follows: 1. Take at least 3 representative cores. 2. Test cores in accordance with procedures of ASTM C 42. Air dry and test in dry condition cores from portions of the structure that will be dry while in service. Immerse for not less than 40 hours and test in wet condition cores from portions of the structure that may be wet while in service. 3. Report test results within 24 hours of making test. Include in test report the following information: Identification of project, fabricator, and testing agency; date of tests; identification of members represented by cores tested; design compressive strength; compressive strength of cores tested, direction of load, and type of break; moisture condition of cores. 4. Concrete will be considered adequate if average compressive strength of cores is at least 85 percent of strength specified and no single core is less than 75 percent of specified strength. D. Patching: Where core tests indicate satisfactory results, fill core holes with low slump concrete and finish to match precast units. 03271196 ARCHITECTURAL 03450-7 PRECAST CONCRETE LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS PART 3 - EXECUTION 3.1 INSTALLATION A. General: Comply with erection recommendations of PCI MNL-117. Provide temporary shoring, bracing, and connections as required to maintain stability of structure and precast units during construction, arranged to avoid interference with subsequent precast unit installation. B. Anchor Bolts: Clean bearing and contact surfaces before assembly. Set precast units with bearing plates accurately, using wedges, shims, or setting nuts as required. After tightening anchor bolts and ensuring that members are plumb, grout solidly between plates and bearing surfaces. C. Welding:Comply with requirements of AWS D1.1. 1. Protect adjacent concrete surfaces from damage due to weld splatter, smoke staining, or excessive heat that can lead to spalling, using noncombustible shields. 2. Remove slag and coat metal surfaces affected by welding immediately after completing welding in each area. Use zinc -rich coating for galvanized connections and a good quality rust inhibitive primer for non -galvanized connections. D. Bolting: At bolted connections, use lock washers or other acceptable means to prevent loosening of nut. E. Erection Tolerances: Do not exceed tolerance limits specified in PCI MNL-117. 3.2 FIELD QUALITY CONTROL A. General: Conduct inspections, perform testing, and make repairs or replace unsatisfactory — precast units as required. The Architect/Engineer may reject architectural precast panels for any of the following reasons: 1. Specified tolerances exceeded. 2. Damage to panels. 3. Surface finish deficiencies in exposed faces that cannot be repaired to the satisfaction of the architect. 4. Other defects as listed in PCI MNL-117. 3.3 CLEANING A. Clean exposed faces of precast units after all joint treatment has been completed, following _ recommendations of precast fabricator. Provide protection to adjacent surfaces which could be damaged by cleaning materials or methods. END OF SECTION 03450 03271196 ARCHITECTURAL 03450-8 PRECAST CONCRETE LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SECTION 04220 - CONCRETE UNIT MASONRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Concrete masonry units. 2. Mortar and grout. 3. Reinforcement, anchorage, and accessories. 1.3 REFERENCES A. AWS D1.4-79 — Structural Welding Code — Reinforcing Steel; American Welding Society; 1979. B. ASTM A 82-94 — Standard Specification for Steel Wire, Plain, for Concrete Reinforcement; 1994. C. ASTM A 153-82(87) — Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 1982 (Reapproved 1987). D. ASTM A 3661A 366M-91(93) — Standard Specification for Steel, Sheet, Carbon, Cold -Rolled, Commercial Quality; 1991 (Reapproved 1993). E. ASTM A 525-93 — Standard Specification for General Requirements for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process; 1993. F. ASTM A 615-92 — Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement; 1992. G. ASTM A 635/A 635M-93 — Standard Specification for Steel, Sheet and Strip, Heavy Thickness Coils, Carbon, Hot -Rolled; 1993. H. ASTM C 90=94a — Standard Specification for Load -Bearing Concrete Masonry Units; 1994. I. ASTM C 129-94 — Standard Specification for Non -Load -Bearing Concrete Masonry Units; 1994. 03271196 CONCRETE UNIT 04220-1 MASONRY LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS J. ASTM C 144-93 — Standard Specification for Aggregate for Masonry Mortar; 1993. K. ASTM C 150-94 — Standard Specification for Portland Cement; 1994. L. ASTM C 207-91(92) — Standard Specification for Hydrated Lime for Masonry Purposes; 1991 (Reapproved 1992). M. ASTM C 270-94 — Standard Specification for Mortar for Unit Masonry; 1994. N. ASTM C 404A3 — Standard Specification for Aggregates for Masonry Grout; 1993. 0. ASTM C 476-91 — Standard Specification for Grout for Masonry; 1991. P. ASTM D 226-89 — Standard Specification for Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing; 1989. _ Q. ASTM D 2000-90 Standard Classification System for Rubber Products in Automotive Applications; 1990. R. ASTM E 119-88 — Standard Test Methods for Fire Tests of Building Construction and Materials; 1988. S. NCMA-TEK 45 — Removal of Stains from Concrete Masonry Walls; National Concrete Masonry Association; 1972. 1.4 SUBMITTALS A. Product Data: Submit published data from manufacturers of products and accessories specified, indicating compliance with requirements. 1.5 QUALITY ASSURANCE A. Source Control: Obtain each type of exposed masonry unit from a single manufacturer, with texture and color of each type uniform or of a uniform blend acceptable to the Architect/Engineer. — B. Mock-up: Prior to commencement of exposed masonry work; erect sample panel to serve as standard of appearance and workmanship throughout construction period. 1. Build at location and to design indicated on drawings, or as otherwise directed by the Architect/Engineer. 2. Adjust until mock-up appearance and workmanship are acceptable to the Architect/Engineer. 3. Upon completion of construction and at the direction of the Architect/Engineer, demolish mock-up construction completely and remove debris. 03271196 CONCRETE UNIT 04220-2 MASONRY LUBBOCK INTERNATIONAL AIRPORT ll LUBBOCK, TEXAS IT1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle, and store masonry units by means which will prevent mechanical damage and deterioration due to moisture, temperature changes, and contamination by other materials. 1. Provide protection which will limit moisture absorption of concrete masonry units to the maximum percentage specified for Type I units at a relative humidity which is normal for the project site. B. Protect cementitious materials from precipitation and absorption of ground moisture. C. Store masonry accessories to prevent corrosion, dirt accumulation, and other deterioration. 1.7 PROJECT CONDITIONS A. Construction Protection: Cover tops of incomplete masonry elements with waterproof sheet material at end of each work day and when masonry work is not under way. 1. Secure weather protection in place with weights or by use of temporary fasteners. 2. Immediately remove mortar, soil, and other such materials from exposed masonry faces to prevent staining. 3. Prevent splashing and soiling of masonry near ground level by spreading sheet material to cover soil or masonry faces. 4. Protect horizontal masonry elements from mortar droppings. B. Cold Weather Protection: Do not lay masonry units which have wet surfaces or units which are below freezing. Remove ice or snow from masonry bed by careful application of heat. Remove masonry damaged by freezing. ` 1. General: Comply with the following construction procedures for masonry construction, �.. based on air temperatures at time of installation: a. 40 degrees F to 32 degrees F: Maintain mortar temperature between 40 degrees F and 120 degrees F by heating water or sand before mixing. Protect masonry from rain or snow for at least 24 hours by covering with weather -resistive membrane. 1. Do not lay masonry units when air temperatures are below 32 degrees F. 2. Grouted construction: On any day when minimum anticipated nighttime temperature i is 32 degrees F or less, in addition to complying with general procedures above, heat grout materials to 90 degrees F to produce in -place grout temperature of not less than 70 degrees F at end of work day. Retain protective blankets or enclosures for not less r than 48 hours. a. Period of protection may be reduced to 24 hours when Type III portland cement is used for grout. 3. Water: Do not heat water for mortar or grout to more than 160 degrees F. C. Hot -Weather Protection: Cover or shade masonry units and mortar materials and use cool rt " water for mortar whenever ambient air temperature is 90 degrees F or greater. At air temperatures of 85 degrees F or above, if relative humidity is less than 30 percent or wind is in excess of 15 miles per hour, provide protection by immediately covering newly r` constructed walls, by providing windbreaks, or by using fog spray to reduce rate of evaporation. 03271196 CONCRETE UNIT 04220-3 j MASONRY LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS PART 2 - PRODUCTS 2.1 CONCRETE MASONRY UNITS A. Concrete Block: Comply with referenced standards for types required, and as follows: _ 1. Size: Standard units with nominal face dimensions of 16 inches long and 8 inches high (15 518 by 7 5/8 actual), with nominal thicknesses as indicated on drawings for various locations. 2. Special shapes: Provide special block types where required for comers, control joints, headers, lintels, and other special conditions, whether or not specifically indicated on the drawings as special. a. Outside corners: Square -edged units except where otherwise indicated. 3. Non -load -bearing units: ASTM C 129, and as follows: a. Both hollow and solid block, as indicated on drawings. b. Type I: Moisture -controlled units. C. Medium weight. d. Exposed faces: Manufacturer's standard color and texture, except where special finish is indicated, as follows: 1. Match Architect/Engineer's sample for color, pattern, and texture. a. Finish: Split faced, integrally colored. 2.2 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Type III may be substituted during cold -weather construction. 2. Provide portland cement of color required to produce approved mortar sample. B. Hydrated Lime: ASTM C 207, Type S. C. Aggregate for Mortar: ASTM C 144. 1. White mortar aggregates: Sand or ground stone. D. Grout Aggregate: ASTM C 404. E. Pigments for Colored Mortar: Iron oxides and chromium oxides with demonstrated record of satisfactory performance in mortar mixes. 1. Products: The following products, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. "SGS Mortar Colors"; Solomon Grind -Chem Services, Inc. b. "True Tone Mortar"; Frank D. Davis Company. F. Water: Potable. G. Accelerating Admixture: Nonchloride type for cold weather mortar mixes, in proportion recommended by manufacturer. 03271196 CONCRETE UNIT 04220-4 MASONRY LUBBOCK INTERNATIONAL AIRPORT ,I LUBBOCK, TEXAS T 1. Products: The following products, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. "Accelguard 80"; Euclid Chemical Company. b. "Dur-O-Guard"; Dur-O-Wal, Inc. 2.3 REINFORCEMENT AND ANCHORAGE A. Reinforcing Bars: ASTM A 615, Grade 60, deformed, except as specifically indicated otherwise. 1. Bending: Shop -fabricate reinforcing bars which are shown to be bent or hooked. B. Joint Reinforcement and Anchorage Materials: Comply with the following general requirements for materials required in joint reinforcement and anchorage devices: 1. Steel wire: ASTM A 82. a. Hot -dip galvanizing (after fabrication): ASTM A 153, Class B-2. 1. Use: Exterior locations or in contact with earth. 2. Use: Interior locations. 2. Zinc -coated steel sheet: ASTM A 525 carbon steel, with G90 zinc coating. a. Use: Dovetail slots and similar applications. 3. Hot -dip galvanized steel sheet: ASTM A 635 or ASTM A 366; galvanizing in compliance with ASTM A 153, Class B. a. Use: Anchors and miscellaneous sheet metal in masonry accessories at exterior exposures. 4. Manufacturers: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. AA Wire Products Company. b. Dur-O-Wal, Inc. C. Heckmann Building Products, Inc. d. Hohmann and Barnard, Inc. e. Masonry Reinforcing Corporation of America. f. National Wire Products Industries, Inc. C. Joint Reinforcement: Welded -wire units prefabricated into straight lengths of not less than 10 feet, with deformed continuous side rods and plain cross rods. 1. Width: Approximately two inches less than nominal wall width, providing not less than 518 inch mortar coverage on exterior exposures and 1/2 inch elsewhere. 2. Wire sizes: a. Side rod diameter: 0.1483 inch. b. Cross rod diameter: 0.1483 inch. 3. Configuration: a. Applications of single unit width: Truss design, diagonal cross rods at not more than 16 inches on center. b. Corners: Prefabricated L- and T-shaped units. 03271196 CONCRETE UNIT 04220-5 MASONRY LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS D. Flexible Anchors: 2-piece anchors permitting vertical or horizontal differential movement between masonry and structural frame but preventing lateral movement of masonry out of plane. 1. For concrete framework, provide dovetail anchor sections formed from 12 gage sheet metal, and triangular wire ties 0.1875 inch thick; size ties to fall no more than 1 inch short of masonry face. a. Furnish dovetail slots of sizes indicated, with filler strips, fabricated from not less than 22 gage sheet metal, for installation under Division 3. 2. For steel framework, provide crimped wire anchor section 0.25 inch thick for welding and triangular wire tie 0.1875 inch thick; size ties to fall no more than 1 inch short of masonry face. 2.4 CONCEALED FLASHING MATERIALS A. Sheet Metal Flashing: Furnish materials and fabricate as specified in Division 7. B. Laminated Sheet Flashing: Furnish materials as specified in Division 7. C. Flexible Sheet Flashing: Furnish materials as specified in Division 7. 2.5 MISCELLANEOUS MASONRY ACCESSORIES A. Premolded Control Joints: Strips sized for standard sash block and designed to allow movement while maintaining lateral stability, and as follows: 1. ASTM D 2000: Styrene-butadiene rubber compound; Designation 2AA-805. B. Bond Breaker Strips: ASTM D 226, Type I; No. 15 asphalt felt. C. Weep Holes: Medium density polyethylene tubing; outside diameter 3/8 inch; length as indicated, but not less than 4 inches. D. Sealant and Backer Rod: As specified in Division 7. F0119ROA-0;Im�iZali� �►�� A. General: Do not use admixtures unless indicated as acceptable in the contract documents. 1. Do not use calcium chloride in mortar or grout mixture. B. Mixing: Use mechanical batch mixer and comply with referenced ASTM standards. C. Mortar for Unit Masonry: ASTM C 270, Proportion Specification. 1. Limit cementitious materials to lime and portland cement. 2. Reinforced masonry: Type S. 3. Locations indicated on the drawings: Type S. 03271196 CONCRETE UNIT MASONRY 04220-6 ` LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS TF D. Mortar Colored with Pigments: Proportion selected pigments with other ingredients to produce required color. Do not exceed ratio of pigment -to -cement recommended by pigment manufacturer. IF 1. Mix to match Architect/Engineer's sample. E. Grout: ASTM C 476; provide consistency required at time of placement to fill completely all spaces indicated to be grouted. PART 3 - EXECUTION 3.1 INSTALLATION PROCEDURES A. Concrete Masonry Units: Do not wet concrete masonry units prior to laying. B. Reinforcement and Anchorage: Before placing metal masonry accessories, remove loose rust, dirt, and other coatings. C. Masonry Thickness: Build masonry elements to full thickness shown. 1. Build single-wythe walls to actual thickness of masonry units. D. Chases and Recesses: Build masonry to accommodate the work of other trades, including chases and recesses as shown or required. Provide not less than 8 inches of masonry between jambs of openings and chases and recesses. E. Openings for Equipment and Services: Leave openings in masonry as required for subsequent .- installation of equipment and services. Make openings in designated locations and in exact t size required, if known; otherwise, leave rough openings in approximate size required and complete masonry work after installation of equipment, matching adjoining masonry. F. Cutting: Where cutting is required, use power saws to provide clean, sharp, unchipped edges. 1. Do not use wet cutting techniques with concrete unit masonry. t 3.2 CONSTRUCTION TOLERANCES A. Variation from Plumb: Do not exceed the following construction tolerances in vertical elements, including surfaces of walls, columns, and arrises: 1. 1 /4 inch in 10 feet. 2. 3/8 inch in one story height, or 20 feet, whichever is less, except 1 /4 inch for external corners, expansion joints, and other highly conspicuous vertical elements. 3. 112 inch in 40 feet or more. C 03271196 4. Plus or minus 114 inch in 10 feet, 1/2 inch maximum, for vertical alignment of head joints. CONCRETE UNIT MASONRY 04220-7 r t LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS B. Variation from Level: Do not exceed the following construction tolerances for bed joints and lines of exposed lintels, sills, parapets, horizontal grooves, and other conspicuous horizontal elements: 1. 1/4 inch in one bay or in 10 feet maximum. 2. 1/2 inch in 20 feet or more. C. Variation from Plan Lines: Do not exceed the following horizontal construction tolerances for related portions of columns, walls, and partitions: 1. 1/2 inch in any bay or in 20 feet maximum. _ 2. 3/4 inch in 40 feet or more. D. Variation in Cross Section: Do not exceed the following construction tolerances for thickness of walls and other masonry elements: 1. Minus 1/4 inch. 2. Plus 1/2 inch. E. Variation in Mortar Joint Thickness: Do not exceed the following construction tolerances for thickness of mortar joints: 1. Bed joints: Plus or minus 1/8 inch. 2. Head joints: Minus 1/4 inch, plus 3/8 inch. 3.3 MASONRY CONSTRUCTION - GENERAL A. Layout: Lay out masonry for accurate pattern bond, for uniform joint widths, and for accurate location of specific features before beginning actual construction. Avoid use of masonry units of less than 1/2 size. Do not use units with less than nominal 4 inch horizontal face dimensions at comers and jambs. B. Pattern Bond: Lay exposed masonry in running bond except where other bonds are indicated at special features. 1. , Lay concealed masonry in running bond, or lap units at least 2 inches. 2. Interlock wythes at corners and offsets in each course with masonry bond. C. Stopping Work: Lay masonry in proper sequence to avoid toothing. Rack walls back in each course at end of each work day. Before resuming, clean exposed surfaces and remove loose masonry units and mortar. _ D. Built-in Work: As work progresses, build in items indicated for installation in masonry, filling around built-in items solidly with masonry. _ 1. Fill joints between masonry and metal frames solidly with mortar, unless specific conditions are otherwise detailed. 2. At locations where built-in items are to be connected to hollow unit masonry, solidly grout cores to provide adequate anchorage. 3. Unless other conditions are specifically detailed, solidly grout cores for at least 24 inches below bearing plates, lintels, and similar features and conditions. 03271196 CONCRETE UNIT 04220-8 MASONRY LUBBOCK INTERNATIONAL AIRPORT II LUBBOCK, TEXAS E. Expansion and Control Joints: Build in movement joints where indicated, installing accessory items as masonry is constructed. r 1. Install non -elastic joint fillers as indicated. 3.4 LAYING MASONRY UNITS A. Solid Masonry Units: Install in full bed joints and with head joint completely filled prior to laying each unit; do not slush head joints. B. Hollow Masonry Units: Install so that face shells are solidly mortared, horizontally and vertically. Bed webs solidly in mortar at starting course. 1. Bed webs solidly in mortar at cores to be grouted. C. Joints: Make mortar joints visually and dimensionally consistent. r1. Except as otherwise indicated, maintain mortar joint widths of 3/8 inch. D. Concealed Joints: Cut flush, unless otherwise detailed. E. Exposed Joints: Using concave jointer slightly larger than joint width, tool exposed joints before mortar has assumed final set. i F. Resetting: Do not pound, tap, or otherwise attempt to adjust masonry units after initial set has occurred. Remove units which require adjusting, clean thoroughly, and reset in fresh f" mortar. 3.5 JOINT REINFORCEMENT, SINGLE-WYTHE WALLS A. General: Provide continuous horizontal joint reinforcement for specific single-wythe masonry walls indicated. Lap reinforcing a minimum of 6 inches. B. Vertical Spacing: Not more than 16 inches on center. b t C. Continuity: Use prefabricated L-shaped and T-shaped sections at corners and 'intersections. Do not span movement joints with reinforcement. 3.6 ANCHORING MASONRY A. Structural Framing Anchorage: Anchor masonry to structural framework at points of adjacency, and as follows: r" 1. Maintain open space of 1 inch or more between face of framing member and masonry F elements. 2. Fasten anchors to structure and embed in mortar joints as masonry is laid. j 3. Space anchors at maximum of 36 inches on center horizontally and 24 inches on center vertically. 03271196 CONCRETE UNIT 04220-9 MASONRY i ' LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 3.7 INSTALLING REINFORCED UNIT MASONRY A. Preparation: Clean reinforcement bars of loose rust; do not use bars which have rusted excessively or which have bends or kinks not shown on drawings. B. Placing Reinforcement: Secure reinforcement accurately at locations indicated and to avoid displacement; minimum spacing between bars or to masonry surfaces shall be bar diameter or 1/4 inch for fine grout and 1/2 inch for coarse grout, whichever is greater. C. Splicing: Provide lapped splices of minimum size indicated or permitted by governing code at locations shown; other methods or locations must be approved by the Architect/Engineer. _ 1. Comply with requirements of AWS DIA for welding splices, ,where welding is indicated as required or acceptable. D. Formwork: Construct formwork where required for temporary support of reinforced masonry, bracing as required to maintain proper shape during placement and curing of grout and adequately tight to avoid grout leakage. 3.8 GROUTING A. Grouting Technique: Perform all grouting by means of low4ift technique; do not use high -lift grouting. 1. Do not exceed 12 inches in height for grout pours. — 3.9 INSTALLING CONCEALED MASONRY FLASHING — A. General: Whether or not specifically indicated, install flashing at all conditions such as lintels and shelf angles, where the downward flow of any water within the masonry will be — interrupted, so that such water will be diverted to the exterior. Extend fleshings full width at such obstructions and at least 4 inches into adjoining masonry, or turn up to form watertight pan at non -masonry construction. Remove or cover protrusions or sharp edges on substrates which could puncture fleshings. Place flashings on sloped mortar bed; seal lapped ends and penetrations of flashing before covering with mortar. 1. Extend metal flashings to within 1/4 inch of exterior face of masonry. 2. Extend fabric or laminated flashings to within 1/4 inch of exterior face of masonry. B. Heads and Sills: 'lion up ends of flashing at least 2 inches at heads and sills to form a pan, and seal joints. C. Sealing; Seal all joints in flashing to assure watertight integrity. _ I. Seal deformed metal flashing at ends by lapping at least 2 inches and interlocking deformations; install sealant at lapped edge. 2. Lap end joints on nondeformed metal flashings at least 4 inches; seal laps with elastic sealant or mastic. 03271196 CONCRETE UNIT 04220.40 MASONRY LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 3. Lap end joints of flexible fleshings at least 4 inches; seal in accordance with manufacturer's instructions. D. Weep Holes: Provide weep holes in head joints of the first course of masonry immediately above concealed fleshings. Space at intervals indicated on the drawings. E. Reglets and Other Accessories: Install to receive flashing where indicated. 3.10 REPAIRING MASONRY A. Replacement: Carefully remove areas of damaged masonry and replace with matching, undamaged units using mortar which matches original work. B. Pointing: As joints are being tooled, remove mortar with visible holes or mortar which cannot be compacted properly because of hidden voids, and replace with fresh mortar, filling each joint completely and tooling to match adjacent work. 3.11 CLEANING AND PROTECTION A. Clean masonry after mortar is thoroughly set and cured. 1. Scrape off adhered mortar particles by hand, using non-metallic tools. 2. Test cleaning methods on half of sample panel, leaving other half in original state. 3. Comply with directions of concrete unit masonry manufacturer and NCMA Tek Bulletin No. 45 for cleaning CMU. B. Protection: Institute protective measures as required to ensure that unit masonry work will be clean and undamaged at substantial completion. r' 03271196 k END OF SECTION 04220 CONCRETE UNIT MASONRY 04220-11 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 11 SECTION 05120 - STRUCTURAL STEEL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Fabrication and erection of structural steel framing members, as defined in AISC Code and as indicated on the drawings. 2. Shop painting. 1.2 SUBMITTALS A. Product Data: Producer's or manufacturer's information for products as follows, including sufficient data to show compliance with specified requirements: 1. Specifications for primer paint, including manufacturer's data on chemical composition, adhesion of spray fireproofing, and dry film thickness per applied coat. B. Shop Drawings: Complete drawings for structural steel, including information on location, type, and size of all connections, distinguishing between those made in the shop and those made in the field. 1. Prepare shop drawings under the seal of a professional structural engineer registered in the state in which the project is located. 2. The fabricator is specifically responsible for the adequacy of any connections designed by the fabricator to performance standards established in the contract documents. Approval by the architect of shop drawings shall not relieve the fabricator of this responsibility, despite wording to the contrary in paragraph 4.2.1 of the AISC Code. 1.3 QUALITY ASSURANCE A. Welding Procedures: Establish that joint welding procedures are prequalified or test in accordance with American Welding Society (AWS) qualification procedures. B. Regulatory Requirements: Unless other requirements of governing authorities or particular requirements of this specification are more stringent, comply with provisions of the following: 1. AISC "Code of Standard Practice for Steel Buildings and Bridges." 2. AISC "Specification for Structural Steel Buildings — Allowable Stress Design and Plastic Design," with Commentary and Supplements. 3. AWS D1.1, "Structural Welding Code - Steel." 03271196 STRUCTURAL STEEL 05120-1 r" LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS C. Testing and Inspection Agency: The owner will engage an independent testing and inspection agency to perform testing, inspect and evaluate connections, and prepare test reports. 1. Correct deficiencies in the structural steel work identified by the testing and inspection agency at no additional expense to the owner. Subsequent tests to confirm the adequacy of corrected work will be at the contractor's expense. - PART 2 - PRODUCTS 2.1 STEEL MATERIALS A. Structural Steel Members: ASTM A 36. B. Structural Tubing, Cold -Formed: ASTM A 500. C. Steel Stud Shear Connectors: ASTM A 108 cold drawn bar stock, complying with requirements of AWS D1.1. D. Carbon Steel Bolts and Nuts: ASTM A 307, Grade A. 2.2 MISCELLANEOUS MATERIALS A. Welding Electrodes and Fluxes: AWS D1.1; types as required by materials being welded. B. Shop Primer: Fabricator's standard primer. 2.3 FABRICATION A. Shop Assembly -General: Comply with requirements of AISC Specifications. Shop fabricate and assemble to maximum degree possible. B. Connections: 1. Shop connections: Welded, unless bolts are specifically indicated. 2. Field connections: Welded, unless bolts are specifically indicated. 3. Welds: Comply with requirements of AWS Code for welding procedures and quality of _ welds, including appearance. C. Finishing: Accurately mill ends of columns and other members which must transmit loads in bearing. D. Shear Connectors: Automatically end weld in accordance with the AWS Code and manufacturer's instructions. 03271196 STRUCTURAL STEEL 0120-2 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS T 2.4 SHOP COATING -PAINT A. Shop prime all steel members, except: 1. Steel members embedded in concrete or mortar. B. Preparation: Thoroughly clean steel surfaces to be shop primed, removing loose rust, loose mill scale, dirt, oil, and grease. Clean steel in accordance with SSPC procedures as follows: 1. SSPC-SP 2: Hand tool cleaning. C. Painting: As soon as possible after cleaning, apply specified primer paint in accordance with instructions of paint manufacturer, at a rate sufficient to provide a finished thickness of not less than 1.5 mils and an average thickness of 2.0 mils. 2.5 SHOP QUALITY CONTROL A. Testing and Inspection: 4 1. General: Provide access to testing and inspection agency so that specified testing and inspection can be safely accomplished. 2. Shop bolted connections: Comply with testing and verification procedures in AISC "Specification for Structural Joints Using ASTM A325 or A490 Bolts." r 3. Shop welded connections: Inspect and test shop -fabricated welds as follows: a. Visually inspect all welds. PART 3 - EXECUTION 3.1 ERECTION A. General: Erect structural steel in compliance with AISC Code and Specifications. B. Assembly: 1. Set structural members accurately to locations and elevations indicated, within tolerances 1 established in AISC Code, before making final connections. 2. Do not use thermal cutting to correct fabrication errors on any major structural member. C. Bolting: 1. Carbon steel bolts: Use only for temporary bracing during erection, unless otherwise specifically permitted by contract documents. i 03271196 STRUCTURAL STEEL 05120-3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS D. Welding: 1. Perform field welding in accordance with AWS "Structural Welding Code - Steel." 2. Tighten and leave in place erection bolts used in field -welded construction. 3.2 FIELD QUALITY CONTROL A. Testing and Inspection: 1. General: Provide access to testing and inspection agency so that specified testing and inspection can be safely accomplished. 2. Field -bolted connections: Comply with testing and verification procedures in AISC "Specification for Structural Joints Using ASTM A325 or A490 Bolts." 3. Field -welded connections: Inspect and test field -fabricated welds as follows: a. Visually inspect all field welds. END OF SECTION 05120 03271196 STRUCTURAL STEEL 05120-4 � I LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SECTION 06402 - INTERIOR ARCHITECTURAL WOODWORK PART 1 - GENERAL r 1.1 RELATED DOCUMENTS I A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. j� 1.2 SUMMARY I A. This Section includes the following: r 1. Laminate -clad cabinets (plastic -covered casework). 2. Shop finishing of woodwork. P 1.3 DEFUSIMONS A. Interior architectural woodwork includes wood furring, blocking, shims, and hanging strips for installing woodwork items unless concealed within other construction prior to woodwork installation. I 1.4 SUBMITTALS r� } A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. r B. Product data for each type of product and process specified and incorporated into items of architectural woodwork during fabrication, finishing, and installation. C. Fire -retardant -treatment data for material treated to reduce combustibility. include certification by treating plant that treated materials comply with requirements. r D. Shop drawings showing location of each item, dimensioned plans and elevations, large-scale details, attachment devices, and other components. f 1. Show details full size. 2. Show locations and sizes of furring, blocking, and hanging strips, including concealed blocking and reinforcing specified in other Sections. 3. Show locations and sizes of cutouts and holes for plumbing fixtures, faucets, soap items installed in architectural woodwork. 4. Apply WIC Certified Compliance Label to first page of shop drawings. �" 032711 INTERIOR ARCHITECTURAL WOODWORK 06402 - 1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS E. Samples for initial selection of the following in the form of manufacturer's color charts consisting of actual units or sections of units showing the full range of colors, textures, and patterns available for each type of material indicated. 1. Plastic laminates. F. Samples for verification of the following: 1. Laminate -clad panel products, 8 by 10 inches (200 by 250 min), for each type, color, pattern, and surface finish, with separate samples of unfaced panel product used for core. 2. Comer pieces as follows: a. Cabinet front frame joints between stiles and rail, as well as exposed end pieces, 18 inches high by 18 inches wide by 6 inches deep. b. Miter joints for standing trim. G. Product certificates signed by woodwork fabricator certifying that products comply with specified requirements. H. Qualification data for firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: Firm experienced in producing architectural woodwork similar to that indicated for this Project and with a record of successful in-service performance, as well ' as sufficient production capacity to produce required units without delaying the Work. B. Installer Qualifications: Arrange for interior architectural woodwork installation by a firm that can demonstrate successful experience in installing architectural woodwork items similar in type and quality to those required for this Project. C. Single -Source Responsibility for Fabrication and Installation: Engage a qualified woodworking firm to assume undivided responsibility for fabricating, finishing, and installing woodwork specified in this Section. D. Quality Standard: Except as otherwise indicated, comply with the following standard: 1. AWI Quality Standard: "Architectural Woodwork Quality Standards" of the Architectural Woodwork Institute for grades of interior architectural woodwork, construction, finishes, and other requirements. a. Provide AWI Certification Labels or Certificates of Compliance indicating that woodwork meets requirements of grades specified. 032711 INTERIOR ARCHITECTURAL WOODWORK 06402 - 2 i LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 1.6 DELIVERY, STORAGE, AND HANDLING A. Protect woodwork during transit, delivery, storage, and handling to prevent damage, soilage, and deterioration. B. Do not deliver woodwork until painting and similar operations that could damage, soil, or deteriorate woodwork have been completed in installation areas. If woodwork must be stored in other than installation areas, store only in areas whose environmental conditions meet requirements specified in "Project Conditions." 4 1.7 PROJECT CONDITIONS A. Environmental Limitations: Obtain and comply with woodwork fabricator's and Installer's coordinated advice for optimum temperature and humidity conditions for woodwork during its storage and installation. Do not install woodwork until these conditions have been attained and ,,.. stabilized so that woodwork will be within plus or minus 1.0 percent of optimum moisture content from date of installation through remainder of construction period. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide materials that comply with requirements of the AWI quality standard for each type of woodwork and quality grade indicated and, where the following products are part of interior woodwork, with requirements of the referenced product standards that apply to product characteristics indicated: 1. Softwood Plywood: PS 1. B. High -Pressure Decorative Laminate: NEMA LD 3, grades as indicated, or if not indicated, as required by woodwork quality standard. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering high-pressure decorative laminates that may be incorporated in the Work include, but are not limited to, the following: 2. Manufacturer: Subject to compliance with requirements, provide high-pressure decorative laminates by one of the following: a. Formica Corporation. b. Laminart. C. Nevamar Corp. d. Wilsonart. C. Adhesive for Bonding Plastic Laminate: Contact cement. r 032711 INTERIOR ARCHITECTURAL WOODWORK 06402 - 3 l LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS _. 2.2 ACCESSORY MATERIALS A. Reveals: Satin Stainless Steel: 2.3 INSTALLATION MATERIALS A. Furring, Blocking, Shims, and Hanging Strips: Softwood or hardwood lumber, kiln dried to less than 15 percent moisture content. B. Screws: Select material, type, size, and finish required for . each use. Comply with �- ASME B18.6.1 for applicable requirements. C. Nails: Select material, type, size, and finish required for each use. Comply with FS FF-N-105 for applicable requirements. D. Anchors: Select material, type, size, and finish required for each substrate for secure anchorage. Provide nonferrous metal or hot -dip galvanized anchors and inserts on inside face of exterior walls and elsewhere as required for corrosion resistance. Provide toothed steel or lead expansion bolt devices for drilled -in -place anchors. 2.4 FABRICATION, GENERAL A. Interior Woodwork Grade: Provide interior woodwork complying with the referenced quality standard and of the following grade: 1. Grade: Premium. B. Wood Moisture Content: Comply with requirements of referenced quality standard for wood moisture content in relation to relative humidity conditions existing during time of fabrication and in installation areas. C. Complete fabrication, including assembly, finishing, and hardware application, before shipment to Project site to maximum extent possible. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. 1. Trial fit assemblies at the fabrication shop that cannot be shipped completely assembled. Install dowels, screws, bolted connectors, and other fastening devices that can be removed after trial fitting. Verify that various parts fit as intended and check measurements of assemblies against field measurements indicated on approved shop drawings before _ disassembling for shipment. 032711 INTERIOR ARCHITECTURAL WOODWORK 06402 - 4 -- 1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS D. Shop -cut openings, to maximum extent possible, to electrical work, and similar items. Locate openings accurately and use templates or roughing -in diagrams to produce accurately sized and shaped openings. Smooth edges of cutouts and, where located in countertops and similar exposures, seal edges with a water-resistant coating. 2.5 LAMINATE -CLAD CABINETS (PLASTIC -COVERED CASEWORK) A. Quality Standard: Comply with AWI Section 400 requirements for laminate -clad cabinets. B. Quality Standard: Comply with WIC Section 15, "Plastic -Covered Casework." 1. Grade: Premium. C. AW1 Type of Cabinet Construction: As indicated. D. Laminate Cladding for Exposed Surfaces: High-pressure decorative laminate complying with the following requirements: 1. Horizontal Surfaces Other than Tops: GP-50, 0.050-inch nominal thickness. 2. Postformed Surfaces: PF-42, 0.042-inch nominal thickness. 3. Vertical Surfaces: GP-50, 0.050-inch nominal thickness. E. Materials for Semiexposed Surfaces: Provide surface materials indicated below: 1. High-pressure decorative laminate, Grade GP-28. F. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements: 1. Match Architect's sample. PART 3 - EXECUTION 3.1 PREPARATION A. Condition woodwork to average prevailing humidity conditions in installation area before installing. B. Before installing architectural woodwork, examine shop -fabricated work for completion and complete work as required, including back priming and removal of packing. 032711 INTERIOR ARCHITECTURAL WOODWORK 06402 - 5 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS 3.2 INSTALLATION A. Quality Standard: Install woodwork to comply with AWI Section 1700 for the same grade specified in Part 2 of this Section for type of woodwork involved. B. Install woodwork plumb, level, true, and straight with no distortions. Shim as required with concealed shims. Install to a tolerance of 1/8 inch in 96 inches (3 mm in 2400 mm) C. for plumb and level (including tops). D. Anchor woodwork to anchors or blocking built in or directly attached to substrates. Secure to -- grounds, stripping and blocking with countersunk, concealed fasteners and blind nailing as required for complete installation. Use fine finishing nails for exposed nailing, countersunk and filled flush with woodwork and matching final finish where transparent finish is indicated. E. Complete the finishing work specified in this Section to the extent not completed at shop or before installation of woodwork. 3.3 ADJUSTING AND CLEANING A. Repair damaged and defective woodwork where possible to eliminate functional and visual defects; where not possible to repair, replace woodwork. Adjust joinery for uniform appearance. _ B. Clean woodwork on exposed and semiexposed surfaces. 3.4 PROTECTION A. Provide final protection and maintain conditions in a manner acceptable to fabricator and Installer that ensures that woodwork is without damage or deterioration at the time of Substantial Completion. END OF SECTION 06402 032711 INTERIOR ARCHITECTURAL WOODWORK 06402 - 6 7 r- i LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SECTION 07190 - WATER REPELLENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and application of clear water repellent coating to the following vertical and nontraffic horizontal exposed surfaces: 1. Exterior concrete. B. Related Sections: The following sections contain requirements that relate to this Section: 1. Division 3 Sections for precast concrete. 2. Division 9 Section "Painting" for paints and coatings. 1.3 SUBMITTALS A. General: Submit the following according to the Conditions of Contract and Division 1 Specification Sections. B. Product data including manufacturer's specifications, surface preparation and application instructions, recommendations for water repellents for each surface specified, and protection and cleaning instructions. Include data substantiating that materials are recommended by manufacturer for applications indicated and comply with requirements. C. Samples: Submit 16 inch (400 mm) square samples of each substrate indicated to receive water repellent with the specified repellent treatment applied to half of each sample. D. Certification by water repellent manufaemm that products supplied comply with local regulations controlling use of volatile organic compounds (VOC). E. Material test reports from qualified independent testing agency indicating and interpreting test results relative to compliance of water repellents with Performance Requirements specified in the "Quality Assurance" article. 03271196 WATER REPELLENTS 07180 - 1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS 1.4 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who employs only persons trained and approved by water repellent manufacturer for installation of manufacturer's products. B. Manufacturer Qualifications: Firm experienced in manufacturing products similar to those indicated for this Project and that has a record of successful in-service performance. C. Regulatory Requirements: Comply with applicable rules of the pollution -control regulatory agency having jurisdiction in the Project locale regarding volatile organic compounds (VOC) and use of hydrocarbon solvents. D. Project Mockup: Apply water repellent to mockup, either partial or full coverage as directed, before proceeding with installation. Comply with installation requirements of this Section. E. Performance Requirements: Indicate test results for water repellents on substrate simulating Project conditions, as close as possible. Use same materials and methods of application to be used on the Project. 1. Absorption Tests: Comparison of treated and untreated specimens: a. Stone: ASTM C 97. b. Concrete Masonry Units: ASTM C 140. 2. Water Vapor Transmission: ASTM E 96. Comparison of treated and untreated specimens: 3. Water Penetration and Leakage Through Masonry: ASTM E 514. 4. Chloride Ion Intrusion: National Cooperative Highway Research Program (NCHRP) Report 244, Series H tests for percent reduction of water absorption and percent reduction in chloride content in concrete. 1.5 PROJECT CONDITIONS A. Weather and Substrate Conditions: Do not proceed with application of water repellent (except with written recommendation of manufacturer) under any of the following conditions: 1. Ambient temperature is less than 40 deg F (4 deg C). 2. Substrate surfaces have cured for less than one month. 3. Rain or temperatures below 40 deg F (4 deg C) are predicted for a period of 24 hours. 4. Earlier than 24 hours after surfaces became wet. 5. Substrate is frozen or surface temperature is less than 40 deg F (4 deg C). 6. Windy condition such that repellent may be blown to vegetation or substrates not intended. 03271196 WATER REPELLENTS 07180 - 2 F LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include, but are not limited to, the following: 1. Silane, 40 Percent Solids: a. Sil-Act ATS 42, Advanced Chemical Technologies. b. Aridox 40, Anti Hydro Company, Inc. C. Versaseal "S" 40, Applied Polymers of America, Inc. d. Weather Worker S-40, Dayton Superior Corp. e. Chem-Trete BSM 40, Huls America Inc. C Hydrozo Enviroseal 40, Hydrozo Inc. g. Pentane 40, L & M Construction Chemicals, Inc. h. Kleresea1940-S, Pecora Corporation. i. Weather Seal H40, ProSoCo, Inc. j. Penetrating Sealer 40, Sonneborn Building Products. k. Stonite S 19 40, Stonhard, Inc. 1. Baracade Silane 40 Percent, Tamms Industries. m. Rainstopper 140, Textured Coatings of America, Inc. 2.2 WATER REPELLENTS A. Silane, 40 Percent Solids: Penetrating water repellent. A monomeric compound containing approximately 40 percent alkyltrialkoxysilanes with alcohol, mineral spirits, water, or other proprietary solvent carrier. FPART 3 - EXECUTION 3.1 PREPARATION A. Clean substrate of substances that might interfere with penetration or performance of water r- repellents. Test for moisture content, according to repellent manufacturer's instructions to ensure that surface is sufficiently dry. B. Test for pH level, according to repellent manufacturer's instructions to ensure chemical bond to silicates minerals. C. Protect adjoining work, including sealant bond surfaces, from spillage or blow -over of water repellent. Cover adjoining and nearby surfaces of aluminum and glass where there is the possibility of the water repellent being deposited on surfaces. Cover live plants and grass. r i" 03271196 WATER REPELLENTS 07180 - 3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS — Immediately clean water repellent from adjoining surfaces, complying with manufacturer's cleaning recommendations. D. Coordination with Sealants: Do not apply water repellent until the sealants for joints adjacent to surfaces receiving water repellent treatment have been installed and cured. 1. Water repellent work may precede sealant application only if sealant adhesion and compatibility have been tested and verified using substrate, water repellent, and sealant materials identical to those used in the work. E. Test Application: Prior to performing water repellent work, including bulk purchase or delivery of products, prepare a small application in an unobtrusive location and in a manner acceptable to the Architect to demonstrate the final effect (visual, physical, and chemical) of planned installation. Proceed with work only after Architect accepts test application or as otherwise -- directed. 1. Revisions of planned installation, if any, and as requested by Architect, will be by change order where it constitutes a departure from requirements of contract documents at time of contracting. 3.2 INSTALLATION A. Apply a heavy -saturation spray coating of water repellent on surfaces indicated for treatment r using low-pressure spray equipment. Comply with manufacturer's instructions and recommendations using airless spraying procedure unless otherwise indicated. 1. Precast Work: At Contractor's option, first application of water repellent on precast concrete units may be completed prior to installing units. Mask sealant -bond surfaces to prevent water repellent from migrating onto joint surfaces. B. Apply a second saturation spray coating, repeating first application. Comply with manufacturer's instructions for limitations on drying time between coats and after rainstorm wetting of surfaces between coats. Consult manufacturer's technical representative if printed recommendations are not applicable to Project conditions. C. Remove protective coverings from adjacent surfaces. END OF SECTION 07180 03271196 WATER REPELLENTS 07180 4 r LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS SECTION 07420 - ALUMINUM COMPOSITE PANEL SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SCOPE OF WORK A. Furnish all labor and materials necessary to complete all composite building panels indicated on the project drawings and as specified herein. B. Composite building panels are based on the composite aluminum panels equal to Alucobond Material by Alucobond Technologies and the attachment system equal to the UNIVERSEm 2000 Attachment System as supplied by Dunmon Corporation, St. Louis, MO. C. The work of this section consists of the following general categories of work: 1. Exterior Sign Base Cladding. D. Sealant for a complete panel system shall be a part of this section. Sealant type to be as recommended by the panel system fabricator, supplied and installed by the panel installer. Color to be selected by architect from manufacturer's standard color selector card. All metal surfaces to be primed per recommendations and instructions of sealant manufacturer prior to sealant installation. E. Metal stud framing and furring (18 gauge minimum) as may be required for the support of the panel wall is to be supplied and installed under the related specification. 1.3 RELATED WORK UNDER OTHER SECTIONS A. The following items of related work, specified in other sections, are not included. 1. Structural Steel 2. Metal Stud Framing System 03271196 ALUMINUM COMPOSITE PANEL SYSTEM 07420 - 1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 1.4 SUBN=ALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data including manufacturer's product specifications, standard details, certified product test results, installation instructions, and general recommendations, as applicable to materials and finishes for each component and for total panel system. C. Samples for verification purposes of composite panels and column covers. Provide 2 sample panels 12 by 12 inches panel assembly in the profile, style, color, and texture indicated. Include clips, battens, fasteners, closures, and other panel accessories. D. Shop Drawings showing layouts of panels on walls and roofs, details of edge conditions, _ column covers joints, corners, panel profiles, supports, anchorages, trim, flashings, closures, and special details showing a watertight and structurally sound panel system. Distinguish between factory and field assembly work. 1.5 PERFORMANCE A. Provide composite building panel system which has been pretested by an independent testing laboratory to provide specified resistance to air and water infiltration and structural deflection, when installed as specified herein. B. Structural Deflection: Deflection of perimeter framing members shall not exceed L/175 of span length or 16 inches, whichever is less; or there shall be no permanent set in excess of .100 inches. C. Performance Test Standards: 1. Static Air Infiltration (ASTM E283-84) at 10.0 psf (63.3 mph wind and 1.92" H2O). Air infiltration shall not exceed .06 cfm per square foot for the fixed wall. 2. Static Water Infiltration (ASTM E331-83) at 15.0 psf (77.5 mph wind and 2.88" H2O) with a water spray rate of five (5) gallons per hour per square foot minimum for 15 minutes, no water infiltration on roomside. 3. Structural Performance (ASTM E330) shall be tested in accordance with a design pressure of 40 psf. Deflection limitations as listed previously (1.05.B). After initial test, test at 150% of design pressure. No permanent deformation exceeding L/1000 or failure to structural members allowed. _ 4. Fire Performance Characteristics: Provide test report on the panel material in accordance with the following: a. Flame Spread 0, Smoke developed 0; ASTM-E 84. _ b. ASTM-E108, Modified C. Nosurface flaming: ASTM E162 03271196 ALUMINUM COMPOSITE PANEL SYSTEM 07420 - 2 i 1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 1.6 QUALITY ASSURANCE I A. Installer Qualifications: Engage an experienced Installer, with 5 years minimum experience, who has completed work similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance, acceptable to composite panel manufacturer. B. Fabricator Qualifications: Engage a firm with 5 years minimum experience in producing I composite panels similar to those indicated for this Project and with a record of successful in- service performance, as well as sufficient production capacity to produce required units r without delaying Work. C. Field Measurements: Where possible, prior to fabrication of panels, take field measurements of structure of substrates to receive panel system. Allow for trimming panel units where final dimensions cannot be established prior to fabrication. D. The panel system fabricator will prepare the shop drawings in accordance with their standard published product data and criteria established by others. The general contractor and i subcontractor shall be responsible to verify the information contained therein including all dimensions. rField verification of dimensions are required. The general contractorlsubcontractor shall be responsible to supply these dimensions to the panel system fabricator prior to r- engineering/fabricating of the materials. Discrepancies found during field verification shall I be corrected at no cost to the Owner. r F 1.7 PRODUCT DELIVERY, STORAGE & HANDLING A. All materials under this section shall be packaged, boxed, wrapped, or otherwise protected to assure complete protection from damage during shipment. B. Materials shall be stored in interior spaces or above ground under protective, and ventilated covers. C. The subcontractor shall be responsible for proper storage and handling. Extra protective measures shall be taken to assure that panel edges are secured from damage at all times. 1.8 COORDINATION A. Coordinate the work of this section with work of other trades affecting, or affected by, this work to assure the steady progress of all the work of the contract 03271196 ALUMINUM COMPOSITE PANEL SYSTEM 07420 - 3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS B. Before proceeding with installation, the installer is to inspect all project conditions affecting the work of this section to assure that all such conditions and work are suitable to satisfactorily receive the work of this section. 1.9 WARRANTY A. The panel system manufacturer will warrant that the system it supplies will be free from defects in materials and workmanship for a period of three (3) years. B. The aluminum composite material manufacturer (sheet stock) will provide its standard product warranty. C. Finish Warranty: Furnish panel manufacturer's written warranty covering failure of the factory -applied exterior finish on metal wall panels within the warranty period. This warranty shall be in addition to and not a.limitation of other rights the Owner may have against the Contractor under the Contract Documents. 1. Warranty period for factory -applied exterior finishes on wall panels is 20 years after the date of Substantial Completion. PART 2 PRODUCTS 2.1 ACCEPTABLE COMPOSITE PANEL MANUFACTURERS A. Alpoliem by Mitsubishi Chemical America, Inc., Chesapeake, VA. B. Alucobondm by Alucobond Technologies, Inc., St. Louis, MO. C. Renobondm by Renolds Metals Co., St. Louis. MO. D. Dunmon Corporation, St. Louis, Mo. 2.2 MATERIALS A. The drawings and specifications are based on composite metal facing panels with non - progressive, mechanical/ sealant type attachment method. B. Composition: Two sheets of .020 aluminum sandwiching a core of extruded thermoplastic formed in a continuous process with no glues or adhesives between dissimilar materials. Total thickness of panel shall be 4mm (approx. 3/16"). 03271196 ALUMINUM COMPOSITE PANEL SYSTEM 07420 4 F LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS F C. Fluoropolymer Coating: Manufacturer's standard two -coat, thermo-cured, full-strength 70 percent "Kynar 500" coating consisting of a primer and a minimum 0.75-mil dry film thickness with a total minimum dry film thickness of 0.9 mil and 30 percent reflective gloss when test in accordance with ASTM D 523. F1. Durability: Provide coating that has been field tested under normal range of weathering conditions for minimum of 20 years without significant peel, blister, flake, chip, crack, or check in finish; without chalking in excess of No. 8 in accordance with ASTM D 1 659; and without fading in excess of 5 NBS units. 2. Color: Equal to Aluccat SL, Copper Mtallic. D. Bituminous Paint: Cold -applied asphalt -mastic paint complying with SSPC Paint 12 requirements, except containing no asbestos, formulated for 30-mil (.762-mm) thickness per r coat. l r 2.3 PANEL SYSTEM REQUIREMENTS l A. The panel system is to be of a rout and return configuration utilizing eontinuous aluminum extrusion attachment system. B. The aluminum composite panel attachment system shall be thermally broken and incorporate the necessary thermal expansion and contraction movements within the confines of the attachment mechanism surrounding each panel C. The attachment system shall allow for removal of any individual panel within the erected system for damage replacement or access to structure behind the panel, without disturbing adjacent panels. D. Panel system to be field sealed between panels with silicone materials as specified in the related specification. E. Detail and fabricate panels to the sizes, configurations and layouts as shown on the approved r shop drawings. Panel system fabricator's shop drawings will provide for flat panel surfaces ` within the tolerances and performance requirements of the panel manufacturer. F. Fabricate all materials in accordance with field measurements. 7 G. 03271196 r k Grain pattern of anodized and metallic finished aluminum facing sheets to run in same direction, unless otherwise specified. Panels shall be marked to coordinate with the approved shop drawings. Provide protective film on exposed panel faces and leave in place during fabrication. ALUMINUM COMPOSITE PANEL SYSTEM 07420 - 5 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS PART 3 - EXECUTION 3.1 PREPARATION A. Installer shall examine all surfaces and conditions which the work of this section is to be applied and notify the general contractor, in writing, of any defects which would be detrimental to proper installation and alignment of the work. No work shall be erected until all discrepancies have been resolved. Application of materials constitutes acceptance of subsurfaces and conditions. 3.2 INSTALLATION A. Typically, all aluminum composite panels will be shipped flat with all sides completely fabricated and notched ready for field forming and installation. _ B. Install composite metal panel system in accordance with the panel system fabricator's approved shop drawings and as illustrated in the fabricator's panel system "Installation Instruction Manual". C. Erect and securely anchor all panels plumb, level, square and true to line in accordance with approved shop drawings. Metal grain of panels to be installed in same direction on anodized and metallic finished material, unless otherwise noted on the approved shop drawings. D. Tolerances: Maximum deviation from vertical and horizontal alignment of erected panels shall not exceed 'A" inch per 12 foot length of any member, or 'A" in any total run in any line. E. Use concealed fastening system of non -corrosive type fasteners as recommended by the panel - systems manufacturer. These fasteners to occur under all sealant joints. No exposed, visible fasteners are permitted. F. Provide for necessary structural movement as indicated on the approved shop drawings. G. Sealant at all panel joints to be installed as part of the related specifications. 1. Installer to prime metal surfaces as recommended by sealant manufacturer. Install sealant in accordance with sealant manufacturer's recommendations. Finished sealant joints to have clean edges. H. Remove protective film from panel faces immediately upon completion of panel installation. _ I. Apply bituminous coating or other permanent separation materials on concealed panel surfaces 03271196 ALUMINUM COMPOSITE PANEL SYSTEM 07420 - 6 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS where panels would otherwise be in direct contact with substrate materials that are noncompatible or could result in corrosion or deterioration of either material or finishes. 3.3 PANEL ATTACHMENT SYSTEM A. Attachment System includes: 1. Fabricated composite metal panels. 2. Attachment System. 3. Protective film one (1) side of panels. 4. Stud framing members required for panel systems support. B. Attachment System does not include: 1. Flashings. 2. Insulation. 3. Wood blocking, furring. 4. Sheathing and gypsum drywall. 5. Sealant and primers. C. Attachment System to freely allow thermal movement of each panel. 1. Fasteners into or attached to panels are not permitted. 2. Metal to metal sliding joints are not permitted. 3. Panels to use a continuous perimeter extrusion in a rout and return configuration. D. Vapor Barrier Attachment System is a wet sealed weather tight system, without weeps. E. Panel Removal 1. Panels are to be removable from the exterior without disturbing adjacent panels and are to be reinstalled with the original installation method. F. Sealant Joints 1. Joint width to be %" (+/-1/16"). 2. All metal surfaces to be primed per recommendations of sealant manufacturer. G. Panel Protection 1. Panels to be covered with a protective film during fabrication and erection. 03271196 ALUMINUM COMPOSITE PANEL SYSTEM 07420 7 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 2. Film is to be removed immediately after panel installation. Final cleaning and protection then becomes the responsibility of the general contractor. H. Fasteners 1. Fasteners exposed to atmosphere to be stainless steel or equal. I. Installation 1. Panel installation to be performed by workers experienced with commercial panel installation. 2. Sealant to be installed by the same workmen as above or independent caulking contractor. 3.4 CLEAN-UP A. Upon completion, remove and legally dispose of all trash and debris resulting from operations of this section. END OF SECTION 07420 03271196 ALUMINUM COMPOSITE PANEL SYSTEM 07420 - 8 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS SECTION 10350 - FLAGPOLES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Aluminum flagpoles. B. Related Sections include the following: 1. Division 3 Section "Cast -in -Place Concrete" for concrete footings for flagpoles, if any. and if not specified in this Section. 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide flagpoles capable of withstanding the effects of wind loads as determined according to the building code in effect for this Project or NAAMM FP 1001, "Guide Specifications for Design Loads of Metal Flagpoles," whichever is more stringent. 1. Base flagpole design on maximum standard -size flag suitable for use with pole or flag size indicated, whichever is more stringent. 2. Basic Wind Speed: For Project location 90 mph. 1.4 SUBMITTALS A. Product Data: For each type of flagpole required. Include installation instructions. B. Shop Drawings: Show general layout, jointing, grounding method, and anchoring and supporting systems. 1. Include details of foundation system for ground -set poles. C. Structural Calculations: For flagpoles indicated to comply with certain design loadings, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 03271196 FLAGPOLES 10350 - 1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS D. Finish Samples for Verification: For each finished metal used for flagpoles and accessories. 1.5 QUALITY ASSURANCE A. Source Limitations: Obtain each flagpole as a complete unit from a single manufacturer, including fittings, accessories, bases, and anchorage devices. 1.6 DELIVERY, STORAGE, AND HANDLING A. General: Spiral wrap flagpoles with heavy kraft paper or other weathertight wrapping and enclose in a hard fiber tube or other protective container. -- PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: r- 1. Baartol Co., Inc. 2. 'Concord Industries, Inc. 3. Eder Flag Manufacturing Co., Inc. 4. Ewing: John Ewing & Co. Inc. 5. ICC Manufacturing Co.; Morgan -Francis Div.; AABEC Pole Div. 6. Kearney -National Inc.; American Flagpole Div. 7. Lingo, Inc.; Acme Flagpole Co. Div. 8. Michigan Flagpole Inc. 9. Olympus Flag & Banner; EMC Div. -- 10. PLP Composite Technologies, Inc. 11. Pole -Tech Co., Inc. 2.2 FLAGPOLES A. Pole Construction, General: Construct poles and ship to Project site in one piece, if possible. If more than one piece is necessary, provide snug -fitting precision joints with self -aligning, internal splicing sleeve arrangement for weathertight, hairline field joints. _ 03271196 FLAGPOLES 10350 - 2 -" LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS B. Aluminum Flagpoles: Fabricate from seamless, extruded tubing complying with ASTM B 241 (ASTM B 241M), alloy 6063, with a minimum wall thickness of 3/ 16 inch (4.8 mm). Heat treat after fabrication to comply with AS71M B 597, temper T6. 1. Provide cone tapered aluminum flagpoles, 12" base dimension, 30 feet exposed length. C. Foundation Tube: Galvanized corrugated -steel foundation tube, 0.0635-inch (1.6-mm) minimum wall thickness, sized to suit flagpole and installation. Provide with 3/16-inch (4.8-mm) steel bottom plate and support plate; 3/4-inch- (19-mm-) diameter, steel ground spike; and steel centering wedges all welded together. Galvanize steel parts, including foundation tube, after assembly. Provide loose hardwood wedges at top of foundation tube for plumbing pole. 1. Provide flashing collar of same material and finish as flagpole. D. Hinged Baseplate: Cast -metal tilting baseplate or shoe base and anchored plate joined by permanently secured pivot pin. Provide with stainless -steel screws for securing tilting base to anchored plate when not tilted, and provide with anchor bolts. 1. Provide aluminum base or aluminum flashing collar; finish to match flagpole. 2. Provide ground spike at pavement -mounted flagpoles. 2.3 FYMINGS A. Finial Ball: Manufacturer's standard flush -seam ball, sized as indicated or, if not indicated, to match pole -butt diameter. 1. 0.063-inch spun aluminum, finished to match pole shaft. B. Internal Halyard, Winch System: Manually operated winch with control stop device and removable handle, stainless -steel cable halyard, and concealed revolving truck assembly with plastic -coated counterweight and sling. Provide flush access door secured with cylinder lock. Finish truck assembly to match flagpole. C. Halyard Flag Snaps: Provide 2 swivel snap hooks per halyard, as follows: 1. Bronze. D. Flags: 1. Provide six (6) U.S. Flags, 5 by 8 feet, 100 percent nylon. 2. Provide six (6) Texas Flags,-5 by 8 feet, 100 percent nylon. 2.4 MISCELLANEOUS MATERIALS A. Concrete: Comply with requirements of Division 3 Section "Cast -in -Place Concrete." r 03271196 FLAGPOLES 10350 - 3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS B. Concrete: Provide concrete composed of portland cement, coarse and fine aggregate, and water mixed in proportions to attain a 28-day compressive strength of not less than 3000 psi (20 MPa), complying with ASTM C 94. C. Nonshrink, Nonmetallic Grout: Factorypackaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. D. Sand: ASTM C 33, fine aggregate. E. Elastomeric Sealant: Comply with requirements of Division 7 Section "Joint Sealants." 2.5 FINISB ES r_ A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations relative to applying and designating finishes. B. Aluminum: Finish designations prefixed by AA conform to the system established by the Aluminum Association for designating aluminum finishes. 1. Class I, Color Anodic Finish: AA M32C22A42/A44 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, integrally colored or electrolytically deposited color coating 0.018 nun or thicker) complying with AAMA 606.1 or AAMA 608.1. a. Color: Light bronze. PART 3 - EXECUTION 3.1 PREPARATION A. Prepare in -ground flagpoles by painting below -grade portions with a heavy coat of bituminous paint. B. Excavation: For foundation, excavate to neat clean lines in undisturbed soil. Remove loose soil and foreign matter from excavation and moisten earth before placing concrete. C. Provide forms where required due to unstable soil conditions and for perimeter of flagpole base at grade. Secure forms, foundation tube, fiberglass sleeve, or anchor bolts in position, braced to prevent displacement during concreting. D. Place concrete immediately after mixing. Compact concrete in place by using vibrators. Moist - cure exposed concrete for not less than 7 days or use a nonstaining curing compound. E. Trowel exposed concrete surfaces to a smooth, dense finish, free of trowel marks, and uniform in texture and appearance. Provide positive slope for water runoff to base perimeter. . . 03271196 FLAGPOLES 10350 - 4 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 3.2 FLAGPOLE INSTALLATION A. General: Install flagpoles where shown and according to Shop Drawings and manufacturer's written instructions. B. Foundation -Tube Installation: Install flagpole in foundation tube, seated on bottom plate between steel centering wedges. Plumb flagpole and install hardwood wedges to secure flagpole in place. Place and compact sand in foundation tube and remove hardwood wedges. Seal top of foundation tube with a 2-inch layer of elastomeric sealant and cover with flashing collar. C. Baseplate Installation: Install baseplate on washers placed over leveling nuts on anchor bolts and adjust until flagpole is plumb. After flagpole is plumb, tighten retaining nuts and fill space under baseplate solidly with nonshrink, nonmetallic grout. Finish exposed grout surfaces smooth and slope 45 degrees away from edges of baseplate. END OF SECTION 10350 03271196 FLAGPOLES 10350 - 5 LUBBOCK INTERNATIONA L AIRPORT LUBBOCK, TEXAS SECTION 10400 - SPECIALTY SIGNS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this Section. 1.2 SCOPE OF WORK A. Extent of the specialty signs is shown on the drawings and specified in these special provisions. 1.3 QUALIFICATIONS r A. Employ a Signs and Graphics Specialist Subcontractor to prepare shop drawings and samples, manufacture, fabricate, assemble, and install work of this Section, who is able to demonstrate an experienced and completed project record satisfactory to the Architect. B. Assume responsibility of the quality of materials and workmanship required for the execution of the work. C. Guarantee all materials and workmanship for a period of two (2) years after the final acceptance of the work, and, if during this period any defects of faulty materials are found, immediately upon notification of the Owner's representative, proceed at own expense to remedy the condition together with any damage to the surrounding finishes or furnishings occurring as a result of the defect. D. Defects include but are not necessarily limited to: 1. Detachment of anchors from the base building or sign substrates. r� 2. Delamination or discoloration of adhesives and painted or other coatings. 1 3. Deformation of exposed sign surfaces. 1.4 SUBMITTALS A. Product Data: Submit manufacturer's specification including paint label analysis, application instructions for each material specified, and instructions for handling, storage, installation, protection, and maintenance of each product. B. Shop Drawings: Shop drawings shall be submitted to the Architect in the following manner: 1. One (1) sepia and one (1) blueline print of each drawing. i' C. Schedule: Upon successful bidder receiving award of contract, he shall prepare the following within ten (10) working days: 1. Complete schedule of shop drawing and sample submittal dates. 03271196 SPECIALTY SIGNS 10440-1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 2. Complete schedule of Sign Package Production presuming ten (10) working days for Architect's review of shop drawings and samples (from submittal dates). 1.5 SAMPLES A. Submit full size samples on actual materials and with actual colors as specified, for the following sign .- type drawings to the Architect for approval. Where feasible, approved samples may be included in the work. Paint samples shall be 8" x 10" and clearly identified on backside. 1. Sign Types C, D, E, F, K, N, 0, R and T. 1.6 COORDINATION A. Furnish information to and coordinate with related trades to assure a satisfactory completion of the work. In all cases where installation of mounting hardware involves other trades, all coordination with other trades shall be through the General Contractor. Furnish hardware, templates, and instructions at the appropriate time. 1.7 PERMITS A. Obtain and pay for all permits required for execution of the work. 1.8 U.L. STANDARDS A. Provide electrical components and component assemblies for each item of illuminated sign equipment which bear either "recognized markings" as indicated in UL listings of the "recognized component index," or a UL label, to show compliance with UL standards. PART 2 - PRODUCTS 2.1 CONFORMANCE TO REQUIREMENTS r- e- A. Products shall conform to the requirements specified for the particular item; and where these requirements are not specified in detail, the materials shall be suitable for the intended usage of the item. The materials listed below shall conform to the respective specifications and other requirements as ' designated below. 2.2 MATERIALS A. Provide colors, finishes, and materials as shown or specified. B. Acrylic: Acrylic sign finish shall be smooth, free of scratches, gouges, air bubbles, bulging, glass fiber strands between surface and background color, foreign matter, and other imperfections. Plexiglas _ manufactured by Atohaas, Independence Mall West, 6th and Market Street, Philadelphia, Pennsylvania 19106. Acrylic manufactured by American Cyramid or equal. Matte finish. 03271196 SPECIALTY SIGNS 10440-2 LUBBOCK INTERNATIONAL AIRPORT r LUBBOCK, TEXAS l 1. Permanent room identification plaques shall conform to ADA requirements for raised and brailled messages and pictograms. C. Vinyl die -cuts: 3M "Scotchcal" or approved equal. D. Aluminum: All aluminum specified shall have a color or finish as noted. Panel signs shall use thickness which will prevent oil canning or any other unevenness. E. Hardware: 1. All mountings and assemblies shall be executed in a concealed fashion. 2. Anchors, inserts, and fasteners shall be compatible with sign materials, shall not result in galvanic action or chemical interaction of adhesives and shall have demonstrative and sufficient strength for intended use. F. Paint: 1. For sign boards, sign posts, and sign structures: Imron 5000 by dupont or approved equal. a. Include paint system complete with substrate cleaner(s), primers and finish coating as required by metal manufacturer and paint manufacturer to meet contract requirements. b. Sheen: eggshell c. Provide a minimum of two coats, allowing proper curing time between coats. d. Apply with spray equipment. e. Colors: Provide colors to match those shown on the drawings. G. Fiber Reinforced Polyester - Fiber reinforced polyester panels reinforced with encapsulated impact - resistant polyurethane cores. 1. Apply glare -free coatings with ultraviolet - light inhibitors to a minimum thickness of two mils. 2. Molded faces with a minimum thickness of 1/8", 3/16" radiused edges. H. Adhesives: r=� 1. Silicone adhesive: `GE 1300" or equivalent clear adhesive. 2. `3M" or equivalent. a. Foam -cored, double -sided tape suitable for use in an exterior environment. 3. Ensure adhesives are compatible with sign and substrate materials and finishes. I. Interior Graphics Panels: Equal to Scotchprint Electronic Graphics System, four color reproduction on transfer media, transferred to marking -film and protected with interior protective clear film matte finish, 4 mil vinyl. J. Reflective Sheeting: 1. 3M "Scotchlite" High Intensity Grade, Pressure Sensitive, or approved equal, color as indicated on drawings. 03271196 SPECIALTY SIGNS r 10440-3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 2.3 FABRICATION AND MANUFACTURE A. Verification: Contractor shall verify and be responsible for all dimensions and conditions shown by these drawings. Written dimensions on the drawings shall have precedence over scaled dimensions. B. Notification: The Architect shall be notified of any discrepancies in the drawings or Graphic Schedule, in field dimensions or conditions and/or changes required in construction details. C. Fabricate signs to allow for adequate clearances around perimeter of system to enable proper installation. Fabricate to allow for thermal movement. D. Provide structural reinforcing within signs as required to maintain rigidity and to accommodate design loads. E. Provide the following, and indicate on shop drawings: Provide internal signage lighting an lighting for internally lit lettering, complete, for connection to stubbed in power supply indicated on electrical drawings. Provide lighting to accommodate future sign panels at tenant sign types. Provide even illumination appropriate for sign size and type, and provide access for servicing and the changing of bulbs. — F. Fit and assemble the work at the shop to the greatest extent possible. Disassemble only as required for shipment and erection. G. Design Intent: Details on the drawings are intended to establish the exterior appearance of the work. Contractor may change the interior construction shown to conform to his/her shop practice, in a manner that does not conflict with other portions of the specification. H. Visible screwheads and fasteners shall occur only at locations indicated on the drawings and approved submittals. I. Ensure that all edges and corners of finished letterforms and graphics are true and clean. Do not use •- letterforms and graphics with rounded positive or negative corners, nicked, cut , or ragged edges. J. Finish and paint all comers and edges of sign plaques. All corners and edges are to be eased. ,_. 2.4 GRAPHICS APPLICATION A. Typeface: Use Futura Bold and Futuna Medium as indicated by the drawings and the Sign Schedule. B. Original Artwork:- Original -art shall -be defined as artwork that is a first generation reproduction of the specified art. Edges and corners shall be clean; rounded comers, cut or ragged edges, edge build-up, bleeding or surface pinholes will not be accepted. Artwork will be provided where noted. C. Colors: Colors are specified on the Sign Detail Drawings. D. Labels: No labels or any form of identification other than shown or specified in the Sign Schedule shall appear anywhere on any signs. 03271196 SPECIALTY SIGNS 10440-4 LUBBOCK INTERNATIONAL AIRPORT r LUBBOCK, TEXAS 1' PART 3 - EXECUTION 3.1 INSPECTION A. Inspect conditions of locations and surfaces on which signs will be installed. Do not proceed with installation until defects or errors have been corrected. 3.2 WALK THROUGH A. The Sign Contractor is to arrange a meeting with the Architect at the site for the final location and alignment of all sign elements. 3.3 INSTALLATION r` A. Install signs at locations shown on drawings. Ensure that signs are installed plumb and true, at mounting 4 heights indicated, and by method shown or specified. Successful bidder to notify the Architect within ten (10) days of award of contract of installation schedule. 3.4 PROTECTION A. Protect the work and adjacent work and materials against damage during progress of the work until completion. Wrap finished work with paper, polyethylene film, or strippable waterproof tape for shipment and storage, and protect from damage during installation. 3.5 ADJUST AND CLEAN A. Repair any damage to signs incurred during installation to the satisfaction of the Architect. Replace signs which cannot be repaired to new condition. Clean glass, frames, and other sign surfaces, adjust hardware and electrical equipment for proper operation. Remove sign waste and debris from site. Signage Contractor shall arrange with the General Contractor for use of his/her waste receptacles. PART 4 - SIGN SCHEDULE 4.1 DESCRIPTION OF THE SIGN SCHEDULE A. The Sign Schedule lists the identification, quantity, and message(s) of every sign for the work and shows where to find other pertinent information regarding each sign. Quantities, references, and remarks shown on the Sign Schedule shall have precedence over drawings. If discrepancies in quantity are found between the specifications and the drawings, the Architect shall be notified at once. 4.2 SIGN TYPE A. Each sign is identified by type and an item number (A.01). 03271196 SPECIALTY SIGNS 10440-s LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 4.3 COPY AND GRAPHICS (MESSAGE) A. The copy and graphics for each sign is shown in the Sign Schedule approximately as they shall appear and shall be upper and lower case or all capital letters as shown in the Sign Details. Symbols or diagrams, when they occur, are indicated in the Sign Schedule and illustrated in the Sign Details. 4.4 SKEET/DETAIL A. Refer to the construction detail or details and the graphic layout details for each sign. The number r. identifies the page the drawing is on. 4.5 QUANTTTY r_ A. Quantity shown is that of each sign on each location drawing. In some cases, attic stocks of small signs may be requested, in addition to the initial required quantity. 4.6 LOCATION NUMBER A. Identifies a particular sign location on the sign location plan. 4.7 COPY CHANGES A. The Architect and/or Client may make changes and/or adjustments to the grids shown on the drawings, prior to sign fabrication, with no additional payment to Contractor, provided there is no increase in the total amount of graphic items (i.e., arrows, symbols, copy, etc.) shown. PART 5 - PRICING 5.1 PRICE A. Breakdown of bid price shall be provided indicated in the proposal. 5.2 BID BREAKDOWN A. The bid shall be put together so that the signs are unit priced. 5.3 UNIT PRICE PROTECTION _ A. The Signage Subcontractor shall provide a unit price guarantee for the duration of the project to the General Contractor. Furthermore, he shall also provide a schedule of unit prices to the Owner, that shall be guaranteed for a period of two (2) years, after the completion of installation. END OF SECTION 03271196 SPECIALTY SIGNS 10440-6 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS SECTION 11700 - FLIGHTBAGGAGE INFORMATION DISPLAY SYSTEM, VISUAL PAGING DISPLAY SYSTEM, AND MASTER CLOCK SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENT'S A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SCOPE A. General: 1. Furnish all labor, materials, apparatus, tools, equipment, transportation, temporary construction and special and occasional services to provide all necessary equipment to make a complete, FIDSBIDS/VPDS/MCS system as shown on the Contract Drawings and as described in these specifications. 2. Demonstrate by specified tests that all components and the completed systems meet the specifications to the satisfaction of the A/E. 3. The scope and location of conduits, junction boxes, receptacles and other distribution devices are shown on the electrical drawings. Any additional requirements must be submitted to the Architect during the Bidding Period. 4.. The exact location of equipment shall be coordinated with the Architect, Owner, and Contractor. B. Work Included: 1. All wiring and cabling. 2. All system receptacles (PSR). 3. All equipment and materials according to the layout as indicated on the drawings and described in the specifications. 4. Cover plates for outlet and junction boxes. S. Extension rings where required to obtain flush cover plate surface of finish walls. 6. Engraved nameplates where required. 03271196 FIDS/BIDS/VPDS/MCS 11700 - 1 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS C. Related Work Excluded: 1. All conduits including device junction boxes and pull -wires that are on the Contract Documents are provided by the Contractor. The conduit system shall be metallic. 2. The isolated grounding electrode, isolated grounding electrode conductor, and other equipment and materials for isolated ground system shall be provided by the Contractor. 1.3 INTRODUCTION A. This document describes the functional and operational requirements for the Flight and Baggage Information Display System (FIDSBIDS), Visual Paging Display System (VPDS), and Master Clock System (MCS) to be installed at the Lubbock International Air Terminal. The functional and operational requirements within this specification and drawings completely define the Scope Of Work for FIDSBIDS/VPDS/MCS. 1.4 GENERAL A. The FIDSBIDS System will display departure and arrival information for each flight, baggage assignment, and public information for passengers, airline/airport personnel, greeters and visitors in the Lubbock International Air Terminal. Operation of FIDS/BIDS shall be from the _ control center, airline offices and bag belt claim assignment center. B. The VPDS System shall process and display paging, message and other visual information at the corresponding video displays for passengers with hearing impairments, as well as airport -' and airline personnel at concourse, ticketing, baggage claim and arrival areas of the Lubbock International Air Terminal. Operation of the VPDS shall be from the Control Center. C. The Master Clock System shall provide a common time base for all visual clock displays, in addition to computer based airport information system equipment (FIRS, BIDS and VPDS), and other airport systems such as building maintenance management requiring accurate synchronized time. The Master Clock System shall consist of two major components, a master controller and visual clocks. The master controller shall be located in the Control Center. D. The purpose of this document is to set forth technical specifications and functional/operational requirements for FIDSBIDS/VPDS/MCS. E. All display components and controllers must be Underwrites Laboratories (UL)/Electronic Testing Laboratories (ETL) recognized and computer hardware must have FCC Part 15 approval. F. Electronic Industries Association (EIA) standard interface shall be used for data communications, using an Ethernet LAN. G. In addition to stated technical requirements, all equipment design, manufacturing and installation shall conform to the following codes: - 03271196 FIDS/BIDS/VPDS/MCS 11700 - 2 LUBBOCK INTERNATIONAL AIRPORT �» LUBBOCK, TEXAS I1. National Electrical Code, 1994 Edition 2. Standard Building Code, 1994 Edition 3. Architectural and Transportation Barriers ADA Compliance Board 36, CFR Part 1191, dated 9/6/91. 4. Texas Accessibility Standards, 1994 4 H. The Contractor shall perform all the work, and furnish all the labor, material, equipment, services and incidentals, and is required to complete the design, manufacturing and installation of said FIDSBIDS/VPDS/MCS described in this document. Including ancillary equipment, cables, training, spare parts and testing required for proper operation. The placement of displays and input devices in accordance with the information shown on the drawings. 1.5 SCHEDULE OF WORK AND SUBMITTALS A. All submittals shall be in accordance with the requirements of the Section 01300. B. Within thirty days of the date of the Notice to Proceed the Contractor shall submit a submittal schedule which shall include, but not be limited to, the following: 1. Submission of shop drawings, samples and layouts for all items described herein. 2. Start and Completion dates for the following tests: a. Performance tests on all individual electronic components as they are received from the manufacturer in the Contractor's shop. b. Performance tests on subassemblies and complete assemblies in the Contractor's shop. c. Performance tests on the systems at the job site. d. General performance testing of systems at the job site. e. Factory acceptance test. f. Final acceptance testing with the Consultant at the job site. 3. Submission dates for test results described herein. 4. Installation dates of all wires and cables in conduits and required cable trays. 5. Delivery date(s) of all systems to the job site. 6. Completion dates of the Field Installation that are within time of completion. 03271196 FIDSBIDSIVPDS/MCS 11700 - 3 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 7. Submission dates of operating and maintenance manuals and aids -to -use charts. 8. Dates for inspections. Performance simulation tests will be arranged prior to Final Acceptance date. 9. In the event the Contractor wishes to deviate from the schedule once it is established and approved, he shall notify in writing the Architect. C. Shop drawings shall be submitted for review on all items that require assembly by the Contractor, including but not limited to: 1. Dynamic signage enclosure. 2. Supporting brackets and ancillary structures for the support of display enclosures and monitors. 3. Structural calculations for support and framing systems. D. Test results shall be submitted for review for the following as specified herein: 1. Performance tests on individual electronic components. 2. Performance tests on completed components subassemblies, including all visual display units and enclosures. 3. Performance tests on the complete systems. E. Affidavits from the LED and CRT monitor manufacturers that the equipment has the appro- priate approvals, ratings, and listings, shall be submitted for review and approval by the AlE. 1.6 QUALITY ASSURANCE A. Unless otherwise stated, all electrical and electronic equipment shall be products of firms regularly engaged in the manufacture of electrical and electronic equipment. The equipment shall be the latest model or type offered which meets the applicable specifications at the time of the submittal. Discontinued items replaced by newer models or versions are prohibited and should not be submitted for review. B. Quality of workmanship and fabrication of all equipment and components which are custom -- fabricated shall be comparable to that of professional equipment as produced by specialized manufacturers of electronic apparatus and shall be verified by inspection. Only skilled craftsman of the profession required shall be utilized for all aspects of the fabrication and installation of the systems. C. All materials and equipment shall be new and professional quality. No used materials and equipment shall be installed. 03271196 FIDS/BIDS/VPDS/MCS 11700 - 4 LUBBOCK INTERNATIONAL AIRPORT r LUBBOCK,TEXAS i 1.7 W -ALL EQUIPMENT A. A one year warranty shall be provided in writing covering all components and systems, including materials and workmanship. This obligation is limited to exclude conditions of misuse. B. The Contractor and its subcontractors shall submit, in writing, provision during the warranty period of one year, for availability of service personnel within two (2) hours of call, and for exchange of faulty components within four (4) hours. This service requires assurance of commitment of subcontractors and suppliers of all components. C. The Contractor shall submit a proposal for a maintenance agreement covering all components and systems, including materials and workmanship. This agreement will become effective after the stated warranty period. The maintenance agreement shall cover a five year period in one year increments. The Owner shall have the option at the end of each one year period to extend the maintenance agreement an additional year. This proposal is an option which the Owner may or may not elect to accept. 1.8 AIDS TO USE A. Upon completion of the Work, the Contractor shall provide: (1) Record drawings, (3) Manuals of operating and maintenance literature. B. During the installation, all cables and wires shall be labeled, the type, number and location of all receptacles shall be engraved on the receptacle cover plates, and shall be shown on the system diagrams. 1.9 SURVEILLANCE OF SYSTEMS Oft A. The Contractor shall for the first year of system operation: (1) Establish a maintenance program and coordinate the maintenance of the system, (2) Perform a complete system survey and critical electronic measurements on a quarterly basis. PART2-PRODUCT 2.1 FUNCTIONAL REQUIREMENTS FOR FIDS/BIDS/VPDS/MCS A. General: 1. The FIDS/BIDS/VPDS/MCS shall provide a system solution to generate, distribute and display Departure, Arrival, Baggage, Visual Paging, Time of Day, and Public information to the Owner, airline personnel, command center, public and passengers accurately and completely via electronic display media. 03271196 FIDS/BIDS/VPDS/MCS 11700 - S LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS 2. Each display type will receive addressable data from the primary or secondary central processor unit located at the Lubbock Airport Operations Control Center, in real time operational environment. 3. The Contractor shall be: a. Responsible for the installation, pulling and attachment by suitable means of all cable used to transmit power and data. b. Required to install display devices and connections to same using currently approved technology, adhering to standard Underwriters Laboratories (UL)/Electronic Testing Laboratories (ETL) and National Electrical Code (NEC) codes. c. The Contractor shall, in addition assure that all cabling and connections are shielded and secured with approved strain relief devices as deemed necessary by the design drawings provided. d. Upon completion of the installation the Contractor shall perform verification tests to prove system integrity and operation prior to sign off by the Architect. B. Performance Criteria: 1. Availability: Availability during operational hours of airport is required. This is an uninterrupted period of no less than 20 hours, but up to 24 hours. 2. Reliability: Uptime performance of greater than 98 % is required. _ 3. Response Time: Response time of each display shall be no longer than two (2) seconds. Response time is measured from the time the display receives completed instructions from the central processor until it begins to display the information. Re- sponse time from the input of commands at the keyboard of Central Controller to response on the associated preview screen shall be no longer than one (1) second. 4. Hardware: The hardware is to be based on the most current technology, 100 % solid state circuitry. It is required that the hardware be a standard off -the -shelf multi vendor supported product. 2.2 TECHNICAL REQUIREMENTS FOR DISPLAYS A. Overview: This section describes the design and technical parameters of each display for FIDS/BIDS/VPDS/MCS. Each display drive circuitry shall be designed so it can be readily and easily expandable to accommodate future additional display capabilities, so that it can be controlled via Local Area Network (token ring or equal) from a primary or secondary FIDSBIDS/VPDS/MCS controller utilizing an Ethernet LAN protocol. r.0 03271196 FIDSBIDS/VPDS/MCS 11700 - 6 ii LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS B. Cabling: Data transmission cable from controller to the FIDS/BIDS/VPDS/MCS displays shall be two twisted pair of No. 22 AWG solid conductors enclosed in a braided cable shield. Cable shall be: Ethernet lOBase T or 100Base T. All cable is to be plenum rated and run through metallic conduit as laid out on the installation drawings. Cable runs and connections will comply to the latest National Electric Code (NEC) specifications, Electronic Industries Association (EIA), and be Underwriters Laboratories (UL)/Electronic Testing Laboratories (ETL) recognized component. {_ C. Display Types: There shall be several different function/location types of displays: Type Function/Locadon 1 Departures and Arrivals, Public areas 2 Departures and Arrivals, Airline offices 3 Departures and Arrivals, Airport offices 4 Baggage, Claim device, Public areas 5 Baggage, Break -down directory, Airline/Airport areas 6 Baggage, Make-up and directory, Airline/Airport area 7 Time of day clock, Public areas/Airport operation 8 Visual paging, Public areas The schematic location of each display type is shown on the drawings. The exact locations shall be coordinated with the Contractor. D. Display Technology: Four (4) different electronic display technologies shall be utilized: 1. Light Emitting Diodes (LED): Color high efficiency red and orange, monolithic type, utilizing LED blocks (chips), full matrix, modular construction - at least 5x7 elements, pixel spacing .300". Minimum brightness of 10 mill icandelas, minimum contrast ratio of 15:1, minimum spectral wavelength of 635 manometers for color red is required. A minimum legible horizontal viewing angle of 140 degrees and a minimum legible vertical angle of 15 degrees required - display Types 7, 8. 2. RGB Color Monitor: Minimum diagonal measurement - 20" and 31". Minimum specifications to meet the following dimensions/performance are: a. Screen Size: 20" and 31" Measured Diagonally. b. Horizontal Resolution: 560 lines, video input, 640Hx200V pixels; RGB inputs. c. Character Display: 2000 characters (80 columns x 25 lines). d. Horizontal Frequency: 15/75 KHz. e. Color Temperature: 9300 K. L Linearity: Horizontal +/5 %, vertical +/5 %. E 03271196 FIDS/BIDS/VPDS/MCS 11700 - 7 I— LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS -- g. Line Pull Range: Horizontal +500 Hz, vertical 8 Hz. h. Overscan: Less than 7 % . i. Input Return Loss: 4 MHz, 35 dB (line A&B). j . Zooming: Less than 5 9b k. Convergence: Central area l0mm periphery l8mm. 1. Video Inputs: 8 pin VIR connector and line A&B BNC connectors; 1.0 V p-p, sync negative, 75 Ohms or high impedance. m. Audio Inputs: Line A&B stereo phono jacks; 5 dBs, high impedance, 8-pin VIR connector; 5 dBs, more than 47 K Ohms. n. RGB Inputs: Analog/1 IL D-sub 25 pin. o. Outputs: Video line A&B loop through BNC connectors; audio out line A&B loop through stereo phono jacks, speaker outputs left and right push -terminals or left and right 8-16 Ohm speakers. p. Power Requirements: 120VAC, 50/60Hz. q. Power Consumption: 18OW max. r. Dimensions WxHxD 31": 30"x28"x21". s. Net Weight 27": 105 lbs. 20": 66 lbs. Display Types 1, 2, 3, 4, 5, 6 and 8. E. Display Format: .� The typical display format layout for each display Type is shown on drawings. F. Display Matrix: The display matrix for each display type shall be as follows: 1. Types 1, 2, 3: Refer to plans for locations and millwork drawings for details. 31" RGB monitor, character size to be 1/2" minimum, separation between fields 1 character, minimum 60 characters per line, minimum 16 lines. " Minimum field character capacity per line: Airline 16 Flight 5 Destination or Arrival City 16 Gate 3 Departing or Arriving Time 8 Remarks 12 Header is one line of display matrix. LED clock, color red, continuous matrix 14x42, .300" pixel spacing, minimum character size 9 pixels wide and 14 pixels high. 03271196 FIDS/BIDS/VPDS/MCS 11700 -:8 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 2. Type 2: Coordinate locations with the airlines. 20" RGB monitors, character size to be 3/8" minimum, separation between fields 1 character, 60 characters per line, minimum 16 lines, fields to be defined by each participating airline, and approved by Lubbock International Airport. Header and Time of Day are two lines of display matrix. 3. Type 3: Coordinate location with the Airport office. 20" RGB monitors, character size to be 1/2" minimum, separation between fields 1 character, minimum 60 characters per line, minimum 16 lines. Fields to be defined by airport operation from MFS and AFS. Header and Tune of Day are two lines of display matrix. 4. Type 4: Refer to plans for locations. Coordinate with baggage system. LID display, color red, four (4) lines, 7x120 matrix, minimum 2" character size. S. Type S: Coordinate location's with airlines and baggage system Contractor. LID display, color orange, six (6) lines, 7x80 matrix, minimum 2" character size. 6. Type 6: Coordinate locations with airlines and baggage system Contractor. r" Belt - LID display, color orange, one (1) line, 7x60 matrix, minimum 2" character size. Directory - LED display, color orange, five (S) dines, 7xE0 matrix, four (4) columns, minimum 2" character size. �.. 7. Type 7: Refer to plans for clock locations. LID display, color red, continuous matrix 14x42, .300" pixel spacing, minimum character 9 pixels wide and 14 pixels high. r-! t' i 03271196 FIDS/BIDS/VPDS/MCS 11700 - 9 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS G. H. 8. Type 8: Integrate paging display with display Types 1, 2 and 3. Display Cabinet Design: 1. The display cabinet for displays Type 4 and 7 are included in this Contract and shall be designed for indoor installation. Housing shall be a metal sign enclosure with interior structure designed to support the dynamic signage and attachments to the building structure. The exterior metal finish to match the color sample provided by A/E. The front face panel shall minimize glare and protect electronic display media from vandalism. It shall be constructed from a one piece of clear plastic material, Lexan or equal. A locked door/panel shall be included for authorized service access. If forced air ventilation is required within the display cabinet, Contractor must submit the CFM requirements and noise emission levels (dB) prior to final installation. Display Locations: All display devices locations are shown on the Drawings. 2.3 SYSTEM REQUIREMENTS FOR FIDSBIDS/VPDS/MCS A. Overview: This section describes the design parameters of the software architecture, hardware performance, and operational and functional requirements of the FIDS/BIDS/VPDS/MCS system to be installed at the Lubbock International Air Terminal. B. System Philosophy: The entire FIDS/BIDS/VPDS/MCS system, including all displays and input stations, shall operate as a fully automated, real-time, computer controlled information system. This information system is connected on-line to FIDSBIDS primarylsecondary input devices, baggage claim assignment input devices, individual airlines input devices, and visual paging input device, and CUTE Central Controller, from which FIDSBIDS reads all its primary input reading changes to flight records, (deletion, additions and modifications). Baggage claim assignment and visual paging shall be controlled by Lubbock International Airport airline personnel. Update and control of all displays shall be automated by the FIDSBIDS/VPDS/MCS Central Controller. The operating system must be operator friendly, providing menu driven screens, and prompting for data entry where appropriate. C. Software Architecture/Hardware Performance: 1. Software: a. The FIDSBIDS/VPDS/MCS software shall be implemented in a standard, industry recognized, structured language, such as PASCAL or C, so as to provide with a large base of software vendors with whom the Owner may 03271196 FIDSBIDS/VPDS/MCS 11700 10 II r LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 03271196 subcontract for subsequent feature enhancement and/or ongoing software maintenance. The software architecture shall be modular to support ease of maintenance and enhancement. For example, the Owner may later wish to incorporate additional display technologies into the FIDSBIDS/VPDS/MCS information system; such configuration changes shall not require that the operational FIDSBIDS/VPDS/MCS software be totally rewritten or replaced. The FIDSBIDS/VPDS/MCS software shall be highly parameterized and table driven. These parameters and tables shall be modifiable by non technical personnel. It is anticipated, for example, that the Owner will expand the FIDSBIDS/VPDS/MCS system to provide additional video channels of display. The FIDSBIDS/VPDSIMCS software shall allow for such expansion without requiring code modification; the personnel shall be able to generate a new channel display definition by identifying field of display and selection criteria from the formatted Master Data Base. b. Display Device Driver: This Resident Memory Module controls the display(s) via RS-232C, RS-422 or RS-485 interface. The refresh time shall be every (2) seconds, and/or whenever an event required modifications to the display. Input to this module will be via the User Interface as described herein. The Display Driver must incorporate the passing and receiving data to and from the Central Controller, as well as remote input devices. c. Display User Interface: The User Interface shall provide authorized users the capacity to determine the length of time of display of a particular paging, message and emergency information, including preprogrammed messages, and shall be modifiable by non technical airport personnel. The Users Interface will pass the necessary information via the data communication protocol to the display driver which will update the display and return a message to the sending unit. d. The FIDSBIDS/VPDS/MCS system architecture shall provide cabling and wiring for the future installation of two additional display kiosks, each with departure and arrival monitors, and the ultimate expansion capacity for two more kiosks bringing the total system capacity to 8 locations, two monitors at each location. 2. Hardware: a. The Central Processing Unit (CPU) or central controller shall comprise two (2) identical multi -tasking based systems in a master/slave hot standby configuration to include non-volatile mass storage equipment based on state- of-the-art- CPU not less than Pentium processor, operating in excess of 100 MHz. Each processor shall be capable of controlling all the displays and video channels. The changeover from one processor to the other or its peripherals shall be without any loss of information stored, processed, or dis- played. A switching panel should be used for changeover of the equipment peripherals. FIDS/BIDS/VPDS/MCS 11700 - 11 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS L The CPU shall be provided with a tape database backup system. A 17 inch color monitor shall be provided for each CPU. The operating system for the 'CPU's shall be a pre-emtive and multi -tasking system such as SCO or AIX Unix. The system shall be of the open architecture type to allow the Owner third party modification or extension of the system and the software system shall be capable of expansion by adding modules. The system shall use an industry standard non-proprietary protocol. b. The FIDS/BIDS/VPDS, baggage assignment, and airline input devices shall be PC Pentium type single units, including a functional keyboard type unit section and CRT type viewing screen (minimum resolution of VGA 14"). The screen shall be capable to view the entire display of each type at the time of input entry. The console shall be designed for table top mount, indoor environment. c. In addition to the above input devices, a remote input device, key pad type unit with a minimum of 36 keys and viewing screen, shall be located in the ticket counter at each ticket counter position; two key pads per one counter, for a total of 76 units. d. A master clock controller with clock timer master board, including CPU and five interface cards shall be provided. e. A color graphics digitizer/scanner shall be used for graphics generating on most display types, and airline logo generating for display Type 6. L A dot matrix printer for each processor shall be provided for a logging function of FIDS/BIDS/VPDS excluding MCS, error messages from the -- system, and a hard copy for input/output during software/hardware mainte- nance. A line printer shall be provided with each airline input device also. g. A data to video converter to convert the data signal to video signal RS-170 at each CRT display device location shall be provided. h. A modem of minimum 28.8 baud rate to transmit data from input devices to display devices shall be provided. D. Modes of Operation: 1. FIDSBIDS System: Runtime system operation shall provide one (1) mods only: ` on-line operation. On-line operation shall support two (2) sub modes: exclusively on-line and interactively on-line. Each of these modes and their associated features are described below. The active mode of operation at any given time will be determined as follows: when the FIDS/BIDS processor detects by means of its established communication protocol with the CUTE processor, airline input device, baggage claim belt assignment, and ticket counter input device, that the active 03271196 � FIDS/BIDS/VPDSIMCS 11700 - 12 A LUBBOCK INTERN TIONAL AIRPORT LUBBOCK, TEXAS flight is changed, baggage claim/belt assignment changed and service message requested at ticket counter, one of the two on-line modes will automatically be activated. The on-line mode to be activated shall be switch selective from FIDS/BIDS controller, i.e. the Owner shall set a hardware/software switch, indicating which on-line mode should be activated when communication is estab- lished between the FIDS/BIDS controller and the CUTE processor. a. Exclusive On -Line Mode: Exclusive on-line mode of operation shall provide for only those functions listed as "Automated Runtime Functions". All input commands to FIDSBIDS will originate from CUTE, or the individual airlines, baggage claim/belt assignment and ticket counter input devices. The data exchange in this mode of operation shall be unidirectional, from CUTE and bi-directional from airlines and baggage claim/belt assign- ment input devices to the FIDS/BIDS controller (exclusively of standard 1 polling and acknowledgment sequences as provided in the line -level communication protocol). b. Automated Runtime Functions: Automated runtime functions can be subcategorized into those functions which pertain to flight record maintenance and those which pertain to control of the displays. c. Flight Record Maintenance: The FIDS/BIDS controller shall maintain at all times a complete copy of both, the Master Flight Schedule (MFS) and the Active Flight Schedule (AFS). The MFS contains a record of all regularly scheduled flights. The MFS period of repeatability is one week (seven days), i.e., the schedule is oriented toward one week of operation; flight numbers and frequency will be the same from week to week, but not the same from day to day. 1) The MFS will accommodate a minimum of 100 arrival flights and 100 departure flights. The fields of information associated with each flight record shall include, but not be limited to: Type of Flight (Arrival or Departure) Airline Name (two -letter -code, expandable to three) Flight Number Aircraft Number Aircraft Type Scheduled Arrival/Departure T"une Source Cities (three -letter -code) Destination Cities (three -letter -code) Preassigned Gate Number for Arrival Preassigned Crate Number for Departure Preassigned Baggage Claim Number Days of Week of Operation Special Security Code 2) The Active Flight Schedule (AFS) contains records of each actual 03271196 FIDS/BIDS/VPDS/MCS 11700 -13 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS occurrence of a flight, for no less than a 24 hour period of time. The AFS records are automatically initialized by the MFS; subsequent changes made to flight records as a result of runtime system operation and ongoing flight activity are then recorded within the AFS, without altering records of the MFS. All flight records which are displayed on any FIDS/BIDS display device come from the AFS. The fields of information associated with each record of the AFS shall include all those fields of the MFS, as well as the following additional fields listed below, plus fields to be defined at the time of system implementation by the Owner. Actual Baggage Claim Actual Outbound Make-Up/Belt Number of Passengers Actual Arrival Time Actual Departure Time Remarks Delay Code Fueling Requirements Airline Services at Ticket Counter (multilingual) 3) Display Control: For displaying purposes, the following is required: a) Arrival and Departure Times will appear in a 24 hour military notation for internal operation displays (displays Type 4 and S), and 12 hour notation with "AM" and "PM" designations for all public displays. b) The displayed remarks on internal airline/airport operation displays may be different from the displayed remarks on public displays, Type 1, 2, 3, and 7. c) Minimum display time window is three (3) hours for departures and 1 hour for arrivals. d) The default Remark for any flight record shall be ON TIME. e) The default Arriving/Departing shall be set to the Scheduled Time. f) Airport/airline operation displays will display three -letter city codes or two letter airline codes; Public displays will show complete alphabetic city names, including multi -city destinations and airline abbreviations. d. Interactive On -Line Mode: Interactive on-line mode of operation shall provide for all functions listed below. Input commands to FIDS/BIDS can .._ originate from any of the two FIDS/BIDS processors. The data exchange in this mode of operation shall be bi-directional, in that any changes to flight records made from a CUTE processor shall be automatically communicated from the FIDS/BIDS controller to the airline's individual input devices. e. Airport Initiated Functions: The FIDS/BIDS system shall support three levels 03271196 FIDS/BIDS/VPDS/MCS 11700 - 14 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK,TEXAS of security access by airport. Each operator off the system shall be required to log onto the system, using any of the FIDSBIDS input devices, by keying in a three -character identification code and a six -character password. The password shall not be echoed on the screen. 1) Lowest Level: Modifications to the Active Flight Schedule, such as modification, deletion or addition of flight record from AFS, including messages for the ticket counter position. 2) Middle Level: Modifications to the Master Flight Schedule and display maintenance, such as modification, deletion or addition of flight record from MFS, including display activation and display field modifications. r, 3) Highest Level: System parameter maintenance and reconfiguration, such as reset display time window, reconfigure system tables, add new airlines and new displays. 4) Statistical Function: Provide statistical information to Lubbock International Airport on usage of facilities, such as gates, ticket counters and baggage claim/belts based on AFS. This will include activity log, monitoring and recording all FIDSBIDS operations. 2. VPDS System: The paging request from a hearing impaired person will be initiated by utilizing a TDD unit and/or by contacting the airport's paging operator (VPDS operator) with a TDD receiver unit located at the Lubbock Airport Operations Control Center. The VPDS operator then would activate the VPDS display with the appropriate message to either a selected group of or all displays. The duration of the message is preprogrammed. A person with unimpaired hearing can make a request for paging a hearing impaired person by contacting either the paging operator and/or Lubbock Airport Control Center personnel. In case a person is making the request to an airline representative, the airline representative will have an opportunity to place the request directly to the VPDS processor utilizing an airline input device, however the airport's VPDS operator will have the option to override this request. There will be on-line interface between the airline input devices and VPDS. The response to the paging from a hearing impaired person will be again utilizing TDD and based on that response the VPDS operator will either delete the paging message or enter a new one. The formatting of the message is designed to display the name of the person in a large character size (4"), and the acxval paging message is displayed in 2" character size with a provision of an either stationary or dynamic presentation of message. There will be two (2) types of VPDS display activation: Automatic: Paging information shall be automatically formatted to line oriented presentation with a predetermined font style. Each paging Rill be deleted from each display after a predetermined time period (programmable by operator) up to 45 minutes. Manual: To create a free format message a menu shall appear for the operator. 03271196 FIDSBIDS/VPDS/MCS. ?I 11700 -15 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS a. Required Functions: All functions of the VPDS can be sub classified into two (2) categories of operations: Automated Runtime Functions and Paging Operator Initiated Functions. The runtime period of operation for the VPDS _ is a 24 hours a day, seven (7) days a week from the Lubbock Airport Control Center. 1) Automated Runtime Functions: These functions utilize the display format of three (3) lines per each display to display the person's name and full message. a) The paging input device operator will enter each paging information segment assigned to each display line and position (left, right justified, centered, etc.). b) The automatic placement of the paging information segments on the display shall be: Passenger Name centered within the pixel space available, Paging Message - first line; left justified, stationary mode only; second and third line depending on the length of the message centered; ADA approved hearing impaired symbol to be placed at the top left comer of LID matrix, or as an optional feature it can be shown as a static graphics symbol, (minimum 4" sizes) to accommodate different length of name. c) When the length of message entered exceeds the third line character capacity, traveling mode (speed programmable by the operator) will be activated to accommodate the full message. The standard character font shall be 4x7, 5x7 and 6x7 for the messages and 8x 14 for the name. The system shall have an alternative font of 4x5 for a five line message capability. Other fonts to be selected by the operator. d) Deletion of each paging information on a predetermined time period, 0-45 minutes. e) If there is no paging information shown or activated by an operator, a default message "Welcome to Lubbock" will appear on the second line of the display. A different default message can be created by the operator also. 2) Paging Operator Initiated Functions: These functions allow the airport operator to configure the information presentation, override Automated _ Runtime Functions (paging), and operate a manual mode. Following are some of the typical functions required by The VPDS: a) Create a free format message, including limited graphics and certain display modes, such as traveling and flashing. 03271196 FIDS/BIDS/VPDS/MCS 11700 16 LUBBOCK INTERN ATIONAL AIRPORT LUBBOCK, TEXAS b) Preview all stored graphics, messages. c) Reset the criteria by which the paging information segments are ordered for a line on the display. d) Create preprogrammed messages for certain inquiries from the Automated Runtime Functions. e) Disable a given display line. f) The VPDS shall be designed with a complete "menu driven" operator interface allowing operator to select the preprogrammed message, appropriate character size/font, display mode, display time duration, time/date of display, free format text operation, graphics generation, and special font creation. The specific function shall include, but not be limited to the following: - Minimum capability of twenty four (24) character fonts. - Lower/upper case font function. - Automatic centering and left justification for typed messages _ only. Minimum dynamic display modes required: change, flash, travel, scroll, roll up/down - right/left; minimum six (6) different travel speeds shall be included. 3) Security Functions: The VPDS shall operate with two levels of security access by airport personnel. Each operator of the VPDS shall ►"' be required to go onto the system, entering the identification code and password (up to six characters total). Each level of access shall extend the functional authorization by airport management. The two levels of security access shall be lowest and highest priority. a) Lowest Priority: Capable to enter the paging message to r- preformatted display using preprogrammed logo and standard character font. The duration of the display shall also be selectable on this level. b) Highest Priority: In addition to the lowest priority authorization, the highest level will be for all automated runtime and paging operator initiated functions. 3. MCS System: The Master Clock controller shall provide a common time base for visual clocks and FIDS/BIDS/VPDS, and any other airport systems requiring accurate synchronized time. The master clock controller shall be capable of automatic adjustments for leap year correction, time zone correction and daylight savings time. 03271196 FIDS/BIDS/VPDS/MCS 11700 -17 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS The Master Clock system accuracy shall be controlled by an internal, temperature compensated crystal oscillator to within t 3 seconds per month, and automatically synchronized with the Universal Time Coordinated (iTfC). a. Data Systems Interface: 1) The Master Clock controller shall provide up to six (6) data communication channels to interface common airport time with computer based systems, in addition to a clock channel for visual clock -- displays. The controller shall be capable of intermixing the following types of interfaces: a) RS-232C or 20 ma current loop, unidirectional, baud rate selectable by channel; b) RS422, RS423 or RS485 unidirectional, baud rate selectable by channel; c) Byte serial (4, 8, or 16 bit), TTL, or Tristate; d) Parallel BCD, TTL or Tristate. 2) Baud rate to be selectable by channel at the following rates; 75, 150, 300, 600, 1200, 2400, 4800, and 9600 baud. 3) Time format shall be 24 hours, 6 digit (23:59:43); the visual display format shall be 12 hour, 4 digit (12:59). 4) Parity (odd, even or none), number of stop bits (1 or 2), length of character (7 or 8 bits), shall be selectable by DIP switches and/or jumpers. b. Visual Clock Interface: The Master Clock controller shall be capable of interfacing and controlling up to 64 digital visual clocks. Visual clocks cabling shall be in accordance with technical requirements stated ~ in Paragraph 2.2 B Cabling of this document. c. Time Latching: The controller shall latch time data during data transmission to prevent data errors. 03271196 FIDS/BIDSNPDS/MCS 11700 - 18 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS d. Front Panel Controls: The controller shall have a read-out to display the current time and switches and/or controls to input time and instructions. e. Battery Back-up: The controller shall have battery back-up to maintain accurate time during power interruptions for up to four (4) days for the MCS controller and two (2) hours for each display, including display media. f. Interface Connectors: The controller data connectors shall be type DB-25. g. Self -Test: The controller shall have the capability to self -test for data errors and inhibit data transmission. h. Data Transmission Format: The controller shall transmit time data at one hour maximum intervals to Data Systems per definition of paragraph 3.a.1)a) through d) in the hour/minutelsecond format. i. Mounting: Then Master Clock controller shall be panel -mounted in a control panel in the Lubbock Airport Operations Control Center. PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. The following installation requirements shall govern the design, fabrication and installation of the system(s) specified herein. In case of a discrepancy between these overall system standards and the individual equipment item specifications, the latter shall govern: a. The equipment specified shall be installed according to the standards of good consultant practice and the conditions specified herein. 03271196 FIDS/BIDSNPDS/MCS 11700 -19 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS b. Workmanship on the installed systems shall be of professional quality, best commercial practice, state of the art and accomplished by persons experienced in the techniques and standards of the particular industries involved. c. The specifications describe required performance. The specifications with the contract drawings indicate a general design; it is the intention of the specifications that the Contractor will supply from his background of experience and knowledge the necessary supporting details; for example, the implementation of specific components into functioning sub -systems. d. In general, the drawings show dimensions and locations. The specifications describe materials, qualities and methods. Any work called for on the drawings and not mentioned in the specifications, or vice versa, shall be performed as though fully set forth in both. In case of conflict between the drawings and the specifications, the precedence of the documents shall conform to the General Conditions. Work not particularly detailed, marked or specified, shall be construed to be the same as similar parts of areas that are detailed, marked, or specified. B. The Conduit System: 1. The conduit system of the FIDS/BIDS/VPDS/MCS shall be provided by the Contractor. Cable and wire for the systems shall be provided and pulled by the Contractor. Each conduit shall contain wire or cable of the same signal level and type of circuitry only. Therefore, low level lines, medium level lines, high level lines and control circuits, etc., shall all be run in their respective, separate conduit. C. System Grounding: 1. A grounding diagram is provided in the drawings for the use of the Contractor. The Contractor shall comply with the drawing unless changes are demonstrated to be necessary. Changes suggested by the Contractor shall be submitted for approval in the form of a shop drawing. 2. The earth ground shall be made at only one point in the system as indicated and shall be in accordance with USA National Fire Protection Association 70-1990 paragraphs 250-74 Exception No. 4, 250-75 Exception and 384-20 Exception and '- other applicable local codes. 3. The grounding method shall insure that the system is free of the following problems under any mode of operation. 3.2 ELECTRICAL REQUIREMENTS FOR FIDS/BIDS/VPDS/MCS A. Electrical Power: FIDS/BIDS/VPDS/MCS shall be capable of operating from a 110/220 VAC and 50/60 Hz power source. 03271196 FIDSBIDS/VPDS/MCS 11700 - 20 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS B. Acceptable Tolerances Shall Be: 1. 110 VAC t 10%/220 VAC t 10%. 2. 60 Hz t 1 HV50 Hz f 1 Hz. C. Power Source: All the equipment is to be operated from a single phase power source. D. Power Grounding: Shall comply with National Electrical Manufacturers Association (NEMA), National Electrical Code (NEC) and Underwriters Laboratories (UL) standards. E. Battery Back Up: Shall be a minimum of two (2) hours for each display type (display driver/controller portion only), Central Processing Unit and input device. 3.3 ENVIRONMENTAL REQUIREMENTS FOR FIDSBIDSIVPDS/MCS A. Temperature: 1. Displays: 32 F to 130 F. 2. Central Controller: 32 F to 85 F. B. Humidity: 1. Displays: 0% to 99% relative humidity, non -condensing. 2. Central Processing Units/Input Devices: 20 % to 99 % relative humidity, non -condensing. C. Dust: The displays Type 1, 2, 3, 4, S, 6, 7, 8, 11 and 12, Central Processing Units, and input devices shall be capable of withstanding a normal indoor (airport) dust. environment. The displays Type 9 and 10 shall be capable of withstanding a normal outdoor (Lubbock area) dust and wet environment. D. Shock And Vibration: All components of the system shall withstand a drop of 3 feet in their shipping containers. When in operation all displays shall withstand airport terminal vibration in accordance with the UBC Specifications. 03271196 FIDSBIDS/VPDS/MCS 11700 - 21 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS E. Altitude: Up to 10,000 feet above sea level. 3.4 RELIABILITY, SERVICEABILITY, WARRANTY FOR _ FIDSBIDS/VPDSIMCS A. Reliability: 1. Mean Time Between Failure (MTBF): System wide - 10,000 hours. 2. Mean Time To Repair (N=): 45 minutes. 3. Life Expectancy: a. Central Controller: 100,000 hours. b. Input Device: 100,000 hours. c. Display: Light Emitting Diodes - 100,000 hours. CRT 75,000 hours. Reflective Disk 5,000,000 operations. Scroll 1,000,000 operations. 4. Preventive Maintenance: Central Processing Units: Once every three (3) months, average. Input Devices: Once every six (6) months, average. All Displays: Once every six (6) months, average. Note: Preventive maintenance shall include cleaning, servicing and functional testing.�- B. Serviceability: 1. All components to be readily accessible and replaceable. 2. The electronic sign enclosure shall be designed for ease of service and security. C. Warranty: All Parts shall be warranted from defects for a period of twelve (12) months from the time of final acceptance. This includes labor, spare parts, delivery, and consumables. All products delivered shall conform to all technical specifications, shall be free from defects 03271196 FIDSBIDS/VPDSIMCS 11700 - 22 T F r LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS in material, workmanship and design, shall be suitable for their intended use at the time of final acceptance. The warranty will be in effect for a period of twelve (12) months from the time of final acceptance. All products repaired or reworked by Contractor shall bear the same warranty. Contractor shall provide all labor, materials and transportation necessary to correct or replace defective or non -conforming parts or components when notified by the Owner of such defects within the warranty period. 3.5 SUPPORT DOCUMENTATION FOR FIDS/BIDS/VPDS/MCS As an integral part of the total delivered display system, procedures for operation and maintenance documentation shall be furnished by the Contractor. This overall support package shall be organized as a comprehensive plan and presented in the form of manuals, drawings and other appropriate formats. A minimum of 6 hours of training for the Airport's Control Center operator, up to 4 operators per class, shall be provided by the Contractor. A. Technical Training: The Contractor shall provide technical training courses for the Owner's maintenance. This training shall extend to the modular level in scope and, shall include the set up of special equipment features and options, as well as trouble shooting, servicing and repair equip- ment. Such training shall include hands-on training, along with the use of special diagnostic techniques and procedures developed for the equipment. The Contractor shall provide a course outline for the Owner's evaluation. B. List of Recommended Maintenance Tools and Test Equipment: The FIDS/BIDS/VPDS/MCS shall be designed for in-service maintenance using commercially available tools and test equipment. A recommendation of maintenance tools and test equipment, both commercial and special, if any shall be submitted by the Contractor in accordance with Section 01300. C. Spare Parts List: The Contractor shall furnish in accordance with Section 01300 a list of recommended spare parts necessary to insure uninterrupted availability of the system. The list shall include spare parts manufactured by the Contractor or purchased by the Contractor from outside vendors. Maximum use shall be made of plug-in modules, as opposed to components in determining spare parts requirements. The list shall show the source of procurement of all parts, part number, nomenclature and recommended quantities. Any components requiring longer than six (6) weeks lead times shall be so identified. The Owner may or may not elect to purchase spare parts recommended by the Contractor. 03271196 FIDS/BIDS/VPDS/MCS 11700 - 23 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 3.6 SUBMITTALS A. Submittal Requirements: Submittals shall be in accordance with the provisions of Section 01300. Shop Drawings and submittals of the following apparatus shall be submitted and approval secured before apparatus in question is ordered, built or installed, include the following: I. Manufacturer's Data: Specifications and installation instructions for each piece of equipment. 2. Catalog information for all devices and equipment. 3. Complete wiring (data and power) schematics for all systems and subsystem devices and instruments. 4. Panel board diagrams (elevation view) showing configurations of all control equipment, power supplies, inputloutput devices, communications devices, and all other system control devices. 5. Detailed layout of all graphic panels. 6. Functional diagram showing integrated relationship of all equipment, cabling and termination points on one (1) drawing for FIDSBIDS, VPDS and MCS. 7. Detailed and dimensioned information for all cut outs in millwork shall be provided. B. Transmit submittals in accordance with the schedule and in such sequence as to avoid delay in the work or work of other specialty contracts, and phasing schedule. 1. Apply Contractor's stamp, signed, certifying to review, verification of products, field dimensions and field construction criteria, and coordination of information with requirements of work and Contract Documents. 2. Coordinate submittals into logical groupings to facilitate interrelation of several items, such as associated items which require correlation for efficient function or for installation. 3. Submit one (1) set of mylar reproducible copies; six (6) blue lines of all of the system Record Drawings and diagrams; and six (6) bound copies of equipment submittals to the Owner. 4. Submit sic (6) copies of the product data. 5. Submit under the Contractor's transmittal letter. Identity the project by title and number. Identify the work and product by the Specification's Section Number. 03271196 FIDS/BIDSIVPDS/MCS 11700 - 24 i T r LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 6. Materials installed or work performed without approval shall be considered a Contract violation and shall not be allowed. 3.7 SUBSTANTIAL COMPLETION, INSPECTION AND ACCEPTANCE A. Factory Acceptance Testing: Prior to the formal acceptance test by the Owner, the Contractor shall perform fabrication and operational tests which shall include visual inspection and modular subassembly test on manufactured and subcontracted devices at the factory location. This test shall be coordinated and announced for attendance by one representative each of the Owner and the A/E. 2. The Contractor shall provide all the facilities, equipment, and personnel to conduct the factory acceptance tests, if so requested by the A/E. Prior to production, the Contractor shall deliver one display unit of each display type to the A/E for approval before proceeding with final production. 3. Schedule for the preparation of the factory acceptance tests procedures and test performance shall be specified in the schedule submittal as specified in paragraph 1.4. B. Substantial Completion Inspection: 1. Prior to the Substantial Completion Inspection the Contractor shall submit a written notice to the A/E when all of the aids to use described in paragraph 1.7, above, have been submitted for approval, and all of the tests described in paragraph 3.7, above, are complete, and the systems are ready for the Substantial Completion Inspection by the A/E. 2. The A/E shall perform a Substantial Completion Inspection of the systems and may request repetition or demonstration of any or all of the tests described in paragraph 3.7, above, or other critical tests, if problems become apparent and the specifi- cations are not met. 3. After the Substantial Completion Inspection, the A/E shall prepare a punchlist for the Contractor to correct. 4. In the event that the systems are found not to be substantially complete, all of the Consultant's costs including consulting fees, travel and living expenses in connection with subsequent inspections or corrective work will be borne solely by the Contractor at rates established in the Contract Documents. This includes new problems that arise during the course of the subsequent inspections. C. Acceptance Inspection: After the A/E has certified Substantial Completion of the systems, and the Contractor has filed written notice that the corrections ordered, per paragraph 03271196 FIDS/BIDS/VPDS/MCS r 11700 - 25 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS 3.3.A3, above, have been completed, an Acceptance Inspection shall be scheduled when requested by the Contractor. 2. The A/E shall perform an Acceptance Inspection of the systems and may request repetition or demonstration of any of all of the tests described above, or other critical tests, if problems become apparent and the specifications are not met. 3. In the event that the corrections have not been completed to the satisfaction of the Owner, or new problems arise at the time of the Acceptance Inspection, all of the A/E's costs including consultant fees, travel and living expenses in connection with subsequent inspections or corrective work will be borne solely by the Contractor at rates established in the Contract Documents. D. Preparation For Delivery: Upon completion of the factory acceptance tests, the equipment shall be packaged in accordance with the good commercial practice and shipped to the Lubbock International Airport. The Contractor shall cooperate with other contractors and the Owner with preparations which are required at the site to accept the display in accordance with the requirements of the Phasing Schedule. The Contractor shall furnish a display installation schedule for review and approval. This schedule shall include: drawings showing dimensions, weight, cable specifications, routings, and interface with millwork subcontractor under contract documents. E. Installation: The FIDS/BIDS/VPDS/MCS shall be installed by the Contractor at the Lubbock International Airport in coordination with the manufacturer and installer of the static signage subcontractor. The time and duration of installation, scheduling of the interface with other contractors, and the storage of equipment is subject to approval by the Owner. F. On -Site Acceptance Testing: The Contractor shall perform the on -site operational acceptance test prepared and witnessed by the Owner's representative. A final test of the completed system shall be conducted for final acceptance. The Contractor shall furnish, at its own expense start-up spare parts required by FIDS/BIDS/VPDS/MCS during the period of, or as a result of the installation and final acceptance. 3.8 MAINTENANCE SERVICES FOR FIDS/BIDS/VPDS/MCS A. Maintenance Availability: The Contractor and/or equipment manufacturers shall have maintenance services and related technical assistance available in the Lubbock area and an established maintenance 03271196 FIDS/BIDS/VPDS/MCS 11700 - 26 LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS facility as evidenced by existing contracts, to provide maintenance for systems comparable to the FIDS/BIDS/VPDS/MCS to be supplied. The Contractor's and/or equipment manufacturer's maintenance staff shall consist of qualified technical personnel able and available to perform complete FIDS/BIDS/VPDS/MCS maintenance. The maintenance facility must be located somewhere within the geographic area covered by the telephone area codes of Lubbock, Texas. B. Preventive Maintenance: The Contractor shall have the FIDSBIDS/VPDS/MCS equipment manufacturer furnish supplies and perform all preventive maintenance, emergency service and engineering updates required for the FIDS/BIDS/VPDS/MCS for a period of 365 calendar days commencing on the date of satisfactory on -site acceptance all at no additional cost to the Lubbock International Airport. END OF SECTION 11700 F11 r. r P 03271196 FIDS/BIDS/VPDS/MCS 11700 - 27 t` i T TSECTION 16000 - GENERAL PROVISIONS FOR ELECTRICAL PART1 GENERAL 1.1 RELATED DOCUMENTS: �. A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to the work of this Section. 1.2 ELECTRICAL LINES: A. General: In general, the electrical lines to be installed under these specifications shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner. The following is a general outline concerning the running of electrical lines and is to be excepted where the drawings or conditions at the building necessitate deviating from these standards. �.. B. General Construction: The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they are under construction. All concealed lines shall be installed as required by the pace of the general construction r to precede that general construction. C. Field Conditions: The electrical plans do not give exact details as to elevations of electrical lines, exact locations, etc., and do not show all the offsets, and other installation. details. The Contractor shall carefully lay out his work at the site to conform to the architectural and structural conditions, to avoid all obstruction, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide an integrated, satisfactorily operating installation. D. Locations of Electrical Devices: The electrical plans show diagrammatically the locations of the various electrical outlets and apparatus and the method of circuiting and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general plans and to all detail drawings, equipment drawings, roughing -in drawings, etc., by measurements at the building, and in cooperation with other sections, and in all cases shall be subject to the approval of the Architect. The Architect reserves the right to make any reasonable change in location of any outlet or apparatus before installation (within 10 feet of location shown on drawings) or after installation if an obvious conflict exists, without additional cost to the Owner. r E. Space Requirements: The Contractor shall be responsible for the proper fitting of his material and apparatus into the space. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the drawings, he shall arrange for such space with the Architect before submitting his bid. Should changes become necessary on account of failure to comply i with this clause, the Contractor shall make such necessary changes at his (the Contractor's) own expense. F. Working Drawings: The Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these specifications and plans, which shall be checked by the Architect before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. 03271196 General Provisions for Electrical 16000 - 1 G. Order of Precedence: Order of precedence shall be observed in laying out the conduit in order to fit the material into the space above the ceiling and in the chases and walls. The installation shall be coordinated with the work of all other trades. The following order shall govern: 1. Items affecting the visual appearance of the inside of the building such as lighting fixtures, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site. 2. Lines requiring grade to function such as sewers. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets. H. Equipment Connections: Conduits serving outlets on items of equipment shall be run in the most appropriate manner. Where the equipment has built-in chases, the lines shall be contained therein. Where the equipment is of the open type, the lines shall be run as close as possible to the underside of the top and in a neat and inconspicuous manner. I. Exceptions and Inconsistencies: Exceptions and inconsistencies in plans and specifications shall be brought to the Architect's attention before the contract is signed. Otherwise, the Contractor shall be responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus, material, or equipment. J. Intent of Drawings and Specifications: The Contractor shall distinctly understand that the work described herein and shown on the accompanying drawings shall result in a finished and working job, _ and any item required to accomplish this intent shall be included whether specifically mentioned or not. K. Examination of Drawings and Specifications: Each bidder shallexamine the Drawings and Specifications for the General Construction. If these documents show any item requiring work under Division 16 and that work is not indicated on the respective Electrical drawings, he shall notify the Architect in sufficient time to clarify before bidding. If no notification is received, the Contractor is assumed to require no clarification, and shall install the work as indicated on the General Plans in accordance with the specifications. 1.3 DIMENSIONS: A. General: Before ordering any material or doing any work, the Contractor shall verify all dimensions, including elevations, and shall be responsible for the correctness of the same. No extra charge or compensation will be allowed on account of differences between actual dimensions and measurements- indicated on the drawings. Any difference which may be found shall be submitted to the Architect for consideration before proceeding with the work. 1.4 INSPECTION OF SITE: A. General: The accompanying plans do not indicate completely the existing electrical installations. The bidders for the work under these sections of the specifications shall inspect the existing installations and thoroughly acquaint themselves with conditions to be met and the work to be accomplished in removing and modifying the existing work, and in installing the new work in the present building and underground serving to and from that structure. Failure to comply with this shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installations and/or installing any new work. 1.5 ELECTRICAL WIRING: A. Description: All electric wiring of every character, both for power supply, for pilot and control, for temperature control, for communications, etc. will be done under Division 16 of these specifications. Every electrical current consuming device furnished as a part of this project, or furnished by the 03271196 General Provisions for Electrical 16000 2 r Owner and installed in this project, shall be completely wired up under Division 16. Verification of exact location, method of connection, number and size of wires required, voltage requirements, and phase requirements is the responsibility of the Contractor under Division 16. If conflicts occur between the drawings and the actual requirements, actual requirements shall govern. 1.6 PROGRESS OF WORK: A. General: The Contractor shall keep himself fully informed as to the progress of the work and do his work at the proper time without waiting for notification from the Architect or Owner. 1.7 MANUFACTURER'S DIRECTIONS: A. General: All manufactured articles shall be applied, installed and handled as recommended by the manufacturer. 1.8 MATERIALS AND WORKMANSHIP: A. Materials: All materials shall be new unless otherwise specified and of the quality specified. Materials shall be free from defects and undamaged. All materials of a type for which the Underwriters Laboratories, Inc. have established a standard shall be listed by the Underwriters Laboratories, Inc. and shall bear their label B. Samples: The Architect reserves the right to call for samples of any item of material offered in substitution, together with a sample of the specified material, when, in the Architect's opinion, the quality of the material and/or the appearance is involved and it is deemed that an evaluation of the two materials may be better made by visual inspection. This shall be limited to lighting fixtures, wiring devices, and similar items and shall not be applicable to major manufacturers' items of equipment. C. Transportation: The Contractor shall be responsible for transportation of his materials to and on the job, and shall be responsible for the storage and protection of these materials and work until the final r' acceptance of the job. D. Appurtenances: The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract. E. Workmanship: The workmanship shall in all respects be of the highest grade and all construction shall be done according to the best practice of the trade. 1.9 PROTECTION OF APPARATUS: A. General: The Contractor shall at all times take such precautions as may be necessary to properly protect his new apparatus from damage. This shall include the erection of all required temporary shelters to adequately protect any apparatus stored in the open on the site, the cribbing of any apparatus above the floor of the construction, and the covering of apparatus in the uncompleted building with tarpaulins or other protective covering. Failure on the part of the Contractor to comply with the above to the entire satisfaction of the Architect will be sufficient cause for the rejection of the pieces of apparatus in question. t'. r r,03271196 General Provisions for Electrical 16000 - 3 a, 1.10 PERMITS, FEE, ETC.: A. General: The Contractor under each section of these specifications shall arrange for a permit from the local authority. The Contractor shall arrange for all utility services, including electric services. If any charges are made by any of the utility companies due to the work on this project, the Contractor ._ shall pay these charges, including charges for metering, connection, street cutting, etc. The Contractor shall pay for any inspection fees or other fees and charges required by ordinance, law, codes and these specifications. 1.11 TESTING: A. General: The Contractor under each division shall at his own expense perform the various tests as _- specified and required by the Architect and as required by the State and local authorities. The Contractor shall furnish all fuel and materials necessary for making tests. 1.12 LAWS, CODES AND ORDINANCES: A. General: All work shall be executed in strict accordance with all local, state and national codes, ordinances and regulations governing the particular class of work involved, as interpreted by the r inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Architect, shall prepare any _ supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. 1.13 TERMINOLOGY: A. "Furnish, Provide, Install": Whenever the words "furnish", "provide", "furnish and install," "provide and install', and/or similar phrases occur, it is the intent that the materials and equipment described be furnished, installed and connected under this Division of the Specifications, complete for operation _ unless specifically noted to the contrary. B. Materials: Where a material is described in detail, listed by catalogue number or otherwise called for, it shall be the Contractor's responsibility to furnish and install the material. C. "Shall": The use of the word "shall" conveys a mandatory condition to the contract. D. "Section": "This section" always refers to the section in which the statement occurs. E. "Project": "The project" includes all work in progress during the construction period. ... F. Multiple Items: In describing the various items of equipment, in general, each item will be described singularly, even though there may be a multiplicity of identical or similar items. 1.14 COOPERATION: A. General: The contractor for the work under each section of these specifications shall coordinate his work with the work described in all other sections of the specifications to the end that, as a whole, the job shall be a finished one of its kind, and shall carry on his work in such a manner that none of the work under any section of these specifications shall be handicapped, hindered or delayed at any time. 63271196 General Provisions for Electrical 16000 4 r 1.15 COORDINATION OF TRADES: A. General: The Contractor shall be responsible for resolving all coordination required between trades. For example, items furnished under Division 15 which require electrical connections shall be coordinated with Division 16 for: 1. Voltage 2. Phase 3. Ampacity 4. No. and size of wires 5. Wiring diagrams 6. Starter size, details and location 7. Control devices and details t B. Ceiling Mounted Items: Items installed in/on finished ceilings shall be coordinated with the ceiling construction. The Contractor under each section shall conform to the reflected ceiling plan and shall secure details and/or samples of the ceiling materials as necessary to insure compatibility. Any device not conforming to this requirement shall be replaced by the Contractor at his expense. C. Electrical Items: All items specified under Divisions 16 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. 1.16 CUTTING AND PATCHING: A. General: The Contractor for work specified under each section shall perform all structural and general constriction modifications and cut all openings through either roof, walls, floors or ceilings required to install all work specified under that section or to repair any defects that appear up to the expiration of the guarantee. All of this cutting shall be done under the supervision of the Architect and the Contractor shall exercise due diligence to avoid cutting openings larger than required or in wrong locations. B. Structural Members: No cutting shall be done to any of the structural members that would tend to lessen their strength, unless specific permission is granted by the Architect to do such cutting. C. Patching: The Contractor for work under each section shall be responsible for the patching of all openings cut to install the work covered by that section and to repair the damage resulting from the failure of any part of the work installed hereunder. D. Coordination: Before bidding, the Contractor shall review and coordinate the cutting and patching required with all trades. E. Existing Surfaces: In all spaces where new work under Division 16 is installed and no other alteration or refinishing work is shown or called for, existing floors, walls and ceilings shall be restored to match existing conditions. All cutting and patching shall be done .by workmen skilled in the affected trade. F. Masonry Walls: Where openings are cut through masonry walls, the Contractor under each respective section shall provide and install lintels or other structural supports to protect the remaining masonry and adequate support shall be provided during the cutting operation to prevent any damage to the masonry occasioned by the operation. All structural members, supports, etc. shall be of the size, shape, and installed as directed by the Architect. 03271196 General Provisions for Electrical 16000 -.5 1.17 PAINTING: A. Painting for Division 16 shall be as follows: 1. If the factory finish on any apparatus or equipment is marred, it shall be touched up and then given one coat of half -flat -half -enamel, followed by a coat of machinery enamel of a color to .., match the original. Paint factory primed surfaces. 2. Paint all exposed conduit, boxes, cabinets, hangers and supports, and miscellaneous metal. 3. Generally, painting is required on all surfaces such that no exposed bare metal is visible. 1.18 LARGE APPARATUS: A. General: Any large piece of apparatus which is to be installed in any space in the building, and which is too large to permit access through windows, doorways or shafts, shall be brought to the job by the Contractor involved and placed in the space before the enclosing structure is completed. 1.19 RELOCATION OF EXISTING INSTALLATIONS: A. General: There are portions of the existing electrical System which shall remain in use to serve the finished building in conjunction with the indicated new installations. By actual examination at the site, each bidder shall determine those portions of the remaining present installations which must be relocated to avoid interferences with the installations of new work of his particular trade and that of all other trades. All such existing installations which interfere with new installations shall be relocated _ by the Contractor under the Division in which the existing material normally belongs, and in a manner as directed by the Architect. For example where existing conduit and electrical equipment interferes with the installation of new work, it shall be relocated under Division 16. Failure to become familiar with the extent of the relocation work involved shall not relieve the Contractor of responsibility and T shall not be used as a basis for additional compensation. 1.20 INSTALLATION DRAWINGS: A. General: It shall be incumbent upon the Contractor to prepare special drawings as called for elsewhere herein or as directed by the Architect to coordinate the work under each section, to illustrate changes in his work, to facilitate its concealment in finished spaces to avoid obstructions or to illustrate the adaptability of any item of equipment which he proposes to use. These drawings shall be used in the field for the actual installationof the work. Unless otherwise directed, they shall not be submitted for approval but three copies shall be provided to the Architect for his information. '^ 1.21 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT: A. General: The shop drawings for all equipment are hereby made a part of these specifications. The Contractor under each section of the specifications shall rough -in for the exact item to be furnished on the job, whether in another section of the specifications or by the Owner. The Contractor shall refer to all drawings and other sections of the specifications for the scope of work involved for the new equipment, and by actual site examination determine the scope of the required equipment connections for the Owner furnished equipment. B. Discrepancies: Should any of the equipment furnished require connections of a nature different from that shown on the drawings, report the matter to the Architect and finally connect as directed by the Architect. Minor differences in the equipment furnished and that indicated on the drawings will not constitute ground for additional payment to the Contractor. END OF SECTION 03271196 General Provisions for Electrical 16000 - 6 F SECTION 16110 - RACEWAYS AND FITTINGS PART1 GENERAL 1.1 RELATED DOCUMENTS: A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS: A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide manufacturer's catalog data on all conduit, conduit fittings, raceway, outlet boxes, pull boxes and junction boxes. 1.3 SCOPE: A. Description: The work shall include furnishing and installing all electrical raceways, conduit, wireways, pull and junction boxes and outlet boxes, together with all fittings, supporting devices, and other accessories required. 1.4 REGULATORY REQUIREMENTS: A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.5 DELIVERY, STORAGE, AND HANDLING: A. General: Deliver, store, protect, and handle products under provisions of the General Requirements. Accept delivery of conduit, raceway, pull and junction and outlet boxes on site and inspect for damage. Report concealed damage to carrier within their required time period. Protect conduit and raceway from corrosion and entrance of debris by storing above grade protected from the weather. Provide appropriate covering. Protect PVC conduit from sunlight. 1.6 PROJECT CONDITIONS: A. Field Measurements: Verify that field measurements are as shown on the Drawings. B. Routing of Conduit: Verify routing and termination locations of conduit prior to rough -in. Conduit routing is shown on the Drawings in approximate locations unless dimensioned. The contractor shall verify all site conditions and shall route as required to complete the wiring system. �... 03271196 Raceways and Fittings 1 16110 1 PART 2 PRODUCTS 2.1 CONDUITS: A. Rigid Steel Conduit: Rigid, threaded, thick -wall; galvanized inside and outside or galvanized outside with a protective coating inside; UL listed and labeled according to Standard UL6; conforming to ANSI Standard C80.1; Pittsburg, Republic Steel, Robroy, Allied or approved equivalent. B. Electrical Metallic Tubing (EMT): Steel tubing, galvanized outside and provided with a slick corrosion resistant interior coating; UL listed and labeled according to Standard 797; conforming to ANSI Standard C80.3; Pittsburg, Republic Steel, Robroy, Allied or approved equivalent. C. Flexible Metal Conduit: Spirally wound with hot dip galvanized steel strips (commercial Greenfield) or interlocked aluminum construction; conforming to UL Standard UL 1 and UL listed and labeled; Triangle Conduit and Cable Company, or approved equivalent. D. Liquidtight Flexible Metal Conduit: Spirally wound with hot dip galvanized steel strips or interlocked aluminum construction as for flexible metal conduit; with polyvinyl chloride cover extruded over the exterior to make conduit liquidtight; UL listed and labeled; Electri-flex type "LA" or approved equivalent. E. PVC Conduit: Type 80 heavy wall, high impact rigid virgin polyvinyl chloride (PVC) conduit, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial use; Carlon or approved equivalent. 2.2 CONDUIT FITTINGS: A. Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded couplings conforming to ANSI/NEMA FBI; bushing at all boxes and cabinets, with locknuts inside and outside box or cabinet. B. Couplings and Terminations for Electrical Metallic Tubing (Compression Couplings): Join lengths of EMT with steel compression type couplings conforming to ANSI/NEMA FBI. Attach EMT to boxes or cabinets with steel compression -type box connectors having an insulated throat with locknuts. Where grounding bushings are requires at terminations, they shall be T&B Series 3802, or approved equivalent. Set screw type connectors or indent connectors will not be allowed. C. Couplings and Terminations for Electrical Metallic Tubing (Compression and Set Screw Couplings): Join lengths of EMT with steel compression type couplings and connectors where exposed to the weather or in wet locations. Otherwise use steel, set -screw couplings and connectors. Couplings shall conform to ANSI/NEMA FBI. The connectors shall have insulated throats so as to not damage the insulation during wire pulling operations. D. Couplings and Terminations for Flexible Metal Conduit: Conforming to ANSI/NEMA FBI; T & B 440 Series or approved equivalent couplings at connections between flexible and rigid conduit; T & B 3110 or 3130 Series or approved equivalent nylon insulated throat, steel connectors at box or cabinet terminations. E. Couplings and Terminations for Liquidtight Flexible Metal Conduit: Conforming to ANSI/NEMA FBI; T & B 5271 Series or approved equivalent adapters at connections between flexible and rigid conduit; T & B 5331 Series or approved equivalent nylon insulated throat, steel connectors at box or cabinet terminations. 03271196 Raceways and Fittings 16110 - 2 it IF f F F e F. Couplings and Terminations for PVC Conduit: Type 80 heavy wall, high impact rigid virgin polyvinyl chloride (PVC) fittings, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial use; Carlon or approved equivalent. PVC couplings and solvent cement by the same manufacturer as the PVC conduit. 2.3 EXPANSION JOINTS IN CONDUIT: A. Description: Provide conduit expansion joints with internal ground and external bonding jumper, 0-Z Type AX or approved equivalent. 2.4 OUTLET BOXES: A. General: Outlet boxes shall be UL listed of sizes and types specified. B. Sheet Steel Boxes: NEMA OS 1, sheet steel not lighter than No. 14 gauge, galvanized after fabrication; Raco, Steel City, Appleton or approved equivalent. C. Cast Metal Boxes: NEMA FBI, cast iron or cast alloy with threaded hubs; Crouse -Hinds, Appleton, Pyle National or approved equivalent. 2.5 PULL BOXES AND JUNCTION BOXES: A. Description: Sheet steel, galvanized inside and outside, with galvanized covers. B. Small Boxes: For boxes where the volume required is not over 100 cubic inches, use standard outlet boxes. C. Larger Boxes: For boxes where the volume required is over 100 cubic inches, use cabinets as specified for panelboards cabinets with covers of the same gauge as cabinets, secured with corrosion resistant bolts or screws. PART 3 EXECUTION 3.1 EXAMINATION: A. General: Examine surfaces to receive raceways, boxes and enclosures for compliance with installation tolerances and other conditions affecting performance of the raceway system. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRING METHODS: A. Description: All wiring of every description shall be run in conduit or electrical metallic tubing unless noted or specified otherwise. Conduits may be run exposed in machinery and electrical rooms and unfinished areas. All other conduits shall be run concealed unless otherwise noted. 3.3 CONDUIT REQUIREMENTS: A. Underground Installations: 1. Type: Schedule 80 PVC conduit. 2. In or under slab on grade: Schedule 80 PVC conduit. 3. Minimum size: 314 inch. B. Outdoor Locations Above Grade: 1. Type: Rigid steel conduit. 2. Minimum size: 1/2 inch. 03271196 Raceways and Fittings 16110 - 3 i C. In Slab Above Grade: 1. Type: Schedule 80 PVC. 2. Minimum size: 3/4 inch. ,.. D. Wet and Damp Locations: 1. Type: Rigid Steel Conduit. 2. Minimum size: 1/2 inch. E. Dry Locations: 1. Concealed: Electrical metallic tubing. 2. Exposed within 6 feet of finished floor: Rigid steel conduit or intermediate metal conduit. 3. Exposed above 6 feet of finished floor where not subject to mechanical damage: Rigid steel conduit, intermediate metal conduit or electrical metallic tubing. . 4. Minimum size: 1/2 inch. 3.4 INSTALLATION OF BUILDING RACEWAYS: A. Installation: Install conduit in accordance with NECA "Standard Of Installation." Install raceways, boxes and enclosures according to the manufacturer's written instructions. B. Conduits: All exposed runs shall be installed level and square and at proper elevations, parallel to the surface of the building in a neat and orderly manner. Provide adequate headroom. C. Bends: Install no more than the equivalent of four 90-degree bends between boxes. Make field bends with approved bending devices. Use hydraulic one-shot bender to fabricate bends in metal conduit larger than 2 inch size. Make bends and offsets so the inside diameter is not reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel Do not install bends or offsets in which conduit is crushed, deformed or otherwise injured. D. Conduit Bodies: Use conduit bodies to make sharp changes in direction. E. Expansion Joints: Provide suitable fittings to accommodate expansions and deflection where conduit crosses control and expansion joints. F. Completion: Complete raceway installation before starting conductor installation. G. Sizes: Size and install raceways so that conductors may be drawn in without injury or excessive strain. Sizes of conduits shown on the drawings are minimum sizes to be installed. H. Connections: Use lengths of flexible metal conduit, not less than 12 inches long and not more than 24 inches long at final connections to all motors, generators, controls and other devices subject to movement because of vibration or mechanical adjustment. In damp or wet locations, and where installed outdoors, use liquidtight flexible metal conduit. I. Connections to Recessed Lighting Fixtures: Use maximum of 6 feet flexible metal conduit at connections to recessed lighting futures, and elsewhere as required. J. Around Heat Producing Equipment: Do not install raceways within twelve inches of steam and hot water pipes, breeching and flues, except where crossings are unavoidable, and then keep raceways at least six inches from insulation on the pipe, breeching or flue crossed. Wherever possible, avoid _ installing raceways directly above or in close proximity to boilers and other like objects operating at high temperatures. 03271196 Raceways and Fittings 16110 - 4 ,_ I ;I K. Damp or Wet Locations: In damp or wet locations make every effort to avoid installing raceways in a manner which will create moisture traps. Where they must be so installed, seal both ends of raceways with an approved sealing compound to prevent "breathing" and moisture condensation within the raceways. L. Protection of Raceways: Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closers during construction to prevent foreign matter from entering raceway. Do not pull any conductors into raceways until all plastering in the vicinity is completed. Swab out all raceways before pulling in conductors. M. Penetrations: Wherever raceways pass through floors, walls partitions, etc., carefully fill any space between the outside of the raceway and the building material to prevent passage of air, water, smoke and fumes. Filling material shall; be fire resistive and, in general, similar to the basic building materials through which the raceway passes. N. Roof Penetrations: Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. Coordinate location with roofing installation. O. Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring. Lines shall be free from splices and shall have not less than 12 inches of slack at each end of the pull wire. Identify each end of each line with a linen tag bearing complete information as to the purpose of the raceway and the location of its other end. All lines shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds. 3.5 JOINING AND TERMINATING CONDUITS: A. Joining Rigid Conduits: Join with threaded couplings. Ream out all conduit ends after threading. Secure rigid conduits at panel boxes; junction boxes, pull boxes, switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside. Unthreaded set screw type couplings or connectors are not acceptable in rigid conduit systems. No running threads shall be used anywhere in conduit systems. B. Joining Electrical Metallic Tubing: Cut conduit square using saw or pipe cutter; de -burr cut ends. Bring conduit to shoulder of fittings and fasten securely. C. Joining PVC Conduit: Join PVC conduit using cement as recommended by the manufacturer. Wipe PVC conduit dry and clean before joining. Apply full coat of cement to entire area inserted in fitting. Allow joint to cure for twenty minutes, minimum. D. Terminations: Where raceways are terminated with locknuts and bushings, align the raceway to enter squarely, and install the locknuts with dished part against the box. Where terminations cannot be made secure with one locknut, use two locknuts, one inside and one outside the box. Where terminating in threaded hubs, screw the raceway or fitting tight into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align the raceway so the coupling is square to the box, and tighten the chase nipples so no threads are exposed. 3.6 TELEPHONE AND DATA CABLE RACEWAYS: A. 2-inch Trade Size and Smaller: In addition to the above requirements, install in maximum lengths of 150 feet and with a maximum of two 90 degree bends or equivalent. Install pull or junction boxes where necessary to comply with these requirements. f," 03271196 Raceways and Fittings 16110 - 5 3.7 480 VOLT SYSTEMS: A. General: In systems operating at more than 300 volts between phase conductors, where different phase conductors are to be run to a common gang wall switch box, install a separate conduit for each different phase wire and its return switch leg, and provide substantial barriers between adjacent _ switches in the box so that two different phase wires will not be the same compartment. 3.8 CONDUIT SUPPORTS: A. Support Spacing: Use minimum spacing as directed by National Electrical Code, but space hangers more closely where required by conditions. B. Vertical Conduit Risers: Support vertical conduits at each floor by means of riser clamps or U-bolts, clamping them to a steel channel bridging the opening in the floor. C. Individual Conduits: Support conduits running vertically or horizontally with galvanized malleable iron one hole clamps. Carry individually supported horizontal conduits 1-1/4" and larger on galvanized steel hangers. Use no perforated strap iron as hanger material. Arrange supports to prevent misalignment of conduit during wire installation. D. Above Non -removable Ceilings: Where conduits smaller than 1-1/4" are installed above metal lath and plaster ceilings or mechanically suspended dry ceilings of the non -removable type, they may be supported on ceiling runner channels. E. Above Removable Ceilings: Where conduits smaller than 1-1/4" are installed above removable ceilings, attach them to the structure or bar joists (where present) or support them on threaded hanger rods with clips. Do not use any wire to support conduits or to attach conduits to supporting members. Do not attach conduit to ceiling support wires. Locate conduits a sufficient distance above the ceiling to permit removal of the ceiling panels. Locate them so as not to hinder access to mechanical and _ electrical equipment through the ceiling panels. F. Multiple Conduits: Where multiple raceways are run horizontally at the same elevations, they may be supported on trapezes formed of sections of Unistrut or approved equal angle iron or channels suspended on rods or pipes. Size trapeze members including the suspension rods for the number size and loaded weight of the conduits they are to support. Space them as required for the smallest conduit supported. Group related conduits together. Provide space on each rack for 25 percent additional conduit. 3.9 INSTALLATION OF OUTLET BOXES: A. Usage: Provide at each outlet or device of whatever character a metal outlet box in which conduits shall terminate. Install boxes in accordance with NECA "Standard of Installation." Install in locations as shown on the Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. B. Boxes recessed in construction: Sheet steel boxes. C. For Wall Switches, Receptacles and Communications Use: Use 4"x4" size with proper square cornered tile wall cover, plaster cover, or finishing plate, except where construction will not permit or the device requires a larger box. D. Wall Mounted Telephone Outlet Boxes: 4-11/16" square by 2-1/8" deep, unless otherwise noted or unless wall construction requires a smaller box. 03271196 Raceways and Fittings 16110 = 6 r T r F. Boxes for Outdoors: Cast metal boxes with gasketed covers. Use cast outlet box in exterior locations exposed to weather and wet locations. G. Location of boxes: Set wall mounted boxes at elevations to accommodate mounting heights indicated or specified in section for outlet device. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. H. Orientation of Boxes: Orient boxes to accommodate wiring devices oriented as specified in Section 16140 - WIRING DEVICES. I. Above Accessible Ceilings: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed lighting fixture. Locate outlet boxes to allow lighting fixtures positioned as shown on reflected ceiling plan. J. Fire Resistance: Install boxes to preserve fire resistance rating of partitions and other elements, using materials and methods specified. K. Coordination: Coordinate mounting heights and locations of outlets mounted above counters, benches, and backsplashes. L. Adjacent Devices: Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. M. Masonry Boxes: Locate flush mounting box in masonry wall to require cutting of masonry unit only. Coordinate masonry cutting to achieve neat opening. N. Wall Boxes: Use flush mounting outlet box in finished areas. Do not install flush mounting box back-to-back in walls; provide minimum 6 inches separation. Provide minimum 24 inches separation in acoustic rated walls. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. Use stamped steel bridges to fasten flush mounting outlet box between studs. Install flush mounting box without damaging wall insulation or reducing its effectiveness. O. Ceiling Boxes: Use adjustable steel channel fasteners for hung ceiling outlet box. Do not fasten to ceiling support wires or ceiling panels. Support boxes independently of conduit. P. Gang Boxes: Use gang box where more than one device is mounted together. Do not use sectional box. Use gang box with plaster ring for single device outlets. 3.10 INSTALLATION OF PULL AND JUNCTION BOXES: A. Sizing: Size all pull and junction boxes in accordance with NEC, using larger sizes than required by code where job conditions so indicate. B. Mounting: Fasten all boxes securely to the building construction, independent of conduit systems. On concealed conduit systems where boxes are not otherwise accessible, set box covers flush with finished surfaces for access. 03271.196 Raceways and Fittings 16110 - 7 3.11 IDENTIFICATION OF PULL AND JUNCTION BOXES: A. Branch Circuits: Each pull and junction box shall be labeled with indelible ink to indicate the wiring contained inside the box. The label shall indicate the panel and circuit number of the wiring contained. END OF SECTION 03271196 Raceways and Fittings 16110 - 8 i rSECTION 16115 - UNDERGROUND ELECTRICAL DUCT PART1 GENERAL 1.1 RELATED DOCUMENTS: A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS: A. General: Submit manufacturer's data on all materials according to Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. C. Precast Manholes: Submit for review complete manufacturer's catalog information. Indicate dimensions, reinforcement, size and locations of openings, and accessory locations for precast manholes. Include instructions for storage, handling, protection, examination, preparation, and installation. D. Coordination Drawings: Submit for review complete coordination drawings showing duct profiles and coordination with other utilities and underground structures. Include plans and sections drawn to accurate scale. 1.3 SCOPE: A. Description: The work shall include furnishing and installing all underground electrical duct and direct burial i conduit and pullboxes together with all other accessories required. B. Manholes: The work shall include furnishing and installing all precast manholes together with all other t accessories required. 1.4 REGULATORY REQUIREMENTS: TA. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. C" 1.5 DELIVERY, STORAGE, AND HANDLING: 4 A. General: Deliver, store, protect, and handle Products to site under provisions of the General ,-, Requirements. Accept conduit on site. Inspect for damage. Report concealed damage to carrier within their required time period. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. 1.6 PROJECT CONDITIONS: A. Field Measurements: Verify that field measurements are as shown on Drawings. 1; 03271196 Underground Electrical Duct 16115 - 1 B. Coordination: Coordinate layout and installation of ducts, manholes and pullboxes with final arrangement of other utilities as determined in the field. 1.7 PROJECT RECORD DOCUMENTS: A. General: Submit under provisions of the General Requirements. PART 2 PRODUCTS 2.1 CONDUITS: A. Underground Plastic Conduit: Type 80, heavy wall, high impact rigid virgin polyvinyl chloride (PVC) conduit and fittings, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial use; Carlon or equivalent. B. Rigid Steel Conduit: As specified under Section 16110 RACEWAYS AND FITTINGS. 2.2 PULLBOXES: A. Cast Iron Pull Boxes: Cast iron box, and frame. Cross ribbed, heavy duty cover to support heavy pedestrian or light vehicular traffic. Cover with non -slip checkered surface. Neoprene gasket attached to cover. Size pullbox as required by NEC. Appleton Series WSW or WST. 2.3 ACCESSORIES: A. Underground Warning Tape: 4 inch wide plastic tape, detectable type, colored yellow with suitable warning legend describing buried electrical lines. PART 3 EXECUTION 3.1 EXAMINATION: A. General: Examine site to receive ducts and manholes for compliance with installation tolerances and other conditions affecting performance of the underground ducts and manholes. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 EXCAVATION: A. General: Perform all excavation work required in connection with the installation of the work under this Division. After the electrical work has been installed, tested and approved, backfill all excavations with suitable material under the direction of the Architect. Include the cutting of all sidewalks, streets and other pavement and repairing the openings in them to return the surface to approximately its original condition. Perform all excavations of every description of whatever substances encountered and to the depths required for installation of the work under this Division. B. Backfill Material: During excavation, stack material suitable for backfilling in an orderly manner a sufficient distance from the banks of the trenches to prevent slides or cave-ins. Remove all excavated material not required or suitable for backfill, or waste as directed. Control grading to prevent surface water from flowing into excavations and remove any water accumulating therein by pumping. C. Grading: Use open cut grading and make trenches of the necessary width for proper installation of the lines with banks as nearly vertical as possible. Grade the bottom of trenches accurately to provide uniform bearing and support for conduit or duct on undisturbed soil at every point along its entire length. f 03271196 Underground Electrical Duct 16113 - 2 ,_ D. Special Conditions: Except at locations where excavation of rock from the bottoms of trenches is required, take care not to excavate below the depths required. Where rock excavation is required, remove the rock to a minimum overdepth of 4 inches below the trench depths specified. Backfill the overdepth rock excavation and all excess trench excavation to the proper level with 3/4 inch crushed rock or the equivalent in coarse gravel prior to the installation of conduit or ducts. Whenever wet or otherwise unstable soil that is incapable of properly supporting conduits or ducts is encountered in the t trench bottom, remove such soil to a depth required and backfill the trench to trench bottom grade with 3/4 inch crushed rock or coarse gravel or other suitable material. 3.3 BACKFILLING: A. General: Carefully backfill trenches with earth, sandy clay, sand and gravel, soft shale or other r., approved material free from large clods of earth or stone, deposited in thoroughly and carefully rammed. 6-inch layers. Do not use blasted rock, broken concrete or pavement, or large boulders as backfill material. Settling the backfill with water will be permissible and will be requirement when so directed. Re -open any trenches improperly filled or where settlement occurs to the depth required for proper compaction, then refill, mound over and smooth off. B. Beneath Pavement: Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6-inch layers, each layer moistened and compacted to a density of not less than 95 % Standard Proctor in such manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing value and permit paving of the area immediately after backfilling is completed. Along all other portions of the trenches, grade the ground to a reasonable uniformity and leave the mounding over the trenches in a uniform and neat condition. C. Surface Restoration: Restore surface features at areas disturbed by excavation, and reestablish original grades except as otherwise indicated. Replace removed sod as soon as possible after backfilling is completed. Restore all areas disturbed by trenching, storing of dirt and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, or mulching. 3.4 OPENING AND CLOSING PAVEMENT: A. General: Where excavation requires the opening of existing walks, streets, drives or other existing pavement, including "black topping," cut the pavement as required. Hold the size of the cut to a minimum consistent with the work to be accomplished. After the installation of the new work is completed and the excavation has been backfilled, patch the paving using materials to match those cut out. Take care that the patches are level with the original surfaces and thoroughly bond with them. 3.5 INSTALLATION OF UNDERGROUND PLASTIC CONDUIT: A. General: Install conduit according to manufacturer's written instructions. Install at least 30 inches below finished grade unless noted to the contrary. Assemble and install raceways in accordance with manufacturer's instructions. Make joints with couplings and solvent cement. Fabricate bends of 30 degrees or more with factory -made elbows, or make field bends with proper heating equipment. Bends showing signs of overheating or flattening are unacceptable. Ream ends of all conduit before joining. "Snake" plastic conduit in trench, from side to side, with a complete cycle every 40 feet to allow for expansion and contraction. Maintain this configuration during backfilling. B. Separation Between Conduits: 3 inches minimum for like services, and 6 inches minimum between power and signal ducts. 03271196 Underground Electrical Duct 16115 - 3 i C. Terminations: Where conduit turns up out of earth, or floor slabs, change from plastic to rigid galvanized steel conduit below grade and outside of such structures. Do not extend any plastic conduit above grade. Make similar change from plastic to rigid galvanized steel conduit at connections to underground pull or junction boxes. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. D. Waterproof Wall and Floor Entrances: Install a watertight entrance sealing device with the sealing gland assembly on the inside. Anchor device into masonry construction with 1 or more integral flanges. Secure membrane waterproofing to the device to make permanently watertight. E. Pulling Cord: Install 100-pound-test nylon cord in each conduit, including spares. 3.6 INSTALLATION OF UNDERGROUND STEEL CONDUIT: A. General: Install conduit according to manufacturer's written instructions. All steel conduit in earth shall be rigid galvanized steel conduit. Wrap such conduit with 0.020 inch thick vinyl plastic tape, half lapped to give a double thickness wrap. Remove all oil, grease and dirt from conduit with a suitable solvent, and clean and dry conduit before wrapping. If conduit is pre -wrapped in the shop and then cut and joined on the job, wrap all joints on the job, overlapping pipe wrapping 3" on both sides of joints. 3.7 INSTALLATION OF PULLBOXES: A. General: Install cast iron pullboxes in concrete pad with 4" minimum concrete on all sides of pullbox. Set top of pullbox flush with concrete. Do not install pullbox in low areas where water may stand. END OF SECTION 03271196 Underground Electrical Duct 16115 , 4 SECTION 16120 - CONDUCTORS FPART GENERAL 1.1 RELATED DOCUMENTS: FA. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS: A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. ` B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide manufacturer's catalog data on conductor and insulation materials. ^• C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions. Indicate application conditions and limitations of use stipulated by Product testing agency specified under ` Regulatory Requirements. 1.3 SCOPE: A. Description: The work shall include the furnishing of all conductors, together with all splices, r connections, terminations and identification for wiring systems rated 600 volts and less. 1.4 REGULATORY REQUIREMENTS: A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. rB. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.5 PROJECT CONDITIONS: A. Field Measurements: Verify that field measurements are as shown on the Drawings. B. Routing of Wire and Cable: Wire and cable routing shown on the Drawings is approximate unless dimensioned. Route wire and cable as required to meet Project Conditions. Where wire and cable routing is not shown, and destination only is indicated, determine exact routing and lengths required. PART 2 PRODUCTS 2.1 CONDUCTORS (600 VOLTS AND UNDER): i A. Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid. B. Insulation: Branch circuits shall have type THHN or THWN-2 insulation, temperature rated 90 degrees C, unless the type is specifically designated or specified. Service feeders shall be type THWN-2. Feeder circuits shall be Type THWN-2. �.. 03271196 Conductors 16120 - 1 C. Circuits Subjected to High Temperatures: Type THHN or THWN-2 conductors, temperature rated 90 degrees C, for wiring in proximity to boilers, and for motors and devices subject to high temperature because of high ambient temperature or convection or radiant heat. D. Lighting Future Conductors: Type and size approved by the NEC for the purpose. E. Manufacturers: Okonite, Triangle, Anaconda, Simplex or approved equivalent. 2.2 JOINTS AND SPLICES: A. Stranded Copper Conductors: UL approved solderless bolted pressure connectors or compression connectors. All connectors shall be of proper sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. B. Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL approved electrical spring connectors make. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are not acceptable. 2.3 COLOR CODING: A. General: Use standardized color -coding of conductors throughout. All color coding shall be continuous for the entire length of the conductors, and shall be permanent and readily distinguished after installation. In cases where the specified colors of insulated wire and cable are unavailable, such conductors shall be color -coded, as specified above, by means of slip-on colored plastic sleeves or plastic tape at all pull boxes, support boxes, outlet boxes, panelboards, and other terminal and splicing points. B. Neutral and Grounding Conductors: Neutral conductors shall be white or natural grey. Grounding conductors shall be green, or green with one or more yellow stripes. C. 208 Volt System: Phase conductors shall be black, red and blue for phases, A, B, and C respectively in the 208 volt system. D. 480 Volt System: Phase conductors shall be yellow, brown and orange for phases A, B, and C respectively in the 480 volt system. E. 120/240 Volt System: Phase conductors shall be black and red for phases A and B respectively in the 120/240 volt system. PART 3 EXECUTION 3.1 EXAMINATION: A. General: Examine raceways and building finishes to receive wires and cables for compliance with installation tolerances and other conditions. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRE PULLING: A. Preparation: Completely and thoroughly swab raceway before installing wire. Pull no conductors into conduits until all work of a nature which may cause injury to conductors is completed. 03271196 Conductors 16120 - 2 B. Pulling Lines: Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. C. Multiple Wires in a Raceway: All conductors to be installed in a single conduit shall be pulled in simultaneously. D. Cable Lubricant: Use an Underwriters' listed cable pulling compound for building wire No. 4 and larger. All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. I E. Existing Conduit: Remove existing wire from raceway before pulling in new conductors. I 3.3 INSTALLATION OF BUILDING WIRE (600 VOLTS AND UNDER): A. . General: Install conductors as indicated, according to manufacturer's written instructions and the NECA "Standard of Installation." B. Feeders: Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable. Make joints in branch circuits only where circuits divide as shown on drawings. Such joints shall consist of one through circuit to which shall be spliced the tap circuit. C. Branch Circuits: Not more than one power or lighting circuit shall be installed in a single conduit, except that one 3-wire circuit or one 4-wire circuit consisting of 2 different phase wires and a common neutral or 3 different phase wires and a common neutral may be installed in a single conduit. This provision shall not prohibit the installation in a single conduit of all conductors of a circuit with three - and four-way switching. D. Wiring at Outlets and Switches: Install with at least 12 inches of slack conductor at each outlet and wall switch. E. Terminations: Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer's published torque -tightening values or as specified in UL Standard 486A. F. Sizes: No wire shall be smaller than No. 12 except for signal or control circuits, and except for individual lighting fixture taps as permitted by the National Electrical Code. G. Receptacle Circuits: No. 12 conductors unless noted or scheduled otherwise. H. Home tuns on 120 volt, 20 ampere Lighting Branch Circuits: Where length of run from panelboard to first lighting outlet exceeds 75 feet use No. 10 conductors; otherwise use No. 12 conductors. I. Home runs on 277 volt, 20 ampere Lighting Branch Circuits: Where length of run from panelboard to first lighting outlet exceeds 175 feet use No. 10 conductors; otherwise use No. 12 conductors. J. Different voltages in same raceway: Power and Lighting circuits of different system voltages (e.g. 208Y/120 and 480Y/277 volts) shall not occupy the same conduit. q r, 03271196 Conductors 16120 - 3 K. Joints and Splices: Make joints and splices only where necessary and only at outlet boxes and pull boxes. All joints shall be mechanically and electrically secure. After a joint or splice is complete, insulate it with rubber tape, and friction tape to make the insulation of the joint or splice equal to that of the conductor. In lieu of this, vinyl plastic tape may be used if applied in at least four layers (half lapped in two directions), with all larger splices, terminals, sharp comers and voids being first protected by application of insulating putty. L. Wet Locations: Conductor splices in wet locations shall be made in accordance with the conductor manufacturer's recommendations. M. Identifying Tags: Non-ferrous; stamped to clearly identify each circuit. Securely fasten tags to all cables, feeders and power circuits in pull boxes, lighting, power and distribution panelboards, etc. N. Cable Supports and Boxes: Install cable supports and boxes for all vertical conductors in accordance with National Electrical Code requirements. Boxes shall be of heavy galvanized steel plate _ construction, not less than No. 10 USS gauge, riveted to an angle iron frame. Removable box covers shall be secured with corrosion -resistant screws. For cables without a metallic sheath, cable supports shall be of the split wedge type which clamps each conductor firmly and tightens due to the weight of cable. For cables with metallic sheath, a basket weave or equal type of support shall be provided as -" approved by the cable manufacturer. END OF SECTION 03271196 Conductors 16120 4 SECTION 16195 - ELECTRICAL IDENTIFICATION PART1 GENERAL 1.1 RELATED DOCUMENTS: I. A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS: A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified j' herein, including materials, construction and UL listing. Provide manufacturer's catalog data for l nameplates, labels, and markers. 1.3 SCOPE: A. Description: The work shall include furnishing and installing identification of electrical materials, equipment and installations. 1.4 REGULATORY REQUIREMENTS: A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 PRODUCTS 2.1 NAMEPLATES AND LABELS: A. Nameplates: Electrical equipment shall be identified by the attachment of engraved nameplates constructed from laminated phenolic plastic, at least 1/16" thick, 3-ply, with white surfaces and black core. Engraving shall be condensed gothic, at least 1/4" high, appropriately spaced. Nomenclature on the label shall include the name of the item or equipment served utilizing the equipment names shown on the drawings. B. Labels: Embossed adhesive tape, with 3/16 inch black letters on white background. Use only for identification of individual wall switches and receptacles. 2.2 WIRE MARKERS: A. Description: Split sleeve or tubing type wire markers. B. Locations: Each conductor at panelboard gutters, pull boxes, outlet and junction boxes, and each load rconnection. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number as actually installed. 2. Control Circuits: Control wire number indicated on shop drawings. 03271196 Electrical Identification 16195 - 1 i 2.3 UNDERGROUND WARNING TAPE: A. Description: 4 inch wide plastic tape, detectable type, colored yellow with suitable warning legend describing buried electrical lines. PART 3 EXECUTION 3.1 PREPARATION: A. Cleaning: Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION: A. Equipment: Install nameplate and label parallel to equipment lines. Secure nameplate to equipment front using adhesive. Secure nameplate to inside surface of door on panelboard that is recessed in finished locations. B. Underground Conduit: Identify underground conduits using underground warning tape. Install one tape per trench at 3 inches below finished grade. 3.3 EQUIPMENT: A. General: All electrical equipment shall be identified by name utilizing engraved nameplates. Equipment to be labeled shall include but not be limited to the following: 1. Dry type transformers. 3.4 CONTROL DEVICES: A. General: All electrical control devices shall be labeled to indicate the device served. All electrical control devices shall be labeled regardless of proximity to the equipment served. Electrical control devices to be labeled shall include but not limited to the following: 1. Contactors. 2. Relays. 3. Disconnect Switches. ANT) nF SR(_TTnN 03271196 Electrical Identification 16195 - 2 I rSECTION 16400 - ELECTRICAL SERVICE PART1 GENERAL 1.1 RELATED DOCUMENTS: A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS: A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. C. Utility Drawings: Submit for review Utility Company prepared drawings. 1.3 SCOPE: A. General: The work shall include all labor, material and equipment for the complete electrical service from the power company service point to the building service entrance equipment. The Electrical Contractor shall provide and install an electrical service of the size indicated on the drawings. 1.4 INTERRUPTION OF EXISTING SERVICE: A. General: Do not interrupt the existing electrical service. Locate the existing underground feed to the building and mark its location in the vicinity of digging operations. Caution the other workers as to the location of the service. 1.5 QUALITY ASSURANCE: A. Utility Company Requirements: Perform Work in accordance with Utility Company written requirements. 1.6 REGULATORY REQUIREMENTS: A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.7 UTILITY FEES: A. General: All service requirements shall be verified with the Power Company prior to the bid date and all additional costs (if any) shall be included in Contractor's bid price. 1.8 PROJECT CONDITIONS: A. Field Measurements: Verify that field measurements are as shown on the Drawings. . r 03271196 Electrical Service 16400 - 1 i B. Location of Service Transformers: Verify locations of service transformers prior to excavating for installation. PART 2 PRODUCTS 2.1 UNDERGROUND DUCTS: A. Description: As specified under Section 16115 - UNDERGROUND ELECTRICAL DUCTS. 2.2 UNDERGROUND PLASTIC CONDUIT: . A. Description: As specified under Section 16115 - UNDERGROUND ELECTRICAL DUCTS. 2.3 UNDERGROUND STEEL CONDUIT: A. Description: As specified under Section 16115 - UNDERGROUND ELECTRICAL DUCTS. 2.4 SECONDARY SERVICE CONDUCTORS: A. Description: As specified under Section 16120 - CONDUCTORS. PART 3 EXECUTION 3.1 EXAMINATION: A. General: Verify conditions according to the Conditions of the Contract and Division 1 Specification Sections. B. Equipment: Verify that service equipment is ready to be connected and energized. 3.2 PREPARATION: A. General: Make arrangements with Utility Company to obtain permanent electric service to the Project. B. Coordination: Coordinate location of Utility Company's facilities to ensure proper access is available. 3.3 SERVICE CONNECTIONS: A. Underground Service from pole: The Utility Company will provide and install a transformer assembly on a pole approximately where shown. Furnish and install service entrance conductors of the size shown beginning at weatherproof condulet fittings located on the service pole where and as directed by the Power Company and then installed in conduit extending down the pole, thence underground to the service equipment. All connections on the service pole will be made by the Power Company. B. Aerial Service from pole: The Utility Company will furnish an overhead service drop for lighting and power at the point shown on the drawings. Furnish and install on the building a suitable service rack or anchors and insulators as required by the Power Company, and as approved by the Architect. Also furnish and install suitable service entrance condulets and extend conduit and service feeders therefrom to the main service equipment as shown on the drawings. 03271196 Electrical Service 16400 - 2 r 3.4 METERING: A. Base for direct meter by electrical contractor: Furnish and install where wall shown, a weatherproof meter base of the type and size as directed by the Utility Company. The metering instrument will be furnished and inserted into the base by the Power Company. 3.5 SYSTEMS OF WIRING: A. 208Y/120 volt, 3 phase, 4W system: 1. Power Feeders: 208 volts, 3 phase, 3 or 4 wire as noted. 2. Lighting Feeders: 208Y/120 volts, 3 phase, 4 wire. 3. Branch Circuits: 2, 3, or 4 wire as is most convenient for the contractor or as required to properly serve the load. B. 480Y/277 volt, 3 phase, 4W system: 1. Lighting Feeders: 480Y/277 volts, 3 phase, 4 wire for fluorescent and/or mercury lighting loads. 208/120 volts, 3 phase, 4 wire for incandescent lighting and receptacle and appliance loads. 2. Branch Circuits: 2, 3, or 4 wire as is most convenient for the contractor, or as required to properly serve the load. C. 1201240 volt, 1 phase, 3W system: 1. Electrical Service: Combined 120/240 volts, single phase, 3 wire, 60 Hz. service for lighting and power. 2. Feeders: 120/240 volts, single phase, 3 wire. r' 3. Branch Circuits: 2 or 3 wire as is most convenient for the contractor, or as required to properly serve the load. 3.6 LOAD BALANCING: A. General: The contractor shall carefully balance his electrical loads between the various phases. When the facilities are under use at their heaviest loading periods, tests shall be run on the "hot" conductors in each feeder to a panel and any unbalance shall be corrected to a point that no conductor load shall be more than 5 % high or low (maximum unbalance of 10%) in amperes. 3.7 EXCAVATION AND BACKFILLING: A. General: As specified under Section 16115 - UNDERGROUND ELECTRICAL DUCTS. 3.8 METER CENTERS: A. General: Provide and install meter centers as shown on the drawings. Meter centers shall be wall mounted. All unused meter sockets and circuit breaker openings shall be covered with weather proof metal plates. 3.9 INSTALLATION OF UNDERGROUND DUCTS: A. General: Install as specified under Section 16115 - UNDERGROUND ELECTRICAL DUCTS. 3.10 INSTALLATION OF UNDERGROUND PLASTIC CONDUIT: A. General: Install as specified under Section 16115 - UNDERGROUND ELECTRICAL DUCTS. 7 03271196 Electrical Service 16400 - 3 r 3.11 INSTALLATION OF UNDERGROUND STEEL CONDUIT: A. General: Install as specified under Section 16115 - UNDERGROUND ELECTRICAL DUCTS. END OF SECTION 03271196 Electrical Service 16400 4 T FSECTION 16441 - CIRCUIT AND MOTOR DISCONNECT SWITCHES PART1 GENERAL 1.1 RELATED DOCUMENTS: I A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS: A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide switch ratings, enclosure type and dimensions. C. Manuals: Submit for review all operation and maintenance manuals for items specified herein. 1.3 SCOPE: A. Description: Provide all labor, material, equipment, and service necessary for and incidental to the complete electrical distribution system. 1.4 REGULATORY REQUIREMENTS: A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. 1.5 DELIVERY, STORAGE, AND HANDLING: A. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for c purpose specified and shown. B. General: Deliver, store, protect, and handle Products to site according to the Conditions of the Contract and Division 1 Specification Sections. Accept delivery of disconnect switches on site and inspect for damage. Report concealed damage to carrier within their required time period. Protect �., from corrosion and entrance of debris by storing above grade protected from the weather. Provide p appropriate covering. 1.6 PROJECT CONDITIONS: A. Field Measurements: Verify that field measurements are as shown on the Drawings. B. Location of Disconnect switches: Verify locations of disconnect switches prior to installation. Disconnect switches are shown on Drawings in approximate locations unless dimensions are indicated. Locate as required to complete wiring system. 03271196 Circuit and Motor Disconnect Switches 16441 1 i s PART 2 PRODUCTS 2.1 DISCONNECT SWITCHES: A. Description: NEMA KS1, Type HD heavy duty, enclosed load interrupter knife switch. Handle _ lockable in OFF position. Switches shall be unfused unless noted otherwise; quick make, quick break. All motor circuit switches shall be horsepower rated. B. Enclosures: Provide disconnect switches in NEMA 3R enclosures if exposed to the weather; elsewhere in NEMA 1 general purpose enclosures unless special enclosures are required. C. Fuse clips: Designed to accommodate NEMA FUl, Class RKl fuses. r D. Auxiliary Poles: Where disconnect switches are used to disconnect starters, provide auxiliary poles in switches as required to disconnect all auxiliary control circuits in starters. E. Manufacturers: Switches shall be of General Electric, Westinghouse or Square D manufacture, equivalent to General Electric Type TH quick make, quick break switches. PART 3 EXECUTION 3.1 INSTALLATION: A. Installation: Install disconnect switches level and plumb. B. General: Install in accordance with manufacturer's written instructions and NECA "Standard of — Installation." C. Connections: Connect disconnect switches to wiring system and to ground as indicated and as _ instructed by the manufacturer. Tighten connectors and terminals, including screws and bolts according to equipment manufacturer's published torque tightening values or as specified in UL Standard 486A. D. Fuses: Install fuses in fusible disconnect switches. Apply adhesive tag on inside door of each fused switch indicating NEMA fuse class and size installed. END OF SECTION 03271196 Circuit and Motor Disconnect Switches 16441 - 2 1 SECTION 16450 - GROUNDING AND BONDING PART GENERAL 1.1 RELATED DOCUMENTS: A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. lip]W�W1 W" A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide data for grounding electrodes and connections. C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions. Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation and installation of exothermic connectors. D. Field Test Reports: Submit for review Contractor's Field Tests of installation. Indicate overall resistance to ground and resistance of each electrode. 1.3 SCOPE: A. Description: Furnish and install the various grounding systems outlined herein in accordance with the National Electrical Code. 1.4 REGULATORY REQUIREMENTS: r„ A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.5 PROJECT RECORD DOCUMENTS: A. General: Submit under provisions of the General Requirements. B. As -built Drawings: Accurately record actual locations of grounding electrodes. PART 2 PRODUCTS ' 2.1 ROD ELECTRODE: I G A. Ground Rods: 3/4 inch diameter by 10 feet long copper clad steel ground rod. B. Manufacturers: Ground rods shall be as manufactured by Blackburn or approved equivalent. �. 03271196 Grounding and Bonding 16450 - 1 2.2 MECHANICAL CONNECTORS: A. Rod Clamps: Cast of high strength corrosion resistant copper alloy, UL listed for direct burial, as manufactured by Blackburn Number JAB 34H or approved equivalent. 2.3 CONDUCTORS: A. Material: Stranded copper as specified in Section 16120 - CONDUCTORS. B. Grounding Electrode Conductor: Size to meet NFPA 70 (NEC) requirements PART 3 EXECUTION 3.1 SERVICE AND EQUIPMENT GROUNDING: A. General: Provide adequate and permanent service neutral and equipment grounding in accordance with the National Electrical Code, and subject to the following additional requirements. Size grounding conductors in accordance with National Electrical Code Tables 250-94 and 250-95. B. Grounding Electrode Conductor: Connect the service ground and equipment ground to a common point within the metallic enclosure containing the main service disconnecting means. From the common point of connection of the service ground and equipment ground, run in conduit a combined service and equipment grounding electrode conductor without joint or splice to the grounding electrode system as described below. C. Grounding Electrode System: The following items shall be bonded together by the grounding electrode "— conductor to form the grounding electrode system. 1. Metal Frame of Building: Connect to the effectively grounded structural steel frame of the building with a copperclad steel grounding lug as specified welded to the steel member. Connect to the grounding electrode conductor with an approved compression connection. 2. Concrete -encased Electrode: Connect to a 1/2" minimum steel reinforcing bar located in the concrete foundation or footing in contact with earth for a minimum of twenty feet with a #4 copper conductor by means of an exothermic weld connection. Extend the conductor and connect to the grounding electrode conductor with an approved compression connection. D. Supplemental Grounding Electrode: Supplement the grounding electrode system with an additional electrode which shall be 10' long by 3/4 inch diameter copperclad steel ground rod. Bond the supplemental grounding electrode to the service equipment ground with #6 copper conductor. 3.2 GROUND RODS: A. General: Locate ground rods a minimum of one rod length from each other and at least one rod length _ away from any other grounding electrode. Interconnect ground rods with bare #6 copper conductors buried at least 24 inches below grade. Connect bare cable ground conductors to ground rods by means of exothermic welds except as otherwise indicated. Make these connections without damaging the copper coating or exposing the steel. Drive rods until tops are 6 inches below finished floor or final grade. 3.3 GROUNDING RACEWAYS: A. General: Assure the electrical continuity of all metallic raceway systems, pulling up all conduits and/or locknuts wrench tight. Where expansion joints or telescoping joints occur, provide bonding jumpers. Where flexible metallic conduit is employed, provide a green -insulated grounding jumper installed in the flexible conduit. Install a separate green -insulated conductor in each non-metallic 03271196 Grounding and Bonding 16450 - 2 r- conduit. Provide grounding bushings on all service and feeder raceways terminating within switchboards, motor control centers, panelboards, cabinets, and all other enclosures. Provide grounding conductors from such bushings to the frame of the enclosure and to the ground bus or equipment grounding strap. Size grounding conductors in accordance with NEC Table 250-95. 3.4 CONNECTIONS: A. General: Make connections in such a manner as to minimize possibility of galvanic action or electrolysis. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot tin coated materials to assure high conductivity and make contact points closer in order of galvanic series. 2. Make connections with clean bare metal at points of contact. 3. Coat and seal connections involving dissimilar metals with inert material such as red lead paint to prevent future penetration of moisture to contact surfaces. B. Terminations: Tighten grounding and bonding connectors and terminals, including screws and bolts, in accordance with manufacturer's published torque tightening values or to values specified in UL 486A and 486B. C. Compression Type Connections: Use hydraulic compression tools to provide the correct circumferential pressure for compression connectors. Use tools and dies recommended by the manufacturer of the connectors. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on the ground conductor. END OF SECTION r 03271196 Grounding and Bonding 16450 - 3 i r 7 SECTION 16475 - CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES PART1 GENERAL 1.1 RELATED DOCUMENTS: A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS: A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified r" herein, including materials, construction and UL listing. Provide data sheets showing electrical characteristics including time -current curves. �-• C. Operation and Maintenance Manuals: Submit for review all operation and maintenance manuals for items specified herein. Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include all operation and maintenance manuals. 7 1.3 SCOPE: A. Description: The work shall include all labor, material, equipment, and service necessary for and incidental to the complete electrical distribution system. 1.4 REGULATORY REQUIREMENTS: A. Code Requirements: Conform to requirements of ANSUNFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.5 MAINTENANCE MATERIALS: A. General: Provide maintenance materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Fuse Pullers: Provide two fuse pullers. 1.6 EXTRA MATERIALS: A. General: Furnish under provisions of the General Requirements. B. Spare Fuses: Upon completion of the work provide a standard carton (but not less than 3 fuses where a carton does not contain as many as 3) of each size of each type of fuse used. These spare fuses are in addition to fuses in spare switches and replacement fuses blown during construction and testing. 03271196 Circuit Disconnect and Overcurrent Devices 16475 - 1 PART 2 PRODUCTS 2.1 FUSIBLE SWITCHES: A. Fusible Switch Assemblies: NEMA KS 1, quick make, quick break, load interrupter enclosed knife _ switch with externally operable handle. Switch shall have visible blades and shall be horsepower rated. Provide interlock to prevent opening front cover with switch in ON position. Handle lockable in OFF position. Provide fuse clips designed to accommodate Class RK-1 fuses, switch size 600 amperes and less; Class L fuses, switch size 800 amperes and greater. B. Mounting: Fusible switches shall be panelboard, switchboard or motor control center mounted as specified elsewhere and as indicated on the Drawings. 2.2 FUSES: A. General: Furnish and install all fuses necessary for leaving the installation complete and in working order, including a complete set of fuses in each spare switch. B. Fuse Identification Label: Place a fuse identification label, showing type and size of the required fuses, inside the door of each enclosure requiring fuses. C. Regulatory Standards: Fuses shall conform to the latest NEMA Standards, and shall be UL listed and labeled (except as noted otherwise) They shall conform to the UL classes listed hereinafter. Voltage ratings shall be suitable for the systems to which the fuses are applied. D. Installation: Fuses shall be shipped to the job in boxes, and shall not be installed in any equipment until the installation is complete, and final tests have been made prior to energizing the equipment. E. Fuse Reducers: Where the spacing of fuse clips in equipment is greater than required by the proper size of fuse, use suitable fuse reducers to fit the fuses. F. Class and Type: Fuses shall be of the classes and types listed below, the type designations referring to those indicated on the plans. 1. Class RK-1 Time Delay (1-600 Amps): Class RK-1; Bussmann Type LPN or LPS "Low Peak". Fuses shall be available in ratings 1-600 amperes, shall be current limiting dual element with time delay, and shall have interrupting rating of 200,000 RMS symmetrical amperes. Fuses shall be equipped with slotted blades, and switch fuse clips shall be provided with matching NEC fuse rejection feature. G. Spare Fuse Cabinet: Provide a wall -mounted sheet metal cabinet, suitably sized to store spare fuses and fuse pullers specified. Cabinet shall have a hinged door, with hasp for Owner's padlock. 2.3 MOLDED CASE THERMAL MAGNETIC TRIP CIRCUIT BREAKERS: A. Description: NEMA AB 1, molded case, one, two and three pole, with integral thermal and instantaneous magnetic trip in each pole, UL listed. Two and three pole circuit breakers with common trip and single operating handle. Handle ties between breakers are unacceptable. Circuit breakers shall have the voltage and trip rating scheduled or indicated on the Drawings. B. Operation: Operating mechanism shall be over center, trip free, toggle mechanism with quick -make, quick -break action with positive handle indication. C. Trip Elements: Thermal magnetic trip element calibrated for 40 deg. C. ambient temperature. 03271196 Circuit Disconnect and Overcurrent Devices 16475 - 2 i D. Terminations: Terminations for 10-30 ampere breakers shall be UL listed for use with 60 degree C. or 75 degree C. conductors. Terminations for breakers 35 ampere and greater shall be UL listed for use with 75 degree C conductors. E. Interrupting Rating: Circuit breakers shall have minimum RMS symmetrical ampere interrupting as scheduled on drawings. rratings I F. Switching Duty: UL listed SWD for switching duty, 15 and 20 ampere single pole, suitable for 120 volts ac fluorescent loads. G. HACR Listing: UL listed as HACR type, 120/240 volt, 15-60 ampere, one, two and three pole, to serve heating air conditioning and refrigeration equipment. Provide circuit breakers UL listed as Type HACR for air conditioning equipment branch circuits. H. HID Lighting Circuits: Circuit breakers serving HID lighting circuits shall be specifically designed for HID circuits. r I. Accessories: Provide circuit breakers with switching neutral, shunt trip, ground fault current interrupters, or remote controlled operators as scheduled on the drawings. J. Motor Circuit Protectors: Where indicate on the Drawings or Specified elsewhere provide molded case circuit breaker with integral instantaneous magnetic trip element in each pole. ` l PART 3 EXECUTION 3.1 INSTALLATION: rA. Y Fuses: Install fuses in accordance with manufacturer's instructions. B. Fuse Labels: Install fuse with label oriented such that manufacturer, type, and size are easily read. C. Spare Fuse Cabinet: Install spare fuse cabinet adjacent to the main service entrance equipment. END OF SECTION 03271196 Circuit Disconnect and Overcurrent Devices 16475 - 3 No Text it FABLE OF CONTENTS SPECIAL CONDITIONS SC-1 Scope of Work SC-2 Contract Documents SC-3 Time and Order of Completion SC- Limitation of Operation SC-5 SC- Airport Operations Security Contractor's Plant Site, Storage and Office Area(s) SC-7 Protection of Property SC-8 SC-9 Electric Power and Natural Gas Lines and Grades SC-10 Water for Construction SC-11 SC-12 Material Tests Barricades, Signs, and Hazard Markings SC-13 Not Used SC-14 Progress Schedule SC-15 Public Convenience and Safety SC-16 Final Cleaning Up SC-17 Insurance I" SC-18 Removal and Disposal of Structures, Utilities and Obstructions SC-19 Conformity with Plans and Allowable Deviations SC-20 Removal of Defective and Unauthorized Work F SC-21 Disputed Claims for Extra Work SC-22 Federal Participation SC-23 Indemnification SC-24 Not Used SC-25 Contractor's Responsibility for Work SC-26 Correction of Faulty Work After Final Payment SC-27 Separate Contracts SC-28 Shop Drawings SC-29 Engineer SC-30 Trench Safety SC-31 Not Used o- SC-32 Progressing Meeting APPENDIX SW5200.5A Airport Safety During FAA -Funded Airport Construction and FAA Facilities Maintenance. AC 150/5370-2C Operational Safety on Airports low During Construction =G 03271196 SC-1 SC-1 SC-1 SC-2 SC-4 SC-8 SC-8 SC-9 SC-9 SC-9 SC-10 SC-10 SC-10 SC-11 SC-11 SC-11 SC-12 SC-12 SC-12 SC-13 SC-13 SC-13 SC-14 SC-14 SC-14 SC-15 SC-15 SC-15 SC-15 SC-15 SC-16 SC-16 i SPECIAL CONDITIONS SC-1 SCOPE OF WORK The work to be accomplished under these specifications, including the plans, consists of r" construction work for the Lubbock International Airport, including but not limited to, the J construction of new signage for site, roadwys, parking areas and Terminal Building exterior and interior. Included are FIDS and BIDS systems, interior panel graphics, and sum control film for clerestry windows. All labor, materials and equipment necessary to complete the work called for in these .r specifications and shown on the plans shall be furnished by the Contractor. I Payment for the various items of work will be made as specified under the various payment r paragraphs of the technical sections. l SC-2 CONTRACT DOCUMENTS r 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 document, consist of the plans r" entitled "Improvements for Signage and Graphics at Lubbock International Airport, dated August, 1995. 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 work 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 Conditions, Notice to Bidders, Instructions to Bidders, Technical Specifications, Plans, General Provisions and General Conditions of the Agreement. SC-3 TIME AND ORDER OF COMPLETION The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his own choosing to the best interest of the project. However, the work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure 03271196 SC - 1 completion in accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor shall furnish the Engineer with his proposed progress schedule and this schedule shall be approved by the Engineer before work is commenced on the project. — Other contractors may be performing work for the Owner in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be required to insure that all work can be carried out with the least possible interference with the operation of other contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. Construction Phasing The items of work included in the Base Bid shall be completed within 180 calendar days of the Notice -to -Proceed with construction of the project. 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 may 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. SC-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 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. 03271196 SC 2 J 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 j' 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 j' conditions shall be determined by the Lubbock Air Traffic Control Tower personnel. l 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. 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 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 Contractor shall not permit water to stand in any excavation adjacent to existing pavements. To insure compliance with this requirement the Contractor shall maintain at the site not less than two dewatering pumps in good working condition at all times that any excavation adjacent to existing pavements is open. No work other than dewatering operations will be permitted on the project at any time water is standing in open excavations. The Contractor shall maintain the pavement surfaces of runways, taxiways and aprons, which are allowed to be used as hauling -routes, in a clean condition, suitable for use by aircraft, as determined by 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. '` 03271196 SC - 3 ow The Contractor shall be subject to a pre -construction conference to discuss phasing and project safety control after award of contract. SC-5 AIRPORT OPERATIONS SECURITY SC-5.1 General Airport security is a vital part of the Contractor's responsibilities during the course of this project. Airport security, nation-wide, has come under close scrutiny in the last few years. The following security guidelines and the rules and regulations of the Lubbock International Airport Police Department (LIAPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. SC-5.2 Airport Qperations 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. SC-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 area 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 displace a Contractor -issued identification badge, as specified below. AND be escorted or directly suggrvised by an individual displaying a current LIAPD security badge. 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 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. 03271196 SC - 4 a rThe 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 J 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 C" after award of the project. The background check shall show proof of a miinimum five (5) year J employment record and will be reviewed by the LIAPD. The LIAPD shall be responsible for reviewing the background checks. 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 I 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 one hundred dollar ($100.00) fee for each lost or destroyed LIAPD-issued security badge. All LIAPD-issued security badges must r" be accounted for 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. SC-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 rwide 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 7 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. '' 03271196 SC - 5 The Contractor -issued identification badge does not allow unlimited access to all areas within the AOA, but will permit only escorted or directly supervised access to only those portions of the AOA under construction by the Contractor. Every individual operating within the AOA shall display either an 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. SC-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, 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. 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 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 or repaving 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. SC-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 vehicle from the point of AOA entry 03271196 SC - 6 i 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. J 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 j` the driver of the escort vehicle shall be familiar with the FAA radio and its operation, and shall obey ff all instructions from the Air Traffic Control Tower. (" SC-5.7 Challenging Unauthorized Personnel or Vehicles F 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 r the bearer, shall be brought to the attention of the LIAPD and shall be immediately confiscated by the LIAPD or the Director of Aviation. r SC-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: 03271196 1 Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. 3. Duration of construction activities utilizing a crane or other hoisting device. SC-7 r� 4. Daily hours of crane or other hoisting device operation. The top of the crane or other hoisting device shall be marked with a Moot by a- 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 - gig) 148) hours prior to actual erection of the crane or other hoisting device. SC-6 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S) The Contractor shall make his own provisions for plant site, storage and office areas. If the Contractor desires to utilize an on -airport location, arrangements must be made with the Director of Aviation. The following specific requirements apply to on -airport plant site, storage and office areas. 1. The Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. The Contractor will also be responsible for maintenance of areas and dust control for the duration of the project. 2. Direct negotiation may be conducted with the Director of Aviation for any areas desired. Areas used by the Contractor may be subject to rental rates and fees as identified by the Director of Aviation. 3. Any areas occupied by the Contractor and his forces will be required to be completely restored by the Contractor, at his expense, including but not limited to (1) regrading disturbed areas; (2) complete removal of debris or any other material brought onto the site by the Contractor; (3) complete replacement of topsoil, turf, asphalt pavement, concrete slabs or drives, etc. that is worn, deteriorated or damaged during the period the Contractor and his forces occupy the area. All restoration shall be to the satisfaction of the Director of Aviation. 4. No direct payment will be made to the Contractor for restoring plant site, storage or office areas. SC-7 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. 03271196 SC - 8 r Various existing underground utilities and structures are shown on the plans. Their locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with FAA Facilities at Lubbock International Airport. SC-8 ELECTRIC POWER AND NATURAL GAS j' The Contractor shall make his own provisions for his electrical, natural gas and other fuel I 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. SC-9 LINES AND GRADES I. 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 OM 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. SC-10 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location -of water sources and for payment for water consumed by the Contractor during construction shall be made directly with the City of Lubbock's water utility department, Lubbock Power and Light and Water. 03271196 SC - 9 ry SC-11 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. 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. SC-12 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 taxiways, warning signs for air traffic shall be placed at such locations and shall be visible day and night. A runway closed because of construction or other activities or hazards shall have appropriate FAA standard markings. Any movement of Contractor's vehicles or equipment on or across landing areas shall carry FAA standard markings or flags. Movement of other vehicles responsible to the Contractor shall be under escort, as specified in Paragraph SC-5, AIRPORT OPERATIONS SECURITY. Taxiways closed to traffic shall be protected by effective barricades. Spacing of barricades shall be as directed by the Engineer. Barricades for aprons closed to traffic shall consist of heavy duty barricades constructed of railroad ties. -Each tie shall have reflective striping and a flashing light on each end. Barricades shall be spaced with no more than 3' clearance between the ends. 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. The proper illumination of obstructions is critical to the safe operation of aircraft on the Airport. All warning lights shall be equipped with photocell controls to automatically turn on the lights at night and turn them off at daytime. The lights shall be checked daily by the Contractor to assure that batteries or power cells are in working order. In addition, the lights shall be checked by. the Contractor at night on a daily basis. Any lights found to be out of order, flashing weakly or in otherwise less than ac�,eptable operating condition shall be immediate!y laced or repaired. The Engineer may suspend work on the project if the Contractor's warning lights are not maintained in an acceptable manner. A W&M-five dollar ($25.00) chargg will be assessed the Contractor for each light. per day. found to be inoperative by Owner's personnel or representatives. SC-13 NOT USED 03271196 SC - 10 r-- it SC-14 PROGRESS SCHEDULE !r Within thirty (30) days after award of the contract, the Contractor shawl submit a progress J schedule for the project The progress schedule shall be prepared in a form suitable to the Engineer and shall show the proposed starting and completion dates for each phase of construction and each r item of work within each phase. The progress schedule shall include a "Percent Complete Curve", I 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. r Revision or changes in the approved progress schedule may be made only with approval of the Engineer. SC-15 PUBLIC CONVENIENCE AND SAFETY r" i 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 15015370-2C, "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 fret: of all rocks, gravel, dirt and other debris in areas where hauling is permitted on or across any active apron, runway or r taxiway, or in areas temporarily closed which are subject to opening on short notice. All rocks, j gravel, dirt or other debris shall be removed immediately by the Contractor. . SC--16 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, the Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. !� 03271196 SC - 11 1 SC-17 INSURANCE The Contractor shall not begin work under this contract until he has obtained all insurance as required in the General Conditions of the Agreement, has furnished proof of same to the Owner, and the Owner shall have approved same. The 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 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. SC-18 REMOVAL AND DISPOSAL OF STRUCTURES, UTILITIES AND OBSTRUCTIONS All structures, utilities or obstructions found on the airport and shown on the plans which are not to remain in place or which are not to be used in the new construction shall be removed as directed by the 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. SC-19 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from the plans which may be required by the exigencies of construction shall be determined by the Engineer and authorized by him in writing. 03271196 SC - 12 it 'I F SC-20 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK' All work which has been rejected or condemned shall be repaired or, if it cannot be satisfactorily repaired, removed and replaced at the Contractor's expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of the work and j' replaced with satisfactory material by the Contractor at his expense. J Work done beyond that shown on the plans, or as given, except as herein provided, work j` done without proper inspection, or any extra or unclassified work done without written authority and I 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. I 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. '_ SC-21 DISPUTED CLAIMS FOR EXTRA WORK In case the Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by the 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 Gc)mpensation with the Engineer, who will present it to the Owner for consideration. SC-22 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. OM 03271196 SC - 13 r SC-23 INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officer, agents or employees, including attorney's fees. The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Owner, Engineer, the Owner's officers, agents and employees, whether such claims negligent act was the sole proximate cause of the injury — or damage or a proximate cause jointly and concurrently with the Contractor or the Contractor's employees, agents or subcontractors negligence, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officers, agents or employees, including attorney's fees. The Contractor agrees that he will indemnify and save the Owner and Engineer harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, _ including commissary incurred in the furtherance of the performance of this contract. When the Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. SC-24 NOT USED SC-25 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by the Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part of the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the work occasioned by any of the above causes before its completion and acceptance. 03271196 SC - 14 r SC-26 CORRECTION OF FAULTY WORK AFTER FINAL PAYME14T 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 afterthe date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. SC-27 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 SC-3 for additional requirements concerning' separate contracts. SC-28 SHOP DRAWINGS The Contractor shall submit to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, six copies unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. SC-29 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, Arnarillo and El Paso, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SC-30 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 TAND SHORING for all trenching and excavation operations. T03271196 SC 15 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. SC-31 NOT USED SC-32 PROGRESS MEETINGS A regularly scheduled progress meeting will be held not less than every two weeks and at other times as required by the progress of the work. The Contractor, Owner, Engineer and all Subcontractors active on the site shall be represented. The Contractor shall coordinate and preside at the meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to the work. 03271196 SC - 16 � � � �� y � � � _� � � � � � � � �i 5� U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION Southwest Region Fort Worth, Timms Airport Safety During FAA-f1urxied Airport Construrticn and FAA S U BJ : Facilities Maintenance -7,; 5200.SA { 6 'S= II 1. PURP06E. M-Lis order establishes airport safety standards for FAA -funded construction and FAA facilities maim. 2. DISTRIH[Tl'ID*T. This Order is distributed to the Section level in the ll Airports and Airway Facilities Divisions, to the Branch level in the Flight standards, Air Traffic, and Civil Aviation Security Divisions, to all Southwest Region field offices and facilities, and to F & E Field InstallaticrVConstruction Representatives. 3. g8&C]U IATTON. order SW 5200. 5, Safety Require. ents on Airports During Agency Funded Contruction Activity, dated 11/21/75, is cancelled. 4. PODIA 0R OF [HANG;S. This order revises and updates criteria to be used during construction and zraintenance on airports, consistent with curmit Advisory circulars and agency safety regulations. a. Airport Elevation - the highest point on the landing surface of an _ airport. b. Certificated Airport - an airport which, by law, is safety regulated by the.FAA under Part 139 of the Federal Aviation Regulations, and which operates under specific safety requirements which apply to maintenance and construction activities on the airport. Certificated airports are listed in Affix 2. c. Displaced Threshold - a runway landing threshold which is located at a point other than at the beginning of the full-strength pavement. A tarporary displacement may be used to give landing aircraft adequate clearance over corztruction equipment or other objects in the approach area of a runway or adjacent to a runway. d. Obstacle Free Zone (OFZ) - a design standard involving imaginary surfaces in the vicinity of a runway. They are the Runway OFZ, ` Inner - transitional surface OFZ, and Inner -Approach OFZ. IT Distribution: ' ' , % ''% Initiated By: A-FOF-O (maxlx=); A-FAF-10 zCU-ccn 616189 SW 5200.SA c. Tf the clearances and rast-rictions described in this orde= cannat be maintained while =-st uction or maintenance is underway, action will be taker as appropriate to: (1) close runways, taxiways, or aprons, (2) relocate or displace runway thresholds horsily, (3) perform work at night or during periods of miriiml aircraft activity, (4) close affected areas to certain types of aircraft, (5) restrict aircraft use by weight, wingspan, approach speed, or other characteristic, (6) shut dmn or restrict use of navigational or approach aids . d. FAA e^mloyees who are responsible for construction or maintenance activities on airports shall coordinate project safety and se=ity requirements and impacts with the airport sponsor as soon as the impacts have _ been identified but before commitments are made with contractors or others to perform work on an airport. Coordination will vary from formal predesign conferences to informal contacts with the airport manager or responsible sponsor official before starting work. 7. SAFETY V•roAC'TS. Potentially hazardous conditions which may occur during airport construction and maintenance include the follmring: a. Excavations, trenches, and stockpiled material on or near runways, taxiways and aprons. b. Construction equipment on aircraft operating areas or in runnray approaches or departure areas. c. Inadequate construction area marking or lighting. d. lack of control over vehicle access to aircraft operating areas, unauthorized entry of personnel, vehicles, or animals. e. Inadequate vehicle marking or lighting. f. Deficient marking and lighting of tm porary runway thresholds. g. Failure to issue, update, or cancel Notices to Airmen conoenu g airport or nvnway closures or other construction -related airport conditions. ll 6/6/89 SW 5200.SA (2) 7be dinemiors of an Obstacle Free Zone are as follocs: (keyed to Figure 1). (a) Runway Obstacle Free Zone (See A in Figure 1) extends 200 feet beyond each end of the r,=.ay and has the following width for: Runways sewing small aix craft : Precision instnanent runway - 300 feet Other runways - 250 feet. Runways serving large aircraft: The greater of 400 feet, or 180 feet plus the wingspan of the most demnding airplane, plus 20 feet per 1000 feet of airport elevation. (Note: The runway On width for all transport runways on certificated airports in the Southwest Region (Appendix 2)is 400 feet.) (b) Inner Approach Obstacle Free Zone (See B in Figure 1) The Inner -Approach OFZ applies only to runways ems with an approach lighting system. 2 Beginning 200 feet from the runway threshold and ending 200 feet beyond the last light unit in an approach lighting systen, width sane as the Runway oFZ, slope SO: 1, beginning at runway end elevation. (c) Inner -Transitional Surface Obstacle Free Zone (See C in Figure 1) I The Inner -Transitional Surface OFZ applies only to precision instrument runways. 2 Slope 3:1 perpendicular to the runway centerline and extending laterally frm the edges of the runway OFZ and approach OFZ to a height of 150 feet above airport elevation. T T T C 6/6/89 SW 5200.5A b. Approach Clearance Over Equipment and Material. (1) bcnstruction activity in a ru way avoroach may result in a need to displace the larding threshold temporarily. If an object penetrates a surface sham in Fig. 2, displace the threshold to a point whew the surface is — not penetrated. (2) Objects which do notyenetrate these surfaces still ray be -- otstructions to air navigation and/or nay affect standard instrument approach procedures. Coordinate these with the Airspace and procedures B.drxh, ASw-53C, and the Flight Procedures Branch, ASS+}-220, as necessary. 1 ' I Runway t Equips:�20nt — Ehd A 717 Rurrrray B C _ Li D 20:1 Threshold Location„ Surface Dimensions Small Aircraft Large Aircraft A 0 200 B 250 400 C 700 1000 D 2250 1500 Fig. 2 kuway Threshold Location T 6 6/89 SW 5200.5; c. R=.ay and Taxiway Safety Areas. (1) R=& ay safety areas - comtrvction or maintenancie activity is prohibiter) in runway safety areas while the full length of the r=.ay is open. Normal FAA maintenance of visual, appruarh, and navigational aids is pe=missible within safety areas provided vehicles, raterial, and excavations do not penetrate a runway OFZ and requirements of paragraph 7b for approach clearance over vehicles, equipment and material are met. (2) Rln�rrav safety area dimensions are shown in Fig. 4. Existing safety areas at a particular airport may be lamer or smaller than the srarda.-d dimension listed. If construction or maintenance activity must take place within the specified safety area, it is also acceptable to restrict the rurr»ay use to a smaller size of aircraft and use a narrower and/or shorter safety area dinpnsion for the duration of the activity. a b Ru Tway c ISafety Area MMY DESIGN CATEGORY SAFE.1Y AREA DIMENSIONS (Ft.) a or b (1) c (2) 1. Utility AC 150/5300-4 a. Visual or Nonprecision Design Group I 30 120 200 Design Group II 40 150 300 b. Precision It Design Group I 110 300 600 Design Group II 100 300 600 Design Graff III 100 300 600 2. Transport AC 150/5300-12 500 (3) 1000 I (1) Use dimension a or b, whichever results in the greater distance from the r=-ray centerline. (2) Use dimension c or the existing safety area length, whichever is less, but no less than 200 feet. (3) Sane certificated airports have or permit use of 400-foot wide runway safety areas during construction and maintenance. Coordinate proposals with the Airports Safety Section, ASW-651. l Fig. 4 Runway Safety Areas 616/69 Sr+ 5200.5A d. Marking and Lightisg (1) Mg=rary displaced rurnmmv threshold: (a) Mark with yellow arrows and a white threshold swipe as shown in A.C. 150/5340-1, or (b) Use alternate marking which is: Clearly visible to the pilot, Not misleading, confusing, or deceptive, Se=ured in place to prevent movement, Made of riaterial which will minimize damge to aircraft which wane in contact with the marking. (2) Teraorary relocated rummv threshold (partial closure of a runway) : (a) Mark with yellow chevrons as shown in A.G. 150/5340-1, or use alternate marking as described in par. 1b above. (b) R=.ay distance re-aining signs ray need to be evened or '- renvved during the closure. (3) Tezorary rurrmav thresholds must be 1 iaihted if all or part of a runway is to be open at night during construction or maintenznce. The airport operator ray already have ter=rary threshold lighting available, but this should be determined in advance. (a) Use light lens colors and spacing in A.C. 150/5340-24, Runway and Taxiway Edge Lighting System. (b) Disable edge lights and threshold lights on closed parts of runways. On some lighting systems, it may be necessary to cover a light rather than removing the lamp or fixture. (c) Disable visual glide slope indicators (VASI, PAPI, PIASI, etc.), F=, and approach lights which would otherwise give misleading indications to pilots as to the threshold location. Installation of torporary visual aids may be necessary to provide adequate guidance for pilots on approach to the affected runway. These may be funded or provided by the FAA or the sponsor. F6/6/89 S„ 5200.5A (2) Notns on shutdown or irregular operation of FAA-, mned facilities shall be ismmd and cancelled only by FAA eirpl'oyees. Notars on airport oanditicns shall be issued and cancelled only by the airport sponsor. Any person having reason to believe that a Notan is missing, i.noa7plete, or inaccurate shall notify the responsible person. g. Vehicle identification. FAA employees Who operate vehicles on an airport shall carply with the airport cwner's rules for vehicle marking, lighting, and operations, unless FAA its are more striment. Vehicles operated by FAA employees on active runways, taxi;.ays, or safety areas shall be marked with orange and white flags or flashing yellow beacons during daylight hours, and with flashing yellow beacons, at night. Contractors and suppliers shall be informed of the applicable recIi rene_nts of the airpom sponsor by the FAA or airport sponsor employee responsible for the work. h. Controlling Access To Aircraft Operational Arens (1) Vehicle and oedestrian access routes for airport construction and maintenance shall be controlled as roacessr3ry to prevent inadvertent or unauthorized entry of persons, vehicles, and animals. The amount of construction traffic or local security/safety rules may require use of personnel to control access through gates or fencing, or across aircraft movement areas. Radio ccurmications nay be required between these personnel and a Control 'Ttvwrer if equipment and personnel must enter or cross an active Aircraft Moverent Area. (2) vehicle mrking areas for M and contractor erployees shall be designated in advance to minimize vehicle traffic in aircraft movement areas j" while still providing reasonable er=ployee access to the job site. 9. STANDARD SAFETY SFECIFICA77ONS. General safety provisions which apply during contract work on airports are contained in the following documents: r a. Facilities and Equipment (F & E) Program projects - Additional General Provisions, FAA P-1, Clause No. 75, "Special Precautions for Work at Operatim Airports." b. Airport Improvement Program (AIP) projects - Advisory Circular 150/5370-10, "Standards for Specifying Construction of Airports," General Provisions 40-05, Maintenance of Traffic; 70-08, Barricades, Warning Signs, r and Hazard Marking; 80-04, Limitation of Operations. l TI I 6/6/89 SW 5200.5A ApQerdix 1 1. General Safety peauizs: During performance of this contract, the airport runways, taxiways, and aircraft parking aprons shall retrain in use b,• aircraft to the maxim. extent possible. Air aft use of areas near the contractor's work will be controlled to minimize disturbance to the contractor's operation. The contractor shall not allow his/her e:Tployees, I subcontractors, suppliers, or any person over wean he/she has control to ante: or remain in any part of the airport which would be hazardous to pe_-sons or to aircraft operations. Whenever aircraft operations require, the (Contracting Officer, Engineer, etc.) may order the Contractor to su_Spend operations, mave plant, personnel, equipment, and materials to a safe location and stand by until aircraft use is caa-,pleted. 2. Obstacle FYee Zone (OF7): Construction activity within an Obstacle Free Zone -will require closing part or all of the affected rurrway. See Figure 1. r l 3. gporoach Clearance to Eton»ays: Amway landing thresholds shall be located to provide an unobstructed approach surface with an approach ratio over �^ equipment and raterial as sham on Figure 2. l 4. Rurrwav and Taxiwav Safety Areas: Construction activity within a rurusy safety area will require closing part or all of the affected runway. Construction activity within taxiway safety areas/obstacle free areas is t a perrussible when .the taxiway is open to aircraft traffic if: a. Adequate wingtip/erpennage clearance exists between the aircraft and equipment/material, b. Excavations, trenches, or other conditions are conspicuously marked and lighted. c. Notices to Airmen are in effect canoe ring the activity, usually 'Tien and equipment adjacent to Taxiway " Safety area dimensions are shown on Figures 4 and 5. S. Threshold Markira arxi Liahtira: a. Temporary threshold marking is required'. Threshold marking will be furnished by the . contractor b. Ten;:arary threshold lighting is required . Threshold lighting will be furnished and maintained by the contractor F 7 6/6/69 Sw 5200.5A Appendix 2 =en i x 2. FAA - CERTIFICATED AIRPORTS IN SC Un1r= Rt I0N (As of June 1989) Fayetteville Drake Fort Smith. Muni . Hot Springs Memorial Little Rock Adams Field Texarkana Regional =SIANA Alexandria Esler Reg. Baton Rouge Ryan Lafayette Regional Lake Charles Regional Monroe Regional New Iberia Acadian Reg. New Orleans International New Gleans Lakefront Shreveport Regional NEr,7 MMC D Alamogordo White Sands Reg. Albuquerque International Farmington Four Corners Reg. Hobbs Lea County Hobbs Las Cruces International Los Alamos Roswell Industrial Raidoso Sierra Blanca Lawton Metropolitan Oklahoma City Will Rogers Stillwater Muni. Tulsa International Abilene Municipal Amarillo International Austin Robert Mueller Beaumont Jefferson Co. Brunsville South Padre Is. College Station Easterwx=d Corpus Christi Intl. Dallas/Fort Worth Intl. Dallas Love El Paso International Fort Worth Meacham Galveston Scholes Harlingen Rio Grande Valley Houston Ellington Houston Hobby Houston Intercontinental Laredo International Longview Gregg County Lubbock International McAllen Miller Intl. Midland International Faris Cox Field San Angelo Mathis San Antonio International TeMle Draughon-Miller Tyler Pounds Victoria Regional Waco Regional W T6/6/89 Tr 5200.5„ ffm Appendix 3 Fill Figure 4 of this Order describes =way and taxiway safety area dimensions as a function of airplane "design group" frm Advisory Cirwlaxrs 150/5300-4, LtiliZ• Airports, and 150/5300-12, Airport Design, Standards, Transport Airports. (E)q d to be replaced by A.C. 150/5300-13, Airport Design, currently in draft.) Tnese design, groups are }used on aixcraft wingspan, with typical aircraft in each design group shown below: Design Wingspan I Group I Vo to but not including 49 ft. (15m) Piper Navajo, Cessna 421, Fairchild Metro, Beech King Air, Mitsubishi MU-2, Rockwell Sabre 75, TPA r 35/36, Hawker- Siddley HS-125. II 49 ft Lm to but not including '79 ft. (24m1 Cessna 441, £rbraer 120 B-zsilia, Saab 340, Rockwell Sabre 65, Cessna Citation II/III, Beech 1900 Airliner, Gulfstreamm I/II/III/IV. III 79 ft un to but not including 118 ft. (36-m DeHavilland Dash 7, Boeing 737/727, DC-9 (all) , ?�D-80, Fairchild F-27, Bae-146, Convair 580. IV 118ft vo to but not including 171 ft. (52Tn) Boeing 707, 757, 767, DC-8, Lockheed L ioll, DC-10/MD-11. V I71 lft = to but not including 214 ft. (65m Boeing 747 T! Advisory U.S. Deoonn)ent ot1ranspor:otO, Circular Federal Aviation Administration 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 (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 Checklist, current edition, contains ordering instructions). A. BACKGROUND. Various Ws 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. i 7 5/3L/8� AC 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- mitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA 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 c 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 7017460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition.) b. Work Scheduling and Accomplishment. Predesign, preconstruction, and prebi_ 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. (4) Initiation, currency, and cancellation of Notice to Airmen (NOTAM13).— (5) Suspension or restriction of aircraft activity on airport operations areas. — (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. • (32) Smoke, steam, and vapor controls. (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 t 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 t 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. r* I. Attractions for birds such as trash, grass seeding, or ponded water on or near airports. F ., 5131184 -_; d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing proce-_ dunes, 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, systemat}c 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 provider!. 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 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 5/31/8µ Appencix 1 EAPPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION 1. RUNWAY ENDS. Construction equipment normally should not penetrate the 20:1 approach surface. r I F 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 writh 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 Lie -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 T460-1 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. T. 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 5/31/84 AC _50'53'•- Appendix i 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 marked as in paragraph 10b, and the airport beacon is are closed permanently, the runways are marked as in beacon is disconnected, and a cross is placed in the location if no segmented circle exists. temporarily, the runways are turned off. When all runways paragraph 10a, the airport segmented circle or at central 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 must 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 o can be issued. f"t Stabilized Areas. Holding bays, aprons, and taxiways are sometimes pro- vided with shoulder stabilization to prevent blast and water erosion. This stabi- lizition 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.