Loading...
HomeMy WebLinkAboutResolution - 4043 - Contract - GTC Corporation - Emergenct & Terminal Apron Access Roads, LIA - 12/17/1992Resolution No. 4043 December 17, 1992 Item #24 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Gilbert Texas Construction Corporation to con- struct emergency and terminal apron access roads at the Lubbock International Airport, Lubbock, Texas, attached herewith, which 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 de- tail. Passed by the City Council this ATTEST: :S�0_&X ai�v Ga.-c— ably Sti Abbe, Acting City -Secretary APPROVED AS TO CONTENT: c or m n, Acting Purchasing Manager APPROVED AS TO FORM: k/� AaFoldlillard, AssistaAt City Attorney SW:ja/GLBERTTX.RES D2-Agenda/December 7, 1992 CITY SECRETARY SPECIFICATIONS ANI) CON*FPAt:'I' DOCUMEN'CS CITY OF LUBBOCK,'rE'X ►S LUBBOCK INTERNATIONAL AIRPORT TERMINAL AFRO AND' EMERGENI-"Y ACCESS ROADS AIP PROJCC:T No. 3--48--0138--14 OCTOBER 1992 r L LUBBOCK INTERNATIONAL AIRPORT SPECIFICATIONS AND CONTRACT DOCUMENTS TERMINAL APRON AND EMERGENCY ACCESS ROADS AIP PROJECT NO. 3-48-0138-14 OCTOBER, 1992 ADDENDUM NO. 2 November 19, 1992 Attention of all Bidders is directed to the following modifications and additions made hereby to the above referenced Plans and Specifications. SPECIFICATIONS 1. GENERAL CONDITIONS OF THE AGREEMENT, Paragraph 13. LINES AND GRADES. Delete this paragraph and insert the following: "The Engineer will provide the Contractor with horizontal control points and a benchmark for vertical control. All construction staking shall be done by the Contractor. References to lines and grades as established by the Engineer shall be in reference to these control points. The Engineer will provide the Contractor with all necessary information relating to control points set by the Engineer. The Contractor will be responsible for laying out the work from the control points established by the Engineer. The Contractor will be required to set "blue tops" for the subgrade and base courses. The Engineer will check all "blue tops", grade control, forms and all major layouts at his discretion, but this check will not relieve the Contractor of the 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. ADDENDUM NO. 2 Page 1 of 2 7 r The Contractor shall satisfy himself as to the g, accuracy of all measurements before constructing any permanent structure and shall not take advantage of any errors which may have been made in laying out the work. Such stakes and markings as the Engineer may set r, 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." This Addendum becomes a part of and shall be attached to the above referenced Plans and Specifications. This Addendum shall be acknowledged by the Bidder and attached to the Proposal submitted. ACKNOWLEDGED: Gilbert Texas Construction Corp. I It By. Keith N. Sasich, Vice President ADDENDUM NO, 2 Page 2 of 2 0 OLLER ENGINEERING, INC. By: -9 Roger A"'-ras, P. E. r LUBBOCK INTERNATIONAL AIRPORT SPECIFICATIONS AND CONTRACT DOCUMENTS TERMINAL APRON AND EMERGENCY ACCESS ROp►DS AIP PROJECT NO. 3-48-0138-14 OCTOBER, 1992 ADDENDUM NO. 1 November 17, 1992 Attention of all Bidders is directed to the following modifications and additions made hereby to the above referenced Plans and Specifications. PLANS ,., 1. Sheet 3 of 23, PROJECT AIRPORT LAYOUT PLAN. Access from the plant site to the site for the terminal apron access roads shall be as shown on Attachment No. 1. A seal coat, meeting the requirements specified in Paragraph SP -5 of the Special Provisions, shall be applied to a portion of the haul route as noted. 2. Sheet 23 of 23, MISCELLANEOUS DETAILS. Each single cantilever gate shall be equipped with signs of the type and number as shown on Attachment No. 2. Signs shall be constructed of materials as specified in Paragraph 12-2.1 of Section 12 Miscellaneous Construction. Signs shall not be measured and paid for separately, but shall be considered subsidiary to the construction and installation of the gate. 3. Sheet 23 of 23, MISCELLANEOUS DETAILS. Add the irrigation well sealing detail as shown on Attachment No. 3. SPECIFICATIONS 1. Page 1-a, Modifications to Section 1, Item P-152 Excavation and Embankment. Add the following: "11. Paragraph 152-2.1 GENERAL. Delete the second paragraph and all further references to un suitable. materials being disposed of in waste areas shown on the plans. All unsuitable material shall become the property of the Contractor and shall be disposed of in an area outside the Airport property at the Contractor's expense. 12. Paragraph 152-2.1 GENERAL. Add the following paragraph after the second paragraph: ADDENDUM NO. 1 Page 1 of 2 7 "A waste area for the Contractor's disposal of select materials shall be located on the east side of the Airfield or as directed by the Owner. The Owner will be sole Judge of the acceptability of select materials. The Owner will also be the sole judge as to whether waste material is select or unsuitable material which the Contractor shall dispose of off -Airport. Select materials disposed of on the Airport property shall be deposited in windrows or spread evenly over the waste site, at the direction of the Owner. No compaction effort shall be required for materials wasted on the Airfield. Concrete, asphalt, or other undesirable construction debris removed by the Contractor under this contract shall be removed from the Airport property and disposed of at the Contractor's expense. No borrow shall be obtained on the Airport property, but shall be provided if needed from locations off the Airfield, and at the Contractor's expense." 2. Paragraph 11-3.5 SEALING EXISTING WATER WELL. Delete the first sentence in this paragraph and insert the following: "The existing water well which is to be sealed �.shall be filled with heavy mud and plugged with concrete as shown on Attachment No. 3." This Addendum becomes a part of and shall be attached to the above referenced Plans and -Specifications. This Addendum shall be acknowledged by the Bidder and attached to the Proposal submitted. t r ACKNOWLEDGED: Gilbert Texas Construction Corp. By: �gA �. Keith N. Sasich, Vice President ADDENDUM NO, 1 Page 2 of 2 OLLER ENGINEERING, INC. BY: •Roge Gras, P.E. OF ■ � a i Q O c �z � w a OZ CL ►_ a U Q OG O 0 CieQ O ►� z cc 0 Q 3NOZ 3::?l m ut- aUBMS x � r •• � N 6 W Z W 4J Q Wiz•CD O z Q C v • Z a —r- 00'8 X .OSI) HAUlm ROAD LOCATION ADDENDUM N 0 . 1 "°T TO VQXATTACHMENT NO. 1 r 7 rwF PER GATE PANEL` DN, EACH SIDE 7NO. REQUIRED - 4 7 f i, r WHITE BACKGROUND WITH BLACK LETTERS r ONE PER GATE - NO. REQUIRED = Z 7 I 36" CK �'1 AIR OPERATIONS AREAAUTHOWED =< ENTRY ONLY WHITE BACKGROUND WITH W1 I G RV, r BLACK LETTERS I' I^ 9 t^. I I 127 TWO PER GATE ONE PER SIDE NO. REQUIRED = :2 00 REFER TO LAYOUT PLANS FOR GATE NUMBERS. 12" T*rPICAL GAVE SIGNS NOT TO 5CXX ADDENDUM N 0 . 1 ATTACHMENT -NO. 2 RED LETTERS WTTH 1/8' BLACK OUTLINE WHITE BACKGROUND WITtt -� BLACK LETTERS TWO PER GATE ONE EACH SIDE NO. REQUIRED - if GATE FROGEME 1. GO THRU GATE STOP 3. OBSERVE GATE CLOSE 4. DO NOT ALLOIF OTHERS TO TAWTE 24" OR GO THRU ON YOUR ACCESS S. PROCEED FAA PENALLY FOR VIOLATION AUTHOR USE ONLY A. 2r WHITE BACKGROUND WITM BLACK LETTERS TWO PER GATE ONE EAC" SIDE NO. REG1.142ED a 4 KEEP -GATE 'r CLOSED ,Ir TYPICAL GATE SIGNS NOT TO SCALE ADDENDUM NO. 1 .ATTACHMENT NO. 2 CUT CASING OFF 2' BELOW NATURAL GROUND. --,,,,-NATURAL GROUND 24' 1/4' STEEL PLATE WELDED TO CASING i 10' D� j 10' CONCRETE BACKFILL .D. r b• 1 15' CASING I FILL WITH HEAVY MUD r. NOT TO SCALE 1. 4 - ADDENDUM NO. 1 ATTACH -M ENT N 0 . 3 SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT TERMINAL APRON AND EMERGENCY ACCESS ROADS AIP PROJECT No. 3-48-0138-14 OCTOBER 1992 1012319 Z OE I OLLER ENGINEERING INC. r INDEX 1. Prebid Information A. Notice to Bidders B. Advertisement for Bids C. Required Language in Published Advertisement for Bids for AIP Construction Contracts D. Special Notice to Bidders - Buy American Steel and Manufactured Products for Construction Contracts 2. Instructions to Bidders A. General Instructions to Bidders B. Disadvantaged Business Enterprise Contract Provisions C. Special Instructions to Bidders Regarding Equal Employment Opportunity (EEO) D. Required Contract Provision Regarding Buy American E. City of Lubbock Disadvantaged Business Enterprise Policy 3. Bid Forms A. Bid Proposal - Bid for Lump Sum Contracts B. List of Subcontractors C. Required Language in Proposals for AIP Contracts D. Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion E. Certification of Bidder Regarding Equal Employment Opportunity 4. Bonds and Certificates A. Payment Bond B. Performance Bond C. Certificate of Insurance 5. Contract 6. General Conditions A. General Conditions of the Agreement B. FAA Advisory Circular 150/5370-2C, Operational Safety on Airports During Construction. C. SW 5200.5A, Appendix 1, Safety Specification Guide. D. FAA Advisory Circular 150/5370-4, Appendix 3, Suggested Special Provision for Protection of Cables Controls Navaids and Weather Bureau Facilities. E. FAA Advisory Circular 150/5370-7, Airport Construction Controls to Prevent Air and Water Pollution. 7. Current Wage Determination S. Specifications 4. Special Conditions A. Special Provisions B. Wage, Labor, EEO, Safety and General Requirements 10. Notice of Acceptance 11. Geotechnical Information NOTICE TO BIDDERS r D NOTICE TO BIDDERS BID # 12290 Sealed proposals addressed to Victor Kitman, Senior Buyer, City of Lubbock, Texas, Witt be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street Room L-04, Lubbock, Texas, 79401 until 2:00 P.M. on the 24th day of November, 1992, or as changed by the issuance of format addenda to all ptanhotders, to furnish all tabor and materials and perform all work for the construction of the following described project: LUBBOCK INTERNATIONAL AIRPORT TERMINAL APRON AND EMERGENCY ACCESS ROADS After the expiration of the time and date above first written, said seated proposals will be opened by 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 Victor Kitman, Senior Buyer for the City of Lubbock, prior to the expiration of the date above first written. The City Council wilt consider the bids on the at Municipal Building, 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 wilt be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of P or superior, as the rating of the bond company is a factor that Witt be considered in determination of the lowest responsible bidder. if the contract price does not exceed $25,000.00, the said statutory bonds will not be required. 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 proposal 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 offices of the Director of Aviation and the Purchasing Manager for the City of Lubbock, Texas, and at the office of Otter Engineering, Inc., Lubbock, Texas. r Minimum wage rates have been predetermined as required by taw and are set forth in the specifications. The proposed contract is subject to 49 CFR Part 23 concerning the participation of disadvantaged business enterprises and is under and subject to Executive Order 11246 of September 24, 1965 and to the Equal Opportunity Clause contained in the bidding documents. 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. The proposed contract is subject to the Aviation Safety and Capacity Expansion Act of 1990. 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 wilt be afforded equal opportunities to submit bids in response to this invitation and Witt not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. Copies of the plans and specifications may be secured from Otter Engineering, Inc., Consulting Engineers, 7806 Indiana Avenue, Suite 202, Lubbock, Texas 79423, upon a deposit of ONE HUNDRED DOLLARS ($100.00) as a guarantee of the safe return of the plans and specifications. The full amount Will be returned to the Bidder upon return of the documents to the Engineer in good condition within ten (10) days after the date for receiving bids. NB -1 7 There W U be a pre-bid conference held at 2:00 PM on the 12th day of November, 1992 in the Blue Room at Lubbock International Airport. Victor Mman, Senior Buyer _ NB -2 r ADVERTISEMENT FOR BIDS BID # 12290 Sealed proposals addressed to Victor Kalman, Senior Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street Room L-04, Lubbock, Texas, 79401 until 2:00 P.M. on the 24th day of November, 1992, or as changed by the issuance of formal addenda to all planholders, to furnish all tabor and materials and perform all work for the construction of the following described project: LUBBOCK INTERNATIONAL AIRPORT TERMINAL APRON AND EMERGENCY ACCESS ROADS After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the offices of the Director of Aviation and the Purchasing Manager for the City of Lubbock, Texas, and at the office of otter Engineering, Inc., Lubbock, Texas.. Minimum wage rates have been predetermined as required by law and are set forth in the specifications. The proposed contract is subject to 49 CFR Part 23 concerning the participation of disadvantaged business enterprises and is under and subject to Executive Order 11246 of September 24, 1965 and to the Equal r.. Opportunity Clause contained in the bidding documents. I 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. The proposed contract is subject to the Buy American provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirement are contained in the Specifications. Alt bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract 10 percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans and Asian -Indian Americans. The apparent successful bidder (proposer) will be required to submit information concerning the DBE's that will participate in this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that faits to meet these requirements will, be considered nonresponsive. The proposed contract is subject to the Aviation Safety and Capacity Expansion Act of 1990. Copies of the plans and specifications may be secured from Otter Engineering, Inc., Consulting Engineers, 7806 Indiana Avenue, Suite 202, Lubbock, Texas 79423, upon a deposit of ONE HUNDRED DOLLARS ($100.00) as a guarantee of the safe return of the plans and specifications. The full amount will be returned to the Bidder upon return of the documents to the Engineer in good condition within ten (10) days after the date for receiving bids. There will be a pre-bid conference held at 2:00 PM on the 12th day of November, 1992, Blue Room, Lubbock International Airport. A-1 Victor Kilman, Senior Buyer REQUIRED LANGUAGE IN PUBLISHED ADVERTISEMENT FOR BIDS FOR AIP CONSTRUCTION CONTRACTS a. Reauired Language In Published Advertisements For Bids For All AEP Contrails: (1) 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. (2) Buy American Provision. The proposed contract is subjectto the Buy American provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirement are contained In the Specifications. b. Additional'ianmage Required In Published Advertisement For Bids For AIP Contrails Where The Sponsor Has A DBE Program In Effect Or Is Reaaired By 49 CFR Part 23 To Have An Approved DBE All bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract to percent of the f dollar value of the prime contract to small business concerns owned and controlled by socially and f economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged Include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans and Asian -Indian Americans. The apparent successful bidder (proposer) will be required to submit information concerning the DBE's that will participate in this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract). if the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be ',. considered nonresponsive. C. Re aired Notices For Contracts Over $10JM. (2/92) 7 The regulations and orders of the Secretary of Labor, OFCCP and FAR 152.61 require that the sponsor or his contractor(s) include, in invitations for bids or negotiations for contracts over $10,000, the following notices: (1) The proposed contract is under and subject to Executive Order 11246 of September 24, 196S, and to the Equal Opportunity Clause. The Bidder's (Proposer's) attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth in the Specifications. (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 yvhere the amount of 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. 2 d. Contracts In lass Of SMJ—W. In the invitation for bids relating to contracts of $50,000 or more, the sponsor shall include the following - notice: For contracts of $50,000 or more, a contractor having 50 or more employees, and his subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an aMrmative action program within 120 days of the commencement of the ^ contract. e. Additional Notices For $1 MMOn Contracts. For each contract which may result in a bid of $1 million or more, the invitation for bids shall also Include the following notices: (1) Preaward EQual Opportunity Compliance Reviews. Where the bid of the apparent low -- responsible bidder Is in the amount of $1 million or more, the bidder and his known all -tier subcontractors which will be awarded subcontracts of $1 million or more will be subject to full on-site, preaward equal 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 Reports. Within 30 days after award of this contract , the contractor shall file a compliance report (Standard Form 100) If: (a) The contractor has not submitted a complete compliance report within 12 months preceding the date of award; and (b) The contractor Is within the definition of "employer" in Paragraphs 2e(3) of the instructions included in Standard Form 100. (3) 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 the above two conditions apply. Standard Form 100 will be furnished upon request. NOTE It is not necessary for the sponsor to physically Include the equal opportunity clauses in the published advertisement for bids. It is sufficient if the advertisement states that the proposed contract is subject to the equal opportunity clause contained In the specifications which will be furnished prospective bidders or will be available for examination at the office Indicated In the advertisement. –. (2/92) SPECUL NOTICE TO BIDDERS BUY AMERICAN. • STF.F.L AND hIANUFACIURED PRODUCTS FOR CONSTRUCTION CONTRACT'S (Aviation Safety and Capacity Expansion Act of 1990) (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant Issued under the Airport Improvement Program. The following terms apply.- 1. pply: 1. Steel and manufactured products. As used in this clause, steel and mLnutactured products Wade (1) steel produced In the United States or (2) a manufactured product produced In the United States, If the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind -as the products referred to In subparagraphs (b) (1) or (2) shall be treated as domestic 2. Components. As used in this clause, components means those articles, materials, and supplies Incorporated' directly Into steel and manufactured products. 3. Cost of Components. This means the cost for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors materialmen, and suppliers in the performance of this contract, except those (2/92) 7 (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be Inconsistent with the public Interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 2S percent. GENERAL INSTRUCTIONS TO BIDDERS r r GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The work to be done under the contract documents shalt consist of the following: The construction of approximately 121,500 square yards of bituminous pavement, excavation and grading, drainage structures, marking and other related items of work. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral 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. 7 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 the contract documents be given a reasonable opportunity to examine the documents and prepare a 1 bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as r noted in the Notice to Bidders. { 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shalt be fully completed within 150 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 sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple- tion of the project within the time specified. 5. PAYMENT L All payments due to Contractor shalt be made in accordance with the provisions of the General Conditions of the contract documents. 6. 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 tabor, 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. u r 7. 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 pro- tecting 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 provi- sion. 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. 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. PLANS FOR THE CONTRACTOR The contractor wilt be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, 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 re- serves 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 Is similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. 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. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractors responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground 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 Contractorss expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nals, 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 imm.diately removed and re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shalt not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor 1l� shall assume futt responsibility for all damage which may occur as a direct or indirect result of the blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or.corporations engaged in similar type of construction activity. 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 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. 15. 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 now, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. 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 7 notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shalt contain an agreement on the part of the insurer waiving the right to subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, 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. 17. 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 there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage taw that may be applicable. Construe- —� tion 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 shalt 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. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shalt pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. 6 i The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten doltars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such taborer, 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. is 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shalt submit his proposal on forms furnished by the City. All blank spaces in the form shalt be correctly fitted in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctly 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 proposal is submitted by an indi- vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. if the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal 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) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- lowing: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) ALL other documents made availabte 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. E r DISADVANTAGED BUSINESS ENTE PRISE CONTRACT MOVISIONS (49 CFR PART 23) PART A Poll It Is the policy of the Department of Transportation (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 under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. DBE Obligation. The contractor agrees to ensure that disadvantaged business enterprises as defined In 49 CFR Part 23 have the maximum opportunity to participate In the performance of contracts and subcontracts financed In whole or In part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex In the award and performance of DOT - assisted contracts. Compliance. All bidders, potential contractors or subcontractors for this DOT -assisted contract are hereby notified that failure to carry out the DOT policy and the DBE. obligation, as set forth above, shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the owner. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offers further subcontracting opportunities. PART B It is further understood and agreed: The award procedure for this solicitation will include the selection criteria of 49 CFR Part 23AS(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 10 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 show DBE participation will meet the goals above, the apparent successful bidder must must provide documentation dearly 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 prohibited. All bidders and proposers shall make a good faith effort to replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action efforts. (2/92) r r W 7 " SPECIAL INSTRUCTION TO BIDDERS REGARDING EEO Notice of Requirement for Affirmative Actim to Ensure Equal Emptoymmi Oppo unity (Ezreutire Order 11246, as ane"ded) 1. 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. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Goals for minority Goals for female participation in participation in each trade each trade 19.6% 6.9% These goals are applicable to all the contractor's construction work (wbether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, It shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally Involved construction. The contractor's compliance with the executive order and the regulations in 41 CFR Part 604 shall be based on its Implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Pact 60-43(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 contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be: measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor, 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. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is ( insert description of the geographical areas where the contract is to be performed giving the state, county, and city, If any). (2/92) REQUIRED CON TACT PROVISION REGARDING BUY AMERICAN The following contract provision shall be included In all construction contracts, unless an exception, as ' provided in the Act, has been granted: BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (a) The Contractor agrees that only domestic steel and manufactured 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. This means the cost for production of the components, exclusive of final assembly labor costs. (2192) D w CITY OF LUBBOCK DISADVANTAGED BUSINESS ENTERPRISE POLICY I POLICY STATEMENT' It is the policy of the City of Lubbock, Texas to involve Disadvantaged Business Enterprises to the fullest extent feasible in all phases of its procurement practices, and.to provide them equal opportunities to compete for contracts for construction, provision of professional services, purchases of equipment and supplies, and provision of other services required by the City. As a part of the effort to attain these'policy objectives, it is the intent of the City of Lubbock to develop and implement a Disadvantaged Business Enterprise Program to ensure that the members of the disadvantaged business community will have equal opportunities to be utilized in all aspects of the -City's procurement programs. For the purpose of this policy, a Disadvantaged Business Enterprise is defined as a small business concern: a) which is at least 51% owned by one or more socially and economically disadvantaged individuals, or, in the case of any publicly owned business, at least 51% of the stock of which is owned by one or more socially and economically disadvantaged individuals, and b) whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. Such persons would include any person who is a citizen or lawful resident of the United States and who is a member of one of the following groups: (A) Women; (B) Black Americans, which includes persons having origins in any of the Black racial groups of Africa; (C) (D) Hispanic Americans, which includes persons of Mexican, - Puerto Rican, Cuban, Central or South American, or other Spanish or Portuguese culture or.origin, regardless of race; Native Americans, which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; (E) Asian -Pacific Americans, ,qhich includes persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific, and the Northern Marianas; and ' (F) Asian -Indian Americans., which includes persons whose origins are from India, Pakistan, Bangladesh, and Sri Lanka; (G) Members of other groups, or -other individuals found to be economically and socially 'disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)); (H) Persons not members of the preceding groups who have been found to be individually, socially, and economically disadvantaged by the City on a case-by- case basis. To the extent legally practicable, the City of Lubbock will insure that all contractors providing services, materials or supplies to the City provide employment opportunities to socially and economically disadvantaged groups and individuals equal to those provided all other groups or individuals. Such contractors will also be required to take positive steps toward the utilization of disadvantaged business enterprises, to the maximum extent compatible with prompt and satisfactory completion of the projects for which they contract. The City will provide assistance, when requested, to Disadvantaged Business Enterprises in providing instructions on In addition, the City will provide information on job performance requirements, procurement opportunities and prerequisites for bidding on contracts. The City of Lubbock will encourage joint ventures among Disadvantaged Business Enterprises and between non -disadvantaged and disadvantaged firms bidding for City contracts. The City of Lubbock will seek and will use its best efforts to insure that Disadvantaged Business Enterprises are informed of current and future procurement activities through newsletters, including disadvantaged newspapers, local disadvantaged chambers of commerce, and other disadvantaged organizations as well as through direct contact with disadvantaged entrepreneurs. As evidence of its intent to vigorously pursue the object of this Disadvantaged Business Enterprise Program, the City Manager has designated the Business Liaison Officer as the Disadvantaged Business Enterprise Liaison Officer for the Department of Transportation related projects, who will be assisted.by the City of Lubbock's human Relations Department, Transit Department, and E Department of W the preparation of bid specifications, compliance with procurement policy, and fulfillment of general bid requirements. In addition, the City will provide information on job performance requirements, procurement opportunities and prerequisites for bidding on contracts. The City of Lubbock will encourage joint ventures among Disadvantaged Business Enterprises and between non -disadvantaged and disadvantaged firms bidding for City contracts. The City of Lubbock will seek and will use its best efforts to insure that Disadvantaged Business Enterprises are informed of current and future procurement activities through newsletters, including disadvantaged newspapers, local disadvantaged chambers of commerce, and other disadvantaged organizations as well as through direct contact with disadvantaged entrepreneurs. As evidence of its intent to vigorously pursue the object of this Disadvantaged Business Enterprise Program, the City Manager has designated the Business Liaison Officer as the Disadvantaged Business Enterprise Liaison Officer for the Department of Transportation related projects, who will be assisted.by the City of Lubbock's human Relations Department, Transit Department, and E Department of W .!Aviation, in developing, administering, and" `implementing the City's Disadvantaged Business Enterprise Programa APPROVED AS AMENDED this day of ��F+:';=m..�r:P , 1988 by: CITY OF LUBBOCKO" TEXASAvei C ` r . C. MCM NN, MAYOR Date APPROVED AS TO FORM: .� �' / , /�k.'1�% ,�(��( Zt'lc tom• -- hn C /;Ross, Jr., Ciry At drney arryUJ %Cunning City Manager ate Date' ' r F . 7 II.. LIAISON OFFICER The City of Lubbock has designated the Business Liaison Officer to serve as the City's Liaison Officer for the Disadvantaged Business Enterprise Program (hereinafter DBEP. Disadvantaged Business Enterprise is hereinafter DBE. The Liaison Officer reports directly to the City of Lubbock's City Manager. The duties of the Liaison Officer shall include the following: A. Development, managing, implementing, and evaluating the DBEP. r B. The review of all contract language and supporting data submitted in all phases of project administra . j tion to assure compliance with the DBEP requirements and applicable federal, state, and local laws. C. The monitoring, via periodic reviews, of the contractor's compliance with the City's DBEP as a mechanism for evaluation and planning. D. Maintenance and updating of a registry of socially and economically disadvantaged -owned businesses, as certified by SBA or other appropriate agency, with specific information on expertise, work performance, and other information including verification of ownership. E. The design and conduct of "in-house" DHE Seminars as well as the provision of technical assistance to interested bidders. F. Analysis of available planning tools to project priority areas of DBE efforts. G. Providing assistance to City departments in resolving specific problems related to implementation of the DBEP and achievement of stated goals. H. Publication of business opportunities to DBE's and assistance to such businesses in obtaining contracts and sub=contracts. I. Attendance of pre-bid and pre -construction conferences to explain DBE requirements. J. Participation on bid and proposal review panels. K. The maintenance of DBE contract records, and regular, reporting to the City Manager and to the Mayor. L. The coordination of the DBEP with the procurement and legal departments, and other appropriate local agencies. M. Submit all reports as required by DOT and other Federal Regulations. SUPPORTIVE STAFF The DBE Liaison Officer shall have adequate staff to perform the duties. The Coordinators of the Transportation, Aviation, and other appropriate departments or their designated representative will serve as the DBE Coordinator for their respective departments. The Departmental Coordinator will be at a minimum, responsible for: A. Notifying the DBE Liaison Officer of all grants being applied for through the U.S. Department of Transportation (hereinafter DOT), ~ B. Notifying the Liaison Officer of approved grant awards, r r 19 C. Evaluating approved grants for potential DBE participation, and j D. Involving the DBE Liais • on Officer in the entire bid process for DOT -assisted projects, which includes, but is not limited to. 1. Notification in advance by appropriate department of consultant and/or construction contracts. 2. Providing the Officer the opportunity to review bid proposals and requests for proposals (RFP) prior to their formal advertisements to insure that the City's l l DBE requirements have been met. -3. Notifying the Officer of the time and place for.all l pre-bid conferences if any, so that the DBE requirements can be explained and questions answered. 4. Makin that 1 sure t the Liaison Officer has an opportunity L L to evaluate all bids received in an effort to assure the validity of the degree of DBE participation PM i. claimed. This will include verification of the .. information included in Schedule A. E. Reporting to the Liaison Officer on no less than a quarterly basis on the various departments efforts at achieving the DBE goals. r 19 III,, PROCEDURE TO INSURE EQUITABLE OPPORTUNITY TO COMPETE ` FOR CONTRACTS AND SUB -CONTRACTS The City of Lubbock will develop and use affirmative action techniques to facilitate DBE participation in contracting activities. These techniques shall include, but are not limited to: A. Arranging solicitations, time for the presentation of bids, quantities, specifications, and delivery schedules so as to facilitate the participation of DBE's; B. Providing assistance to DBE's in overcoming barriers such as the inability to obtain -bonding, financing, or technical assistance by working with outside agencies to provide these resources; C. Carrying out information and communications programs on contracting procedures and specific contracting opportunities in a timely manner; D. Holding pre-bid conferences to explain the projects and encourage prime contractors to use DBE's as subcontractors; and E. Including the City's goal requirement for DBE participation in the bid solicitations for DOT -assisted projects. IV. DBE DIRECTORY Such directory or source list shall specify which firms listed have been determined by DOT and The Small Business Administration (hereinafter SBA) to be eligible DBE's in accordance with procedures set forth in the regulations. r V. DBE ELIGIBILITY AND JOINT VENTURES INVOLVING DBE's To insure that the DBEP only benefits firms owned and controlled by socially and, disadvant . Y aged individuals, the Small Business Administration shall certify the eligibility of DBE's and joint ventures involving DBE's that are named by competitors by completing Schedule A and/or B. (For exceptions$ see Attachment 2, Part G.) The City shall require prime contractors to make good faith efforts to replace a DBE contractor that is unable to perform successfully with another DHE. The City shall reserve the right to approve all substitutions of subcontractors before bid opening and during contract performance, in order to insure that the substitute firms are eligible DBE's. VI. PERCENTAGE GOALS A. Overall Goals The overall goal for the City of Lubbock's DBEP is ten percent (10%) of the contract amount for socially and economically disadvantaged -owned businesses. In no case shall this goal constitute a fixed quota. The following factors were considered in arriving at these goals: 1. The number and types of.contracts to -be awarded by the City during its fiscal year; 2. The number and types of DBE's that have been identified by the City and SBA; 3. The number and types of DBE's likely to be available to compete for contracts during the funding period; and 4. The past efforts of the City to'contract with DBE's. - The overall goals shall be reviewed on an annual basis. The review process shall analyze projected versus actual DBE participation during the previous fiscal year. Whatever revisions are considered necessary, shall be made and submitted to DOT for approval. B. Contract Goals Contract goals will be set on specific projects which the bidder/proposer must meet or exceed, or. demonstrate that it would not meet -despite its best efforts. The goals will be set based on the known availability of qualified DBE's. C. Publication of Goals At the time the City submits its overall goals to the Department of Transportation for approval, it shall publish a notice announcing these goals, informing the public that the goals and a description of how they were selected are available for inspection during normal business hours at the _ City Manager's Office for 30 days following the date of notice, and informing the public that the Department and the City will accept comments on the goals for 45 days from the date of the notice. The notice shall include addresses to which comments may be sent, and shall be published in general circulation media and available disadvantaged -focus media and trade association publications, and shall state that the comments are for informational purposes only. r D. Geographic Area The City of Lubbock and -contractors shall at a minimum, seek DBE's in same geographic area in which contractors or subcontractors are sought for a given solicitation.. If the goals cannot be met by using DBE's from this geographic area, the City and contractors shall expand its search to a PM reasonably wider area. VII. 'S BE I In solicitations for DOT -assisted contracts that provide opportunities for DBE participation, the Cit shall indicate icate its rgoals for the use of firms owned and controlled by socially and economically disadvantaged individuals. A. All bidders/proposers will be required to submit a written assurance of meeting the goals in their bids of -proposals by completing Attachment 1. B. Within a reasonable period of time after the opening of bids and before the award of the contract, the City shall require all bidders wishing to remain in competition for the contract to submit Schedule which provides: --c 1. The names and addresses of DBE subcontractors- 2. A description of the work each is to perform; and 3. The dollar value of each proposed DBE subcontract. C. The time allowed for submission of Schedule C will be set for individual contracts and may vary, depending on circumstances. I D. Agreements between a bidder/proposer and a DHE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. VIII. SELECTION CRITERIA TO INSURE THAT PRIME CONTRACTS ARE AWARDED TO COMPETITORS THAT MEET DBE GOALS To insure that prime contracts are awarded to competitors who meet DBE goals, the selection criteria which is outlined in Attachment 2 will be followed. IX. COMPLIANCE OF SUBRECIPIENTS CONTRAQTORS AND SUBCONTRACTORS TO Mur nmr VrMTTTz+rnrrVMMC The City of Lubbock does not have any subrecipients at this time. Should the situation change in the future, all subrecipients must comply with the DBE requirements outlined in this program. X. MAINTENANCE OF RECORDS AND REPORTS A. In order to monitor the progress of its DBE program, the City shall maintain a recordkeeping system which will identify and assess DBE contract awards, prime contractors' progress in achieving DBE subcontract goals and.other DBE affirmative action efforts. B. Specifically, the City shall maintain records showing: 1. Procedures which have been adopted to comply with the requirements of this program. 2. Awards to DBE's. These awards shall be measured against projected DBE awards and/or DBE goals. To assist in this effort, the City shall obtain regular reports from prime contractors on their progress in meeting contractual DBE obligations. 5. An indication of whether the extent of which the percentage met or exceeded the goal specified in the application. E. The records and reports shall provide information relating to firms owned and controlled by the several disadvantaged groups separately from each other. If the records and. rreports include any SBA contractors that are not members of sociallyand economically disadvantaged groups, information concerning these contractors shall also be recorded and reported separately. I� 3. Specific efforts to identify.and award contracts to DBE's. C. t. Records shall be available, upon re P quest, to an authorized officer or employee of the government. D. The City shall submit reports conforming in frequency and format to existing contract reporting requirements of the applicable Department element. Where no such contract reporting requirements exist, DBE reports shall be submitted `- quarterly. These reports shall include as a minimum: ` (See Schedule D) 1. The number of contracts awarded to DBE's; 2. A description of the general categories of contracts awarded to DBE's; •. 3. The dollar value of contracts awarded to DBE's; 4. The percentage of the dollar value of all contracts awarded during this period which were awarded to DBE's; and 5. An indication of whether the extent of which the percentage met or exceeded the goal specified in the application. E. The records and reports shall provide information relating to firms owned and controlled by the several disadvantaged groups separately from each other. If the records and. rreports include any SBA contractors that are not members of sociallyand economically disadvantaged groups, information concerning these contractors shall also be recorded and reported separately. I� XI.:. INFORMATION TO BE INCLUDED IN CONTRACT DOCUMENT 1. Policy. It is the policy of the Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to compete for and 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 will be included in all contract documents. 2. DBE Oblication. The City of Lubbock or its contractor agrees to insure 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. The City and its contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. 3. The City shall advise each subrecipient, contractor, or subcontractor that failure to carry out the requirements set forth in this program shall constitute a breach of contract and, after the notification of the Department, may result in termination of the agreement or contract by the City or such — remedy as the City deems appropriate. XII. DBE REQUIREMENTS FOR TRANSIT VEHICLE MANUFACTURERS Transit vehicle manufacturers who bid on UMTA-assisted transit vehicle procurement contracts shall have an UMTA approved DBE program. Bid invitation issued for UMTA-assisted transit vehicles shall include the provisions listed below: A. POlicy. It is the policy of the Department of Transportation 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 CFA Part 23 apply to this agreement. B. DBE Obligation. The contractor agrees to insure that disadvantaged business enterprises as defined in 49 CFR Part 23 have*the maximum opportunity to participate in the performance of contracts and subcontracts. The contractor 4. In addition, the following to ing items will be provided to prospective bidders in the specification documents; (a) DBE goals;'(Attachment 1) (b) DBE selection -criteria; (Attachment 2) (c) Certification Schedules A and B; (d) DBE definitions; (Attachment 1) (e) Methods of counting DBE participation; and (Attachment 3) (f) Form for reporting names and addresses of DBE L. subcontractors,' work to be performed, and dollar value of each proposed DBE contract. (Schedule C) XII. DBE REQUIREMENTS FOR TRANSIT VEHICLE MANUFACTURERS Transit vehicle manufacturers who bid on UMTA-assisted transit vehicle procurement contracts shall have an UMTA approved DBE program. Bid invitation issued for UMTA-assisted transit vehicles shall include the provisions listed below: A. POlicy. It is the policy of the Department of Transportation 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 CFA Part 23 apply to this agreement. B. DBE Obligation. The contractor agrees to insure that disadvantaged business enterprises as defined in 49 CFR Part 23 have*the maximum opportunity to participate in the performance of contracts and subcontracts. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts.' C. Contractor Obligation. Contractors and subcontractors failing to carry out the above requirements are to be — advised that failure to meet provisions in Schedules A and B above, shall constitute a breach of contract. XIII. POLICY CONCERNING LEASES The following action will be taken concerning leases; A. The City of Lubbock shall not exclude DBE's from participation in business opportunities by entering into long-term exclusive agreements with non -DBE's for the operation of major transportation related activities or major activities for the provision of goods and services to the facility or to the public on the facility. XIV. DBE SET ASIDES The City of Lubbock will limit the use of set asides to include subcontractors as they are utilized by the prime or general contractor. The City'of Lubbock is prohibited by the Texas Competitive Bidding Statute, Article 236a, Tex.Rev.Civ.Stat.Ann. (Vernon's Supp. 1980) to bid total contract amounts only to DBEs. Based on these rulings, the City of Lubbock cannot take the whole contract and allow only DBEs to bid on it, but the City can specify in the contract with the prime contractor that a certain percentage of the contract money will be spent by the prime contractor with DBE subcontractors. L A "Disadvantaged Business" owned and controlled by one disadvantaged individuals. - AITACHMEW .Page 2 of 3 means a small business concern which is or more socially and economically, Owned and controlled means a business: (a) which is at least 51 percent owned by one or more socially and economically disadvantaged individuals or, in the case Of a publicly owned business, at least 51 percent of the stock which is owned by one or more socially and 7 economically disadvantaged individuals; and (b) Whose management and daily business operations are controlled by one or more such individuals. In order to receive favorable consideration on this project, bidders are expected to provide assurances, in writing, that at least 10% of the contract amount will go to disadvantaged business enterprises. This can be done by completing the bottom attachment and supplying whatever other supplemental Portion of In any event, the lowest bidder, meeting the DBE requirements will In receive the most favorable consideration. THE UNDERSIGNED BIDDER HEREBY ASSURES THAT HIS/HER FIRM IS IN COMPLIANCE WITH THE CITY OF LUBBOCK'S DBEP AND HAS .A GOAL OF 10 % OF THE DOLLAR VALVE OF THIS PROJECT FOR DISADVANTAGED INDIVIDUAL—OWN BUSINESSES. ED Gilbert Texas Construction Corp. NAME OF COMPANY - . a #. ` " 1, SIG ATURE Keith N. Sasich Flo January 8, 1993 DATE Vice President TITLE No Text r ATTACHMENT 1 Page 3 of 3 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS A. Other Attachments 1. The selection criteria to insure that prime contractors are awarded to the bidder/proposer that meet DBE goals is outlined in Attachment 2. 2. The method for counting DBE participation toward tweeting DBE goals is discussed in Attachment 3. 3. The eligibility standards for determining whether firms are owned and controlled by socially and economically disadvantaged individuals'are outlined in Attachment 4. 4. The process for appealing denials of certification as a DBE is outlined in Attachment S. B. In order to comply with the City of Lubbock's DBE requirements, it may be necessary to complete all of the following forms: 1. Schedule A - Certification of DBE Eligibility. This form must be completed and placed on file with the City for each DBE listed in Schedule C. If the prime contractor is a socially and economically disadvantaged individual, Schedule A must accompany the bid submission. For information related to Third Party Certification, see Attachment 2, page 2, part G.) 2. Schedule B - Joint Venture Eligibility. This form must be.. completed and placed on file with the City for all joint ventures between disadvantaged and non -disadvantaged firms on DOT -assisted projects. 3. Schedule C - Schedule of DBE Participation. You must indicate the DBE firms you propose to use, the type of work to be performed and the dollar value of the contract. C. Agreements between a bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. ATTACiETr ' Page 1 of k SELECTION CRITERIA TO INSURE THAT PRIME CONTRACTORS ARE AWARDED TO COMPETITORS THAT MEET DHE GOALS A. If any competitor offering a reasonable price meets the DBE contract goal, the City of Lubbock shall presume that all competitors that failed to meet the goal have failed to exert sufficient reasonable efforts and consequently are ineligible to be awarded the contract. B. To implement this presumption, the City shall determine whether the competitor offering the lowest price of firms meeting the DBE contract goal has offered a reasonable price for the contract: 1. If it is determined that this competitor has offered a reasonable price, the City shall award the contract to the firm; 2. If the City determines that this. competitor's price is not reasonable, it shall consider the next price offered by the competitor with the highest percentage of DBE participation of those firms that failed to meet the goal. If the City determines that this price is reasonable, it shall award the contract to this competitor; 3. If it is determined that this price is not reasonable, the City shall consider the other competitors that failed to meet the goal in order of their percentage of DBE participation until it selects one with a reasonable price; and 4. If it is determined that no competitor with DBE participation has offered a reasonable price, the City may award the contract to any competitor -that demonstrates that it has made sufficient reasonable efforts to meet the DBE contract goal. C. To decide whether a price offered by a competitor is reasonable, the City of Lubbock shall use the same criteria that it would use to determine whether, if the competitor had made the only offer to perform the contract, the City would award the contract. i I � ATTAC omit 2 Page 9 4 D. To demonstrate sufficient reasonable efforts to meet the DBE contract goal, a contractorshall document the steps it has taken to obtain DBE participation, including, but not limited to, the following: 1. Attendance at a pre-bid conference, if any, scheduled by the City to inform DBE's of subcontracting opportunities under a given solicitation; 2. 'Advertisement in general circulation media, trade association publications, and disadvantaged -focus media for at least 20 days before bids or proposals are due. If 20 days are not available, publication for a shorter reasonable time is.acceptable; .. 3. Written notification to DBE's that their interest in the contract is solicited; a 4. Efforts made to select portions of the work proposed to be performed by DBE's in order to increase the likelihood of achieving the stated goal; 5. Efforts to negotiate with DBE's for specific sub -bids including at minimum: (a) The names, addresses, and telephone numbers of DBE's that were contacted; i . (b) A description of the information provided to DBE's regarding the plans and specifications for portions of the work to be performed; and (c) A statement of why additional agreements with DBE's were not reached. 6. Concerning each DBE the competitor contacted but rejected as unqualified, the reasons for the competitor's conclusion; 7. Effort made to assist the DBE's contacted that needed assistance in obtaining bonding or insurance required by the competitor or City. E. Competitors that fail to meet DBE goals and fail to demonstrate sufficient reasonable efforts shall not be eligible to be awarded the contract. F. To insure that all obligations under contracts awarded to DBE's are met, the City shall review the contractor's DBE involvement efforts during the performance of the contract. The contractor shall bring to the attention of the City of Lubbock any situation in which regularly scheduled progress payments are not made to DBE subcontractors. r ATTAC IM Page 3 of G. Under the following circumstances, a business seeking to participate as 'a DBE in the City of Lubbock's procurements and contracts need not submit the Disadvantaged Business Certification Affidavit(s). 1. If the potential DBE contractor has been determined by the Small Business Administration to be owned and controlled by a socially and economically disadvantaged individual under Section 8(a) of the Small Business Act, as amended. 2. If the potential DBE contractor states in writing that it has submitted the .same information to or has been certified by a DOT element, or another Federal agency that uses essentially the same definition and ownership and control criteria as -the City. The potential DBE contractor shall obtain the information and certification "( if any) from the other agency and submit it to the City or cause the other agency to submit it. The City tof Lubbock may rely upon such a certification. However, the City reserves the right to make its own determination based on the information it has obtained from the other agency. 3. If the potential DBE contractor is certified by another organization or agency with -which the City, has a,formal joint certification agreement, it is understood that the City will only enter into such agreements with agencies that use essentially the same definition and ownership and control criteria as the City and DOT. I ATTAMOEM 2 Page 4 of 4 CHART 1 Selection Process For DBE Contracts' Did. any Bid Meet DBE Goal at Reasonable Price Yes Reasonably Priced Not Reasonably BUT . Priced AWARD to Lowest Failed to Meet DBE Goal Responsive Bidder in This Group REJECT Bids DBE Participation Below Goal AWARD to that Bid which has Highest DBE Participation AND is Reasonably Priced Bidder Can Prove Reasonable Efforts AND is Reasonably Priced AWARD to Lowest Responsive Bidder In This Group No. DBE Participation No Bidder Can Prove Reasonable Efforts AND is Reasonably.Priced REJECT Bids AWACHIIOfr :r Page 1 of 2 COUNTING DBE PARTICIPATION TOWARD MEETING DBE GOALS DBE participation shall be counted toward meeting DBE goals as follows: A. Once a firm is determined to be an eligible DBE, the total dollar value of the contract awarded to the DBE's is counted toward the applicable DBE goals. B. The total dollar value of a contract to a DBE owned and controlled by both disadvantaged males and non -disadvantaged females is counted toward the goals for socially and. economically disadvantaged individuals, respectively, in proportion to the percentage of ownership and control of each group in the business. Toe total dollar value of a contract with a DBE owned and controlled by disadvantaged women is counted toward either the disadvantaged goal or the goal for women, but not to both. The City or the contractor employing the firm may choose the 4oal to which the contract value is applied. C. The City or contractor may count toward its DBE goals a portion of the total dollar value of a contract with a joint venture eligible under the standards equal to the percentage of the ownership and controls of the DBE partner in the joint venture. D. The City or contractor may count toward its DBE goals only expenditures to DBE's that perform a commercially useful function in the work of a contract. A DBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a DBE is performing a commercially useful function, the City or contractor shall evaluate the amount of work subcontracted, industry practices, and other relevant factors. E. Consistent with normal industry practices, a DBE may enter into subcontracts. If a DBE contractor subcontracts a significantly greater portion of the work of the contract than would be expected on the basis of normal industry practices, the DBE shall be presumed not to be performing a commercially useful function. The DBE may present evidence to rebut this presumption to the City. The City's decision on the rebuttal of this presumption is subject to review by the Department of Transportation. r ATrACFMV'r Page 2 of 2 F. The City or contractor may count toward its DBE goals expenditures for materials and supplies obtained from DBE' suppliers and manufacturers, provided that the DBE's assume the actual and contractual responsibility for the provision of the materials .and supplies. (1) The City -or contractor may count..its entire expenditure to a.DBE manufacturer (i.e. a supplier that produces goods from raw"materials or substantially -alters them before resale), (2) The City may count 20 percent of its expenditures to DBE suppliers that are not manufacturers, provided that the DBE supplier performs a commercially useful function in the supply process. AWACHMENT 1' - Page 1 of 3 ELIGIBILITY STANDARDS A. The following standards shall be used by the City in determining whether a firm is owned and controlled by one or more socially ^ and economically disadvantaged individuals and shall therefore be eligible to be.certified as an DBE. Businesses aggrieved by the determination may appeal in accordance with procedures set forth .in Attachment 1. (1) Bona fide disadvantaged group membership shall be established on the basis of the individual's claim that he or she is a member of a disadvantaged group and is so regarded by that particular disadvantaged community. However, the City is not required to accept this claim if it determines the claim to be invalid. (2) An eligible DBE under this part shall be an independent business. (a) The ownership and control by socially and economically disadvantaged individuals shall be real, substantial, _ and continuing and shall go beyond -the pro forma ownership of the firm as reflected in its ownership documents. (b) The disadvantaged owners shall enjoy the customary incidents of ownership and shall share in the risks and profits commensurate with their ownership interests, as demonstrated by an examination of the substance rather .than form of arrangements. (c) Recognition of the business as a separate entity for .tax or corporate purposes is not necessarily sufficient for recognition as a DBE. (d) In determining whether a potential DBE is an independent business, the City shall consider all relevant factors, including the date the business was established, the adequacy of its resources for the work of the contract, and the degree to which financial, equipment leasing, and other relationships with non minority firms vary from industry practice. (3) The disadvantaged owners shall also possess the power to direct or cause the direction of the management and policies of the firm and to make the day-to-day as well as major decisions on matters of management, policy, and operations.' The firm shall not be subject to any formal or informal restrictions which limit the customary discretion of the disadvantaged owners. There shall be no restrictions through, for example, bylaw provisions, partnership agreements, or charter requirements for cumulative voting .A7TACHMERr Page 2 of 3 rights or otherwise that prevent the disadvantaged owners; without the cooperation or vote of any owner who is not disadvantaged, from making a business decision of the firm. (4) If the owners of the firm who are not disadvantaged are disproportionately responsible for the operation of the firm, then the firm is not controlled by disadvantaged persons and shall not be considered a DBE within the meaning Of this program. Where the actual management of the firm is contracted out to individuals other than the owner, those persons who have the ultimate power to hire and fire the managers can, for the purposes of this part, be considered as controlling the business. (5) All securities which constitute ownership and/or control of a corporation for purposes of establishing it as a DBE under this part shall be held directly by disadvantaged individuals. No securities held in trust, or by any guardian for a minor, shall be considered as held by disadvantaged individuals in determining the ownership or control of a corporation. (b) The contributions of capital or expertise by the disadvantaged owners to acquire their interests in the firm shall be real and substantial. Examples of insufficient contributions include a promise to contribute capital, a note payable to.the'firm or its owners who are not socially and economically disadvantaged, or the mere participation as an employee, rather than as a manager;. B. In addition to the above standards the C' ll . give consideration to the following circumstances inadeterminingcial eligibility under this program: (1) Newly formed firms and firms whose ownership and/or control has changed since the date of the advertisement of the contract are closely scrutinized to determine the reasons for the timing of* the formation or change in the firm. (2) A previous and/or continuing employer-employee relationship between or among present owners is carefully reviewed to insure that the employee -owner has management responsibilities and capabilities discussed in this section. (3) Any relationship. between a DBE and a business which is not a DBE which has an interest in the DBE is carefully reviewed to determine if the interest of the non -DBE conflicts with the ownership and control requirements of this program. r r ATTAC -1= -- Page 3 of C. A joint venture is eligible under this part if the DBE partner of the joint venture meets the standards for.an eligible DHE set forth above and the DBE partner is responsible for a clearly defined portion of the work to be performed and shares in the ownership, control, management responsibilities, risks, and profits of the joint venture. D. A business wishing to be certified as a DBE or 'joint venture DBE by the SBA shall cooperate with the City by supplying additional information which may be requested in order to make a determination. E. once certified,,a DBE shall update its submission annually by submitting a new Attachment C, or certifying that the Attachment C on file is still accurate. 'If at any time there is a change in ownership or control of_the firm, the DBE shall'submit a new Attachment C. Y. Except as provided in Attachment l,'the denial of a certification by the Department of Transportation or City shall be final, for that contract and other contracts being let by the City at the time of the denial of.certification. DBE's and joint ventures denied certification may correct deficiencies in their ownership and control and apply for certification only for future contracts. G. The City shall safeguard from disclosure to unauthorized persons information that reasonably may be regarded as confidential business information, consistent with Federal, State and local law. r AZTACHMERr 5 Page 1 of 1 APPEALS OF DENIAL OF CERTIFICATION AS A DBE A. Filing Any firm which believes that it has been wrongly denied certification as a DBE or joint 'venture by the Department of Transportation or the City may file an appeal in writing, signed and dated with the Department of Transportation. The appeal shall be filed no later than 180 days after -the date of denial of certification. The Secretary of Transportation may extend the time for filing or waive the time limit in the interest of justice, specifying in writing the reasons for so doing. Third parties who have reason to believe that another firm has been wrongly denied or granted certification as a DBE or joint venture may advise the Secretary. This information is not considered as appeal pursuant to this section. B. Decision to Investigate The Secretary insures that a prompt investigation is made pursuant to prescribed DOT Title VI investigation procedures. C. Status of Certification Durina the Investicat ion The Secretary may at his/her discretion, deny the DBE or joint venture in question eligibility to participate as a DBE in DOT -assisted contracts let during the pendency of the investigation, after providing the DBE or joint venture in question an opportunity to show cause by written statement to the Secretary why this should not occur. D. Cooperation in Investigation All parties shall cooperate fully with the! investigation. Failure or refusal to furnish requested information or other failure to cooperate is a violation of this part. 1. E. Determinations l The Secretary makes one of the following determinations and informs the DHE or joint venture'in writing of the reasons for the determination: (1) The DHE or joint venture is certified; or (2) The DBE or joint venture is not eligible to be certified and is denied eligibility to participate as a DBE in any direct or DOT -assisted contract until a new application for certification is approved by the City. y r SCHEDULE A Page 1 of 5 .. CITY OF LUBBOCK DISADVANTAGED BUSINESS ENTERPRISE CERTIFICATION FORM 1. Name of Firm 2. Address — 3. Phone Number 4. Legal Structure: Sole-Proprietorship Joint Venture C� Partnership Corporation Other, Specify C� S. Nature of Business — 6. Numbers of Years in Business — '7. Ownership: Identify those who own 5% or more. Columns a and f need to be filled out only if the firm is less than 100 — percent disadvantaged. (a) (b) (c) (d) (e) (f) Name Race Sex Years of Ownership Voting Ownership Percentage Percentaae — SCHEDULE A Page 2 of 5 With firms less.than 100 percent disadvantaged-owned,.list the contributions of money, equipment, real estate,'or-expertise of each of the owners: Name Money Equipment Real Estate Expertise r 7 10. Describe or attach a copy of any stock options or other ownership options that are outstanding, and any agreements between owners or between owners and third parties which restrict ownership or ! control of disadvantaged owners. 1. 8. CONTROL OF FIRM: Identify by name, race, sex, and title in the firm those individuals (including owners and non-owners).who are responsible for day-to-day management and policy decision-making, including, but not limited to, those prime responsibility.for: Name Race Sex Title Financial t Decisions Management Decisions, such as estimating, marketing/sales, hiring/firing of management personnel, ,. and purchases of major items/supplies. Supervision of Field Operations 9. For each of those listed in question S, provide a brief summary of the person's experience and number of years faith the firm, indicating the person's qualifications for the responsibilities given him/her. 7 10. Describe or attach a copy of any stock options or other ownership options that are outstanding, and any agreements between owners or between owners and third parties which restrict ownership or ! control of disadvantaged owners. 1. SCHEDULE A Page 3 of 5 11. Identify any owner (see iiem,7) or management official --(see item 8`) of the named firm 'who is or has been an employee .of another firm that had an ownership interest in or a present business relationship with the named firm. Present business relationships include shared space, equipment, financing, or employees as well as both firms having some of the same owners. 12. What are the gross receipts of the firm for each ofthe last two years? Year ending $ Year ending $ 13. Name of bonding company, if any: Bonding Limit 14. Are you authorized to do business in the state as well as locally? Yes � No Q Licenses Held: 15. Indicate if this firm or other firms with any of the same officers have previously received or been denied certification or participation as a DBE and describe the circumstances. Certifying Authority Date of Certification (or Denial) r SCHMULE A Page 4 of 5 AFFIDAVIT CERTIFICATION OF ELIGIBILITY "The undersigned swears that the foregoing statements are true and correct and include all material information necessary to identify and explain the operations of (Name of Firm) as well as the ownership thereof. Further, the undersigned agrees to provide through the prime contractor or, if no prime, -directly to the grantee current, complete and accurate information regarding actual work performed on the F, project, the payment therefor and any proposed changes, if any, of the foregoing arrangements and to permit the audit and examination of books, records and files of the named firm. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." NOTE: If, after filing Schedule A and before the work of this firm is completed on the contract covered by this regulation, there is any significant change in the information submitted, you must inform the City of Lubbock of the change through the prime contractor, if no prime contractor, inform the City directly. Signature Name Title Date 7 SCHEDULE ;C Page 5 of Corporate Seal (where appropriate) Date State of County of On,this day of , 19 , before me appeared to me personally known, who being . duly sworn, did execute the foregoing affidavit, and did state that he/she was properly authorized by (Name of Firm) to execute the affidavit and did so as his/her free act and deed. Notary Public Commission Expires r SCHEDULE B Page 2 of 6 CITY,OF LUBBOCK DISADVANTAGED BUSINESS ENTERPRISE JOINT VENTURE ELIGIBILITY (This form need not be filled in if all joint venture firms' owners, qualify as disadvantaged.) 1. Name cf Joint Venture 2. Address 3. Phone Number 4. Identify the firms which comprise the joint venture. (The DBE partner must complete Schedule A.) (a) Describe the role of the DBE..firm in the joint venture. (b) Describe very.briefly the experience and business qualifications of each non -DBE joint venture. 5. Nature of the joint venture's business 6. Provide a copy of the joint venture agreement. S=ULE B Page 2 of 6 7. What is the claimed percentage of DBE ownership? 8. ownership of joint venture: (This need not be filled in if described in the joint venture agreement, provided by question 6.) — (a) Profit and loss sharing. (b) Capital contributions, including equipment. (c) Other applicable ownership interests. 9. Control of and participation in this contract. Identify by name, race, sex, and "firm" those individyals (and their titles) who are responsible for day-to-day management and policy decisionmaking, including, but not limited to, those with prime responsibility for: (a) Financial decisions (b) Management decisions, such as: (1) Estimating — (2) Marketing and sales (3) Hiring/Firing'of management personnel (4) Purchasing of major items/supplies (5) Supervision of field operations firm . Note: I f, after filing this_Schedule B and before the completion of the joint venture's work on the contract covered by this regulation, there is any significant change in the information submitted,:the Joint venture must inform the City,. either directly or through the prime contractor if the joint venture is a subcontractor. t. 1 r r, SCHEDULE 8 Page 4 of AFFIDAVIT JOINT VENTURE "The undersigned swears that the ~foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation'by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete and accurate information regarding actual joint venture work and the payment therefor and any proposed changes in any of the joint — venture arrangements and to permit the audit and examination of the books, records and files of the joint venture, or those of each joint — venturer relevant to the joint venture, by authorized representatives of the City or the Federal funding agency. Any material misre- presentation will be grounds for terminating any contract which may be — awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm Signature Name Title Name of Firm Signature Name Title Date Date SCHEDULE B Page 5 of 6 Date State of County of on this _ day of , 19, before me appeared to me personally known, who being duly sworn, did execute the foregoing affidavit, and did state that he/she was properly authorized by (Firm) -to execute the affidavit'and'did so as his/her free act and deed. Notary Public Commission Expires (Seal) SCHEDULE 8' Page 6 of 6 Date State of - County of on this day of , 19 ,,before me appeared , to me personally known, who, Ibeing duly sworn, did execute the foregoing affidavit,..and did state that he/she.was properly authorized by to execute the affidavit and did so as his/her free act and deed. Notary Public — Commission Expires (Seal) a 0 Al w a a a W H a a a x 0 Q a N U H H a a a W oa A b V N X O � V 4J t11 C OU A V U ro� r-� C r1 p p U A w .-� p Hr b a� bb w ro� 3 }+ Q O a N A! M V C ro «-t $4 w 4J C A v° 434 1 l O 04 • acz O C 4+ E V O O 4.) 0 •r{ 34 O 4J a? ro -n ro 41 040 0 rom140 QQaa C 0 a U .ro s,e y r- 0 O U r -I ro 41 H w O U ro 4J C O U m E 54 W E it L7 b .0 .fir! � as V Q >� to • v.s H Q U > 41 v e >, 0b AA W w > t� W (a it Oro 3 C b 34 w v Q0E .G 3 E -1 M v a0i a� a� aH to ro 0 41 to A ro .ii N .0 ti) w as E� � c0 'dr. Q awa � U 410 'N $444 N O 0.0 •p+ •v V r -I C C . to pU U E+ f� O•.Oi Q U 0 N"q W z°b a E-1 E•+ r -I V O U 0 rw0 H 3 3 aUi to rros aG W 0 04 Qw - b 0 Ab 0ZW 0 L)ZW Q U 3QE W U W w - m 0 C V O •M Q to N W WHa N Q E� w UCH awa 34 • z >+ a a) 0 r•e C4 440 V stn hz0 E-4 •o P-1 0 U b �•� 0 .0 .. E a O t H Q 0 0 04 �C U O Z O .c O L7 b .0 .fir! � as >� to • v.s H Q U > 41 v e >, 0b AA > t� W (a it Oro 3 o b 34 Q0E .G 3 E -1 M v a0i a� a� a to ro 0 41 to A ro .ii N .0 ti) w O E� � c0 'dr. Q awa U 410 $444 N O 0.0 •p+ •v V r -I C C . to pU U E+ f� O•.Oi Q U 0 N"q W a E-1 E•+ r -I V O U H U 3 aUi to rros aG W Qw - b 0 Ab 0ZW Q U 3QE w - m 0 C V O •M to WHa N Q E� awa 34 • z >+ a a) 0 r•e C4 440 E-4 •o P-1 0 U b .0 .fir! � as >� to • v.s U > 41 v e >, 0b AA (a it Oro 3 o b 34 c >� .G 3 E -1 M v a0i a� a� > to ro 0 41 to A ro .ii N .0 E O E� � U > 41 V) (a it Oro 0 41 to A c0 'dr. Q U 410 $444 N O 0.0 •p+ •v V r -I C C . to O•.Oi Q N"q W r -I V O U H 3 aUi to rros Qw - b 0 Ab Q U m 0 C V Na to N Q E� 34 • z a) 0 r•e C4 440 •o P-1 0 U .0 .. E O t H Q �C U O Z E m z BID PROPOSAL k C BID PROPOSAL BID FOR LUMP SUM CONTRACTS PLACE Lubbock International Airport DATE November_ 24, 1992 PROJECT No. 3-48-0138-14 Proposal of Gilbert Texas Construction Corp (hereinafter called Bidder) }^' To the Honorabte Mayor and City Council, City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of Terminal Apron and Emergency f Access Roads for the Lubbock International Airport, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and at other related contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction ofthe proposed project including the avaitabitity of materials and labor, hereby proposes to furnish all labor, materials, and ("^ suppties; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover alt expenses incurred in performing the work required under the contract documents, of which this proposal is to be a part, is as follows: -1- BASE BID - PROPOSAL A y TERMINAL APRON ACCESS ROADS Item Quantity Description of Item No. and unit Total and Unit Prices Amount 1. 11,366 S.Y. Excavation and Grading for Base Course. MATERIAL: Zero Dollars (S 0 ) SERVICES: Seventeen thousand six hundred seventeen dollars (s 17,617 ) TOTAL 1; Seventeen thousand six hundred seventeen dollars 17,617 (S ) 2. 10,478 S.Y. Excavation and Grading in Unpaved Areas. MATERIAL: Zero Dollars (S' 0 ) SERVICES: Seventeen thousand two hundred eighty—nine dollars TOTAL Seventeen thousand two hundred eighty-nine dollars _(= 17,289 ) i 3. 2,684 C.Y. Crushed Aggregate Base Course. MATERIAL: Fifty—five thousand on h ndred fifty ci x elml l -q _(S 55,156 ) SERVICES: Twenty—nine thousand three hundred ninety dollars _(s 29.390 ) TOTAL Eighty—four thousand five hundred forty—six rty—six. dollars 84,546 CS 4. 2,346 Tons Bituminous Surface Course .,, MATERIAL: Thirty-nine thousand two hundred ninety-five dollars 39,295 _(= ) SERVICES: Forty-five thousand eight hundred sixty-four dollars 45,864 _(= TOTAL Eighty-five thousand one hundred fifty-nine y -nine dollars 85,159 . _(S ) -1- r• S. 3,410 Gal. Bituninous Prime Coat MATERIAL: Two thousand 'forty-- si x dol t arc (s 2,046 ) SERVICES: Eight hundred fifty-three dollars (S 853 ) TOTAL Two thousand eight hundred ninety-nine dollars __(S 2,899 6. 1,137 Gat. Bituminous Tack Coat MATERIAL: Six hundred eighty-two dollars is 682 ) SERVICES: Zero dollars (s 0TOT) AL Six hundred eighty-two dollars is 682 ) 7. 1,055 S.F. Roadway Marking MATERIAL: Zero Dollars (S 0 ) SERVICES: One thousand fifty-five dollars (s 1,055TOT) 9 AL One thousand fifty-five dollars is 1.055 ) 8. 48 L. F. 18 -inch Reinforced Concrete Pipe, Ctess III MATERIAL. Five hundred forty dollars (: 540 SERVICES: One thousand six hundred eighty dollars (= 1,680 TOTAL Two thousand two hundred twenty dollars 2,220 4. 2 Each Neadwall for 18 -inch Reinforced Concrete Pipe MATERIAL: One thousand one hundred dollars (s 11100 ) SERVICES: Three thousand two hundred forty dollars CS 3,240 ) TOTAL Four, thousand three hundred forty dollars CS -4 340 10. 6 Each Stake Mounted Signs. MATERIAL. One thousand eight hundred dollars (s 101800 ) SERVICES: One thousand one hundred ten dollars is '1:1.110 TOTAL 810: Two thousand nine hundred ten dollars (S 2,910 ) 11. 80 L.F. 40 Split Duct, Concrete Encased. MATERIAL: Five hundred dollars _(s 500 ) SERVICES: One thousand five hundred sixty dollars _(s 1,560 ) 11AL Two thousand sixty dollars 060 ) TOTAL MATERIALS (S_ 101,119 ) TOTAL SERVICES (s_ 119,658_) TOTAL BASE BID - PROPOSAL A CS 220,777 ) -2- BASE BID - PROPOSAL B EMERGENCY ACCESS ROADS Item Quantity Description of Item Totat No. and unit and Unit Prices Amount 12. 56,276 S.Y. Excavation and Grading for Base Course. MATERIAL: Zero Dollars _.Cs � TOTAL, - : Three thousand three hundred seventy-seven #17: - dollars 3,377 SERVICES: Eighty-seven thousand two hundred twenty-eight dollars 87,228TOT 18. 2,986 S.F. Roadway Marking CS ) #12AL Eighty-seven thousand two hundred twent y -eight- dollars 87,228 _CS Cs ) 13. 51,723 S.Y. Excavation and Grading in Unpaved Areas MATERIAL: Zero Dollars (s 0 ) SERVICES: Eighty-five thousand three hundred. forty-three dollars CS 85,343 ) TOTAL Eighty-five thousand three hundred forty-three dollars (_ 85,343 14. 13,288 C.Y. Crushed Aggregate Base Course. MATERIAL: Two hundred seventy-three thousand sixty-eight dollars (s 273,068 ) SERvicEs: One hundred forty-five thousand five hundred four dollars(s 145,504 ) TOTAL4: Four hundred eighteen thousand five hundred seventy-two dollars 418,572 ) 15. 11,619 Tons Bituminous Surface Course MATERIAL: One hundred ninety-one thousand one hundred thirty-three SERVI TOTAL Four hundred ten thousand dollars TOSS Cs 410,000 ) 16. 16,883 Gat. Bituminous Prime Coat � MA�IAL, s Ten'thousand one hundred thirty dollar10,130 � CS ) SERVICES: Four thousand two hundred twenty-one dollars C$ 4,221 ) TOTAL PIN 816: Fourteen:8iousand three hundred fifty-one dollars (s 14,351 ) 17. 5,628 Gat. Bituminous Tack Coat MATERIA.: Three thousand three hundred seventy-seven dollars Cs 3,377 ) SERVICES: Zero dollars 0 _.Cs � TOTAL, - : Three thousand three hundred seventy-seven #17: - dollars 3,377 _(s � 18. 2,986 S.F. Roadway Marking MATERIAL• Zero dollars 0 _CS SERVICES. Two thousand nine hundred eighty-six dollars 2,986 Cs ) TOTAL Two thousand nine hundred eighty-six g ty-six dollars 2,986 Cs ) .3 - FM 19. 66 L. F. 18 -inch Reinforced Concrete Pipe, Ctass III MATERIAL: Seven hundred forty-two dollars (s 742 ) SERVICES: Two thousand three hundred ten dollars ct 2,310 TOTAL Three thousand fifty-two ty-two dollars is 3,052 ) 20. 464 L. F. 24 -inch Reinforced Concrete Pipe, Class III. MATERIAL: Seven thousand eight hundred eighty eight dollars 7,888 CS ) SERVICES: Sixteen thousand three hundred fifty -sine dollars 16,356 is ) TTOOOTAL Twenty-four thousand two hundred forty. -four dollars 24,244 (S ) 21. 44 L.F. 2 Barret, 24 -inch Reinforced Concrete Pipe, Class III: MATERIAL: One thousand four hundred ninety-six dollars (s 1.496 ) SERVICES: Three thousand six hundred ninety-six dollars ti 3.696 ) TOTAL #Z1• Five thousand one hundred ninety-two dollars 5,192 cs� 22. 64 L. F. 3 Barrel, 30 -inch Reinforced Concrete Pipe, Class III. MATERIAL: Four thousand six hundred eight dollars (S 4,608 ) sERVICEs: Eight thousand three hundred twenty dollars '8,320 ) --Cs TOTAL Twe7:ve thousand nine hundred twent y -eight dollars 12,928 (s ) 23. 20 Each Headwall for 24 -inch Reinforced Concrete Pipe. MATERIAL: Fifteen -thousand dollars 15,000 �s SERVICES: Forty-four thousand dollars 44,000 �s TOTAL #23: Fifty-nine thousand dollars (s 59,000) 24. 2 Each Headwalt for 2 Barret, 24 -inch Reinforced Concrete Pipe. MATERIAL: Two thousand seven hundred dollars (s 2,700--) SERVICES: Six thousand eight hundred dollars is 6,800) TOTAL #24: Nine thousand five hundred dollars 9,500 is ) 25. 2 Each Headwall for 3 Barrel, 30-ineh Reinforced Concrete Pipe. MATERIAL. Five thousand five hundred dollars 51500 (S ) SERVICES: Twelve thousand four hundred dollars 12,400 (s ) TOTAL #25: Seventeen thousand nine hundred dollars (s 17,900 ) -4- 26. 1 Each 24 -foot Single Cantilever Gate. G MATERIAL: One thousand three hundred fifty dollars (s 1.350 ) SERVICES: Seven hundred fifty dollars 750 ) (s #TAL26Two thousand one hundred dollars 2,100 n 27. 365 L. F. Relocate Existing Chain Link Fencing. MATERIAL: Two thousand one' hundred dollars (s 2, 10OU (s ) SERVICES: Three thousand eleven dollars (S 3,011 ) TOTAL TOTAL 927:Five thousand _one hundred eleven dollars 029: 5,111 3,880 (s ) 28. 1 L.S. Modifications to Existing Irrigation System. 30. 375 L.F. 4" Split Duct, Concrete Encased. MATERIAL: Eleven thousand five hundred dollars Two thousand two hundred fifty dollars 11,500 2,250 ) SERVICES• (S ) SERVICES: Seventeen thousand dollars 17,000 ) TOTAL (S ) TOTAL #30: Nine- thousand five hundred sixty two dollars(s #28:_ Twenty—eight thousand five hundred dollars (S 28,500 ) 29. 8 Each Stake Mounted Signs. 31. 1 L.S. Cost for Insurance Policies Specified in Paragraphs 28A, MATERIAL: Two thousand four hundred dollars (s 2,400 ) SERVICES: one thousand four hundred eitrhty dollars TOTAL 029: Three thousand eight hundred eighty dollars 3,880 (S ) 30. 375 L.F. 4" Split Duct, Concrete Encased. MATERIAL: Two thousand two hundred fifty dollars (S 2,250 ) SERVICES• Seven thousand three hundred twelve dollars 7,312 (s ) TOTAL #30: Nine- thousand five hundred sixty two dollars(s 91562 ) 31. 1 L.S. Cost for Insurance Policies Specified in Paragraphs 28A, B and E of the General Conditions MATERIAL. One thousand dollars (s 1,000 ) SERVICES: Zero dollars 0 (= ) TOTAL #31: One thousand dollars 1,000 (S ) TOTAL MATERIALS TOTAL SERVICES TOTAL BASE 810 - PROPOSAL B Q2 (S 536,2421) (s 667,584) (S 1,203,826 ) ADDITIVE ALTERNATE N0. 1 EMERGENCY ACCESS ROADS Item Quantity Description of Item Total No. and unit and Unit Prices Amount 1. 18,531 S.Y. Excavation and Grading for Base Course. MATERIAL: Zero dollars 0 (= SERVICES: Fourteen thousand eight hundred twenty-five dollars (s 14,825 TOTAL 81; Fourteen thousand eight hundred twenty-five dollars 14,825 is 1 2. 14,229 S.Y. Excavation and Grading in Unpaved Areas. MATERIAL: Zero dollars 0 (t SERVICES: Twelve thousand ninety-five dollars 12,095 tS 1 TOTAL 02: Twelve thousand ninety-five dollars (s 12,095 3. 4,376 C.Y. Crushed Aggregate Base Course. MATERIAL: Ninety-four thousand eighty-four dollars (s 94,084 savors: Twenty-four thousand sixty-eight dollars ($ 24,068 TOTAL ne hundred eighteen thousand one hundred fifty-two dollars 118,152 (s � 4. 3,826 Tons Bituminous Surface Course. _MATERIAL; Sixty-three thousand one hundredtwenty-nine dollars (S 63,129 � SERVICES:—Thirty- three thousand two hundred eighty-six (; 33,286 �. TOTAL Ninety-six thousand four hundred fifteen dollars ' 96,415 tS 1 5. 5,560 Gat. Bituminous Prime Coat. MATERIAL: Three thousand three hundred thirty-six dollars (s 3,336 1 SERVICES: Six hundred sixty-seven dollars 667 is TOTAL Four thousand three dollars 05: 4,003 (S 6. 1,853 Gat. Bituminous Tack Coat. MATERIAL: One thousand one hundred twelve dollars is 1,112 � _ SERVICES: Zero dollars is o � 06:TOTALOne thousand one hundred twelve dollars 1,112 is 7. 941 S. F. Roadway Marking. MATERIAL: Zero dollars (S 0 1 SERVICES: Nine hundred forty-one dollars (s 941 1 TOTAL 97: Nine hundred forty-one dollars (S 941 } -6- i a. 44 L. F. Winch Reinforced Concrete Pipe, Class III. MATERIAL: Four hundred ninety-five dillars (E 495 SERVICES: Seven hundred eighty-three dollars (E 783 ) TOTAL 98: One thousand two hundred seventy-eight dollars (E 1,278 ) 9. 68 L.F. 24 -inch Reinforced Concrete Pipe, Class III. MATERIAL: One .thousand one • hundred fifty-six dollars (s_ 11156 ) SERVICES: One thousand two hundred twenty-four dollars (s 1,224 TOTAL Two thousand three hundred. eighty dollars (E 2,380 ) 10. 2 Each Headwatt for 18 -inch Reinforced Concrete Pipe. MATERIAL: One - thousand one hundred ten dollars (E 1,110 ) SERVICES- One -:thousand .seven hundred dollars (E 1,700) TOTAL 010: _thousand. eight hundred...ten_.dollars (E 2,810 ) 11. 4 Each Headwatt for 24 -inch Reinforced Concrete Pipe. MATERIAL: Three thousand...dollars (E 3,000 ) SERVICES: Four.. -thousand four hundred:_dollars (E 4,400 TOTAL #11: Seven thousand. -four- hundred:: dollars (S 7,400 ) 12. 1 Each Stake Mounted Signs. MATERIAL: Three hundred dollars (E 300 ) SERVICEse One hundred eighty-five dollars (E 185TOTAL ) #12: Four hundred eighty-five dollars (E 485 ) 13. 35 L. F. 411 Split Duct, Concrete Encased. MATERIAL: Two hundred twenty-eight dollars (E 228 ) SERVICES: Three hundred fifty-nine dollars (E 359 ) TOTAL 913: Five hundred eighty-seven dollars (E 587 ) TOTAL MATERIALS TOTAL SERVICES TOTAL ADDITIVE ALTERNATE NO. 1 -T- 01 (E 167,950 ) (E 94,533 (E 262,483 ) i ADDITIVE ALTERNATE NO. 2 EMERGENCY ACCESS ROADS Item Quantity Description of Iter Twenty thousand seven hundred nineteen dollars Total No. and Unit and Unit Prices TOTAL #3; One Amount 1. 15,954 S.Y. ' Excavation and Grading for Base Course. 101,710 MATERIAL; Zero dollars (S 0 4. 3,296 Tons Bituminous Surface Course. (s ). saviCEs: Twelve thousand seven hundred sixty-three dollars four thousand three hundred eighty-four dollars 12,763 54,384 (= ) TOTAL Twelve thousand seven hundred six 91: sixty-three dollars ) 12,763 thousand six..hundred seventy-five dollars (* ) 2. 12,151 S.Y. Excavation and Grading in Unpaved Areas. (S (S MATERIAL; Zero dollars TOTAL 0 0 (s ) SERVICES: Ten thousand three hundred twenty-nine dollars ) 10,329 5. 4,786 Gal. Bituminous Prime Coat. (S ) TOTAL Ten thousand three hundred twenty-nine dollars #2: (S 10,329 ) 7. 824 S.F. Roadway Marking. ) 3. 3,767 C.Y. Crushed Aggregate Base Course. MATERIAL: Zero dollars MATERIAL: Eicrhty thousand nine hundred ninety-one dollars- (s 80,991 ) SERVICES: Twenty thousand seven hundred nineteen dollars (s_ 20,719 ) TOTAL #3; One hundred one thousand seven hundred ten dollars (S 574 ) 101,710 (S ) 4. 3,296 Tons Bituminous Surface Course. MATERIAL:—Fifty- four thousand three hundred eighty-four dollars (S 54,384 6. 1,596 Gal. Bituminous Tack Coat. (S ) SERVICES:—Twenty-eight thousand six..hundred seventy-five dollars 958 28,675 (S (S ) TOTAL Eighty-three thousand fifty-nine dollars 0 83,059 (S ) TOTAL #6: 5. 4,786 Gal. Bituminous Prime Coat. 958 MATERIAL: _Two thousand eight hundred seventy eight dollars (s. 2.878 ) SERVICES:_Five hundred seventy—four dollars (S 574 ) TOTAL f,; Three thousand four hundred fifty-two dollars3 (S ,452 ) 6. 1,596 Gal. Bituminous Tack Coat. MATERIAL; Nine hundred fifty -eight -dollars 958 (S ) SERVICES: Zero dollars 0 (S ) TOTAL #6: Nine hundred fifty-eight dollars 958 (S ) 7. 824 S.F. Roadway Marking. MATERIAL: Zero dollars 0 (s ) SERVICES: Eight hundred twenty-four dollars 824 _(s TOTAL #7: Eight hundred twenty-four dollars _,(E 824 ) ..• e 4- a. 1 Each 24 -foot Single Cantilever Gate. MATERIAL: One thousand three hundred fifty dollars 147,276 ) 1,350 tS 89,747 ) (= (s SERVICES: Seven hundred fifty dollars (= 750 MATERIAL: ) TOTAL 0 98: Two thousand one hundred dollars (f 2,100 ) 9. 1 L. S. Modifications to Existing Irrigation System. 11,042 MATERIAL: Five thousand seven hundred dollars (s 5,700 ) ) TOTAL SERVICES: Thirteen thousand eight hundred dollars (t 13,800 ) 92: Eleven TOTAL 99: Nineteen thousand five hundred dollars 11,042 ) 191500 is ) 10. 1 Each Stake Mounted Signs. MATERIAL: Three hundred dollars 300 tS ) SERVICES: One hundred eighty-five dollars is 185 ) TOTAL #10: Four hundred eighty-five dollars tS 485 ) 11. 110 L.F. 4" Split Duct, Concrete Encased. MATERIAL: Seven hundred fifteen dollars is 715 ) SERVICES: Eleven hundred twenty-eight dollars (= 1,128 ) TOTAL 911: one thousand eight hundred forty-three dollars 1,843 (= ) TOTAL MATERIALS tS 147,276 ) TOTAL SERVICES tS 89,747 ) TOTAL ADDITIVE ALTERNATE NO. 2 (s 237,023 ) ADDITIVE ALTERNATE NO. 3 EMERGENCY ACCESS ROADS Item Quantity Description of Item Total No. and Unit and Unit Prices Amount 1. 14,117 S.Y. Excavation and Grading for Base Course. MATERIAL: Zero dollars (S 0 ) SERVICES: Eleven thousand two hundred ninety-four dollars (= 11,294 ) TOTAL Eleven thousand two hundred ninety-four dollars 11,294 (= ) 2. 12,990 S.Y. Excavation and Grading in Unpaved Areas. MATERIAL: zero dollars 0 tt ) SERVICES• Eleven thousand forty-two dollars 11,042 tt ) TOTAL 92: Eleven thousand forty-two dollars tS 11,042 ) -9- rr+ 3. • 3,333 C.Y. Crushed Aggregate Base Course. MATERIAL: Seventy-one thousand six hundred sixty dollars (S 71,660 ) SERVICES: Eighteen thousand three hundred thirty-two dollars (= 18,332 ) TOTAL 03: Eicrhty-nine thousand nine hundred ninety-two dollars (S 89,992 ) 4. 2,914 Tons Bituminous Surface Course. MATERIAL: Forty-eight thousand eicrhty-one dollars (s 48,081 ) SERVICES: Twenty-five thousand three hundred fifty-two dollars (S 25.352 ) TOTAL Seventy-three thousand four hundred thirty-three ty-three dollars (S 73,433 ) 5. 4,235 Gal. Bituminous Prime Coat. MATERIAL: Two thousand five hundred forty-one dollars (S 2,541 ) SERVICES. Five hundred eight dollars (S 508 ) TOTAL NS: Three thousand forty-nine dollars (S 3.049 ) 6. 1,412 Gal. Bituminous Tack Coat. MATERIAL: Eicrht hundred forty-seven dollars (= 847 ) SERVICES: Zero dollars (S 0 ) TOTAL Eight hundred fort ) 06:9 forty-seven dollars (S 847 7. 40 L. F. 18 -inch Reinforced Concrete Pipe, Class III. MATERIAL; Four hundred fifty dollars (s 450 ) SERVICES: Seven hundred twelve dollars (S 712_) TOTAL One thousand one hundred sixty-two dollars 97: (S 1,162 .) 8. 2 Each Meadwalt for 18 -inch Reinforced Concrete Pipe. MATERIAL: One thousand One hundred ten dollars (S 1,110 ) SERVIcEs; One thousand seven hundred dollars (s 1,700 ) TOTAL Two thousand eight hundred ten dollars- (S 21810 ) 9. 750 S. F. Roadway Marking. MATERIAL; Zeko dollars tt p ) SERVICES; Seven hundred fifty dollars (S 750 ) TOTAL Seven hundred fifty dollars 750 .10- r 10. 1 Each Stake Mounted Signs. MATERIAL; Three hundred dollars (S 300 ) SERVICES• One hundred eighty-five dollars (= 185 ) TOTAL Four hundred eighty-five dollars (_ 485 ) 11. 80 L. F. 4" Split Duct, Concrete Encased. MATERIAL: Five hundred twenty dollars (s 520 ) SERVICES: Eight hundred twenty dollars (s 820 ) TOTAL One thousand three hundred forty dollars (S 1,340 ) TOTAL MATERIALS (s 125,509 j TOTAL SERVICES (s 70,695 ) TOTAL ADDITIVE ALTERNATE NO. 3 (S 196,204 ) ADDITIVE ALTERNATE NO. 4 EMERGENCY ACCESS ROADS Item Quantity Description of Item Total No. and unit and Unit Prices Amount 1. 15,353 S.Y. Excavation and Grading for Base Course. MATERIAL: Zero dollars (s 0 ) SERVICES: Twelve thousand two hundred eighty-two dollars (S 12,282 ) TOTAL Twelve thousand two hundred eighty-two dollars (s 12,282 ) *1: 2. 13,867 S.Y. Excavation and Grading in Unpaved Areas. MATERIAL: Zero dollars (= 0 ) SERVICES. Eleven thousand seven hundred eighty-seven dollars (_ 11,787 ) TOTAL #2: Eleven thousand seven hundred eighty—seven dollars (S 11,787 ) 3. 3,625-C.Y. Crushed Aggregate Base Course. MATERIAL: Seventy-seven thousand nine hundred thirty-eight dollars (S 77,938 ) SERVICES: Twenty-two thousand six hundred fifty-six dollars (s 22,656 ) TOTAL One hundred thousand five hundred ninety-four dollars (s 100,594 ) 033: 4. 3,170 Tons Bituminous Surface Course. MATERIAL: Fifty-two thousand three hundred five dollars (S 52,305 ) SERVICES• Twenty-seven thousand five hundred seventy-nine dollars (S 27,579 ) TOTAL W+: Seventy-nine thousand eight hundred eighty-four dollars (s 79,884 ) -11- r i i 5. 4,606 Gat. Bituminous Prime Coat. Two thousand seven hundred sixty—four dollars MATERIAL.. (s 2,764 ) SERVICES: Five hundred fifty-three dollars (S 553 TOTAL Three thousand three hundred seventeen dollars #5: 6. 1,535 Gat. Bituminous Tack Coat. MATERIAL, Nine hundred twenty-one dollars 921 is ) SERVICES: Zero dollars (_ 0 ) TOTAL 66: Nine hundred twenty-one dollars (S' 921 ) 7. 741 S. F. Roadway Marking. MATERIAL: Zero dollars (E 0 ) SERVICES: Seven hundred ninety-one dollars (S 791 ) TOTAL Seven hundred ninety-one dollars 791 (s ) 8. 44 L.F. 2 Barret, 18 -inch Reinforced Concrete Pipe, Ctass III. MATERIAL. Nine hundred ninety dollars (= 990 ) SERVICES: One thousand eight hundred seventy dollars (= 1,870 ) TOTAL Two thousand eight hundred -sixty dollars (S 2,860 ) 4. 163 L.F. 24 -inch Reinforced Concrete Pipe, Class III. MATERIAL: Two thousand seven hundred seventy-one dollars (S 2,771 ) SERVICES Two thousand nine hundred -thirty-four dollars (S 2,934 ) TOTAL Five thousand seven hundred five dollars 99: 5,705 ) 10. 44 L.F. 2'Barret, 24 -inch Reinforced Concrete Pipe, Ctass III. MATERIAL; One thousand four hundred ninety-six dollars (s 1,496 ) SERVICES: One thousand eight hundred ninety -hive dollars (s 1,899 ) TOTAL OTL Three thousand three hundred ninety—five dollars �_ 3,395 ) 11. 2 Each Headwatt for 2 Barret, 18 -inch Reinforced Concrete Pipe. MATERIAL: One thousand nine hundred forty. dollars CS 1,940 ) SERVICES: Two thousand six hundred dollars (S 2,600 ) TOTAL 511: Four thousand five hundred fortv dollars (S 4,540 ) -12- pm i 12. 6 Each Headwall for 24 -inch Reinforced Concrete Pipe. MATERIAL: Four thousand five hundred dollars (_ 4,500 ) SERVICES. Six thousand six hundred dollars (S 6,600 ) #16: Nine TOTAL s12: Eleven thousand one hundred dollars 11,100 17. 35 L.F. 4K Split Duct, Concrete Encased. (S ) 13. 2 Each Headwall for 2 Barrel, 24 -inch Reinforced Concrete Pipe. SERVICES: Three hundred fifty-nine dollars Two thousand seven hundred dollars 2,700 MATERIAL: (S ) SERVICES: Three thousand five hundred dollars (S 3,500 ) TOTAL Sia: Six thousand two hundred dollars (S 6,200 ) 14. 205 C.Y. Precoated Aggregate, Grade 5. MAMA,. Three thousand seven hundred ninety-three dollars (S 3,793 ) SERVICES: Eight thousand ninety-eight•.. dollars (= 8,098 ) TOTAL #14: Eleven thousand eight hundred ninety-one dollars 11,891 (S 15. 6,400 Gal. Bituninous Material, AC -5 with Latex Additive. MATERIAL: Four thousand four hundred eighty dollars (S 4,480 ) SERVICES: Nine hundred sixty dollars (= 960 ) TOTAL 015: Five thousand four hundred forty dollars (s 5.440 ) 16. 2 Each Stake Mounted Signs. MATERIAL: Six hundred dollars (S 600 ) SERVICES:_ Three hundred seventy dollars (S 370TOTA) #16: Nine hundred seventy dollars (S 970 ) 17. 35 L.F. 4K Split Duct, Concrete Encased. MATERIAL. Two hundred twenty-eight dollars (_ 228 SERVICES: Three hundred fifty-nine dollars (S 359 ) TOTAL Five hundred eighty-seven dollars (_ 587 ) S1T: TOTAL MATERIALS _ TOTAL SERVICES TOTAL ADDITIVE ALTERNATE NO. 4 -13- (S 157,426 ) (S 104,838 ) (S 262,264 ) BID SUMMARY BASE BID - PROPOSAL A s 220,777 BASE BID - PROPOSAL B $1,203,826 ADDITIVE ALTERNATE NO. 1 $ 262,483 ADDITIVE ALTERNATE NO. 2 $ 237,023 ADDITIVE ALTERNATE NO. 3 $ 196,204 ADDITIVE ALTERNATE NO. 4 s 262,264 TOTAL BID $ 2,382,577 Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern. t� 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 the following time periods: P„ Base Bid - Proposals A and B 150 calendar days Additive Alternate No. 1 45 calendar days Additive Alternate No. 2 40 calendar days ! Additive Alternate No. 3 35 calendar days 1 Additive Alternate No. 4 35 calendar days Bidder hereby further agrees to pay to Owner as liquidated damages the sun of 5500.00 (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 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. a s, The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. PM Enclosed with this proposal I a Cashiers Check or Cer5lfI*d Check for Dollars (5 ) or a Proposal Bond In the sum of 5% of Bid One hundred nineteen thousand PM dne-11 —n J nom Dollars (5 119.129 ), which it is agreed shall be cotlected and retained by the Owner as L iquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shad be returned to the undersigned upon demand. -14- 0- k Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include att contract-., documents made available to him for his inspection in accordance with the Notice to Bidders. Gilbert -.Texas Construction Co .- - Contractor a BY: Keith N. Sasich. Vice President (Seat if Bidder is a Corporation) ATTES/T:� Secretary Allen R. Kearns -15- I I i LIST Of SUBCONTRACTORS rw I This form shall be comleted and submitted with the Bidders Proposal. Ninority Owned? Yes No 1. Floyd Construction x _ 2- S trip -K Zone _. x 3. Barricades Unlimited _. % r (; 4- Greer Electric —. X S. Jim Settle Fence Co. K 6. 7. 9. —, i !M 6 I f l REQUIRED LANGUAGE IN PROPOSALS FOR AIP CONTRACTS Section 60-1.7(b) of the Regulations of the Secretary of Gabor 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 filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which which participated in a previous contract subject to Executive Order 10925, lllt4. or 11246 has not filed a'report due under the applicable filing'documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period speed by the FAA 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 cbecidng the appropriate space. The bidder (proposer) has 2L has not participated In a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The bidder (proposer) has X has not _ submitted all compliance reports in connection with any such contract due ander the applicable riling 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 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 -1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain It by writing to the following address: Joint Reporting Committee 1800 G Street Washington, DC 20506 2 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Fadnsian (49_ CFR PART 29) The bidder (offeror) certifies, by submission of this, proposal or acceptance, of this contract, that neither it nor, its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. It further agrees that by submitting this proposal that It will .include this clause without modification to 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. Cation Regarding Foreign Tirade Restrictions j (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,US. 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 ror nationals of a foreign country -on 'said list. C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, If awarded a contract resulting from this solicitation, it will Incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless It has knowledge that the certification Is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide Immediate written notice to the contractor, if at any time it learns that Its certification was erroneous by reason of changed circumstances. This certification Is a material representation of fact upon which reliance was placed when making the award. If It is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records In order to render, in good faith, the certification required by this provision. The knowledge and (2/92) 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. Ibis certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. Bay American Catification (Aviation Safety and Capacity Expansion Act 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 (2/92) CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDER'S NAME Gilbert Texas Construction' Corp. ADDRESS 800 Paloma Dr.", Suite 160, Round Rock, Texas 78664 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. 75-2303913 NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED, CONSTRUCTION CONTRACTORS (41 CFR 60-1.8) (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which Is not exempt from the provisions of the equal opportunity clause. (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 FACILITIES (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. r (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (1/92) 2 CERTIFICATION OF NONSEGREGATED FACHM71ES The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his emploYees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will riot permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification Is a violation of the equal opportunity clause in this contract. As used In this certification, the term *segregated facilities' means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timerlocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or nationalorigin, because of habit, local custom, or any other reason. The federally assisted construction agrees that (except where he has obtained identical certifications from proposed subcontractors for.specific time periods) he will obtain Identical certifications from proposed subcontractors prior to the award of subcontracts exceding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications In his files. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES A Certification of Nonsegregated Facilities must be submitted' prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Certification - The Information above is true and complete to the best of my knowledge and belief. Keith N. Sasich, Vice President_ Name and Title of Signer (Please Type) 11-24-92 Signature Date NOTE: The penalty for making false statements In offers Is prescribed In 18 U.S.C. 1001. PATNENT BOND j **THIS BOND IS SUBJECTED TO THE ATTACHED PARTICIPATING ENDORSEHENT** STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 l Gilbert Texas KNOW ALL MEN BY THESE PRESENTS, that _Construction Corp. (hereinafter called the Principal(s), as r" - 1 PrincipaL(s), and The Aetna Casualty and Surety Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of * Dollars (S ** ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminis- trators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of 14' to Lubbock International Airport, Terminal Apron and Emergency Access Roads, Base Bid Proposals A and B r" r^ and said Principal under the law is required before commencing the work provided for in said contract to execute a I bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. 7 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a sub -contractor in the prosecution of the work provided for in said con- tract, then, this obligation shall be void; otherwise to remain in full force and effect; F7 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. V * One million four hundred twenty-four thousand six hundred and three ** 1,424,603 r THE /ETNA CASUALTY AND SURETY COMPANY - � Hartford. Connecticut 06156 LIFE & CASUALTY POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(SHN•FACT KNOW ALL MEN BY THESE PRESENTS, THATTHE *ETNA CASUALTY AND SURETY COMPANY, a corporation duly organized underthe laws of the State of Connecticut, and having its principal office in the GN of Hartford. County of Hartford. State of Connecticut, hath made. constituted and appointed, and does by these presents make, eonsiituts and appoint Robert 0. Lembke, P. A. Foss, Philip G. Dehn, Terry K.'Bartel or Patricia A. Larson - - of Omaha-, Nebraska , Its true and lawful Attomey(s)-in-Fact, with full powerand authority hereby conferred to sign, execute and acknowledge. at any place within the United States, or, if the following line be Riled in, within the area there desig- nated the following instrument(s): by his/her sole signature and act, any. and all bonds, recognizances. contracts of Indemnity, and other writings obligatory in the nature of a bond. recognizance, or conditional undertaking, and any and all consents incidents thereto and to bind THE *ETNA CASUALTY AND SURETY COMPANY, thereby as fully and to the some extant as H the•same were signed by the duly authorised offiars of THE RMA CASUALTY AND SURETY COMPANY, and ail the sds of saidAttomey(sNn-Fad, pursuantto the authority herein given, are hereby ratified and confirmed. - This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force and affect: VOTED: That each ofthe following officers: Chairman, Vice Chairman, President, Any Executive VicaPresidem,Any Senior Vice President, Any Via President, Any Assistant Vice President. Any Secrenry.Any Assistant Secretary, may from time m time appoint Resident Via Presidents, Resident Assistant Seawries. Attomeys-imFad, and Agents to actfor and on behalf of the Company end may give arty such sepointee such authority as his certificate of authority may prescribe to sign with the Company s name and out with the Comparry's seal bonds, recognisances. contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors may at any time re icive any such appointee and revoke the power and authority given him. VOTED: That any bond, recognizance, contract of indemnity, orwridng obligatory In the natursof s bond, recognizamm oremhditional undertaking shall be valid and binding upon the Company when let signed by the Chairman, the Via Chairman, the President, an Executive Vice President, a Senior Via Presidem. a Vice President. an Assistant Via President or by a Resident Via President, pursuant to the power prescribed in the ardfiats of aut horWof such Resident Via President. and duly attastad and sealed with the Company's seal by a Sacs . ry or Assistant Secretary or by aRssidentAssista tSetrotary.pursuanttothepowerpre=bedintheartifiateofaudwrityafsuchRssidsmAssistamSecretary:or(blduly. executed (under seal. if required) by one or mon Attorneys-in•Fact pursuant to the power prescribed in his or their certificate or certificates of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Board of Directors of THE ETNA CASUALTY AND SURETY COMPANY which Resolution is now in full farce and effect: VOTED: That the signature of each of the following officers: Chairman, Vice Chairman. Presidaht Any Executive Vice President. Any Senior Vice President. Any Vice President, Any Assistant Via President. Any Secretary. Any Assistant Secretary, and the "at of thaCompany may be affixed by facsimile to city power of attomay or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fadforpurposes only of executing and attesting bondsand undertaldngs and otherwritingsobiigatory in the nature thereof, and any such power of a toms•/ or certificate bearing such facsimiis signature or far:- mite seal shall ba vaiidand bindlIng upon the Company and any such power so executed and artified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect W any bond or undertaking to which it Is attached. IN WITNESS WHEREOF, THE Xn" CASUALTY AND SURETY COMPANY has caused this instrument to be signed by its Senior Vice President and its corporate seal to be hereto affixed this 6th day of sSept6mber is 92 . 4s THE ATNA CASUALTY AND,6URETY COMPANY cow ByState of Connecticut eph . Kiertiart as. Hartford Senior Vice President County of Hartford On this 6th day of September is 92 , before me personally ams JOSEPH P. KIERNAN to me known. who. being by me duly swam. did depose and say: that he/she is Senior Vice President or THE *INA CASUALTYAND SURETY COMPANY, the corporation described in and which executed the above instrument: that he/she knows the seal of said corporation: thatthe seal affixed to the said Instrument Is such corporate seal: andthat he/she executed the said instrument on behalf of the corporation by authority of his/her office under the Standing Resolutions thereof. laver exprs March 1t, Notary Public Rosalind R. Christie CERTIFICATE 1, the undersigned. Secretary of THE ,ETNA CASUALTY AND SURETY COMPANY, a stack corporation of the` State of Connecticut. DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full -forth and has not been revoked: and furthermore, that the Standing Resolutions of the Board of Directors, as sit forth in the Certificate of Authority, are now in fora. Signed and Sealed at the Home Office of the Company, in the City of Hartford. Seta Connecticut. Dated this 8th day of January '19 93: ca+ww'O By .�.,. W. Welch IS -1922-F) (M) 9/a9................ •..... HUNTED M u.S.q. -;. c a t PARTICIPATING RIDER - BOND DIVIDEND PROVISION — PARTICIPATING COMPANIES The principal shall be entitled to participate in a distribution of the surplus of the Company, as determined by its Board of Directors from time to time, after approval in accordance with the provisions of the Texas Insurance Code, of 1951, as amended. This rider forms a part of the bond to which attached, effective on the inception date of the bond unless otherwise stated herein. CAT. 715700 (S -2334-A) 8-86 PRINTED IN U.S.A. IN WITNESS WHEREOF, the said Principal (a) and Surety (s) have signed and seated this instrument this 8th day of January iq 93• Principal Gilbert Texas Construction Corp. X:' - - 2 KeyWr_N:,•Sasi(!Ii_ ,` Title) Vice President - - B� Aiien--R- Kearnq- (Title) 9ecretary sy:.. _ (Title) The Aetna Casualty and Surety Company Surety *By; ifi l rt r , lk �f(i1 Title) Patricia -A. -.,arson Attorney -in -Fact The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des- ignates Gary West an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. The Aetna Casualty and Surety Compa Surety TX Resident itle) Agent Approved as to farm: City of Lubbock By: City Attorney *Note: if signed by an officer of the Surety Company there must be on file a certified extract from the by-laws - showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of attorney for our files. i PERFORMANCE BOND r **THIS BOND IS SUBJECTED TO THE ATTACHED PARTICIPATING ENDORSEMENT** STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS - AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959 KNOW ALL MEN BY THESE PRESENTS, that GiAbert Texas Construction Corp. Chereinafter catted the Principat(s), and The Aetna Casualt3E and Sit. P y Company (hereinafter called the SuretyCs)), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One mittion four hundred twenty-four thousand six hundred and three Dollars C$1.424.603) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principat has entered into a certain written contract with the Obligee, dated the _ day of 19-0 to Lubbock International Airport, Terminal Apron and Emergency Access Road, Base Bid Proposals A and B and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfulty per- form the work in accordance with the.ptans, specifications and contract documents, then this obligation shalt be void; otherwise to remain in Putt force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regutar session 1959, and all liabilities on w this bond shalt be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal Cs) and Surety (s) have signed and sealed this instrument this $111 day of January , 19-,. f The Aetna Casualty and Surety Company _ Gilbert Texas&pLigtruction j Surety Principal - ` r (Titte) Patricia A. Larson Keith N. Sasch, dice --Pres`. Attorney–in–Fact -(Tit.le) Allen R. Kearns (Title) Secretary e F By: (Title) j t THE /ETNA CASUALTY AND SURETY COMPANY Hartford, Connecticut 06156 LIFE & CXSUALTY POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(SHN-FACT KNOW ALL MEN BY THESE PRESENTS. THATTHE A-rNA CASUALTY ANO SURETY COMFANY, s corporation duty organized underthe laws of the State of Connecticut, and having its principal office in ihs City of Hartford, County of Hartford. State of Connecticut, hath made, constituted and appointed, and don by these presents make. cotmiitute and -appoint Robert D. Lembke, P. A. Foss, Philip G. Dehn, Terry K. Bartel or Patricia A. Larson — — of OIilaha•, Nebraska , its true and lawful Anamey(sf-in-Faa,with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following dna be filled in, within the area there desig- nated , the following instrument(s): by his/her sole signature and act, any. -and all bonds, recognisances, contracts of indemnity, and other writings obligatory in the nature of a bond. recognizance, or conditional undertaking, and arty and all consents incidents thersto and to bind THE ETNA CASUALTY AND SURETY COMPANY, thereby as fully and to the same extent as N the,ame were signed by the duly authorized officers of THE ATNA CASUALTY AND SURETY COMPANY, and all the acts of saidAttomey(s)-in-Pact, purwantto the authority herein given. are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force and effect: VOTED: Thsteach ofthe following officers: Chairman, Vice Chairman, President, Any Enmttive Vice President. Any SanicrViee President, Any Vice Prosidem, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident Assistant Seerearies, Attomeys•in-Fact, and Agents to so *w and on behalf ofthe Company and may give any Such appointee such authority as his certificate of authority may prescribe to sign with the Company's name and out with the Company's sal bonds. recognisances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognitanee, or conditional undertaking, and any of said officers or the Board of Directors may at any time remove arty such aptwintes and revoke the power and authority given him. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond. racognizance. or conditional undertaking shalt be valid and binding upon the Company when lel signed by the Chairman, the Vice Chairman. ft President an Executive Vice President. a Senior Vice Presidem, a Vice President, an Assistant Vice President or by a Resident Vice President, pursuant to the power prescribed in the certificate of authority of such Resident Vice Pnrsiderti, and duly attested and sealed with the Company's seal by a Secretary or Assistant Seaetary or by Resident AssisantSecretary, Purwamm the power prescribed in the certiAceteof authority ofsuch ResidemAssisantSeawary; a ocr duly acacuted (under seal. if required) by one or mors AKomeys-in-Pact pursuant to the power prescribed in his or their certificate or certificates of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Board of Of, rs of THE *TNA CASUALTY AND SURETY COMPANY which Resolution is now in full force and affect, VOTED: That the signature of each of the following officers: Chairman, Vire Chairman. Presidem, Any Executive Vice President Arty Senior Vice President, Any Vice President, Any Assistant Vice president, Any Secretary. Any AaslsantSeastary,and eche seal afthaCompany may be affixed by facsimile to any power of &=may or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomays-in-Factforpurposn only of executing and attesting bonds and undertakings and otherwridngsobligatory in the nature thereof, and any such power of attorney orterifitate bearing such facsimile signature or facsimile not shall be valid and binding upon the Company and any such Power so executed and certified by such facsimile signature and facsimile seal shad be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS �WHEREOF, THE ETNA CASUALTY AND SURETY COMPANY hes caused this instrumem to ba signed by its Senior Vice e ' Sept m tg 92 ' and is corporate $881 to be hffM affixed this 6th CLIO y THE EETNA CASUALTY AND �t3URETY COMPANY B State of Connecticut ^'" "" ephF. Kierna County of Hartford �• ss. Hartford Vice President On this 6th day of September , is 92 , before me personally came .JOSEPH P. KIERNAN to me known, who, being by me duly swam, did depose and say: that he/she is Senior Vice President of THE ATNA CASUALTY AND SURETY COMPANY, the corporation described in and which executed the above instrument; that he/she knows tits seal of said corporation; thatthe seal affixed to the said instrument is such corporate sal: andthat he/she executed the said instrument on behalf of the corporation by authority of his/her office under the Standing Resolutions thereof. CERTIFICATE Rosalind R. Christie Notary Public undersigned, Secret S tat ary Of THE ,ETNA CASUALTY AND SURETY COMPANY, a stock corporation of the tate of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority full and ull f has not been revoked: and furthermore, that the Standing Resolutions of the Board of Directors, as serfotth in tate Certificate of Authremains in full fare now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, Stat Connecticut Dared this 8th day of January ,1993 . •..,row o (S- e922•FI IM) 9189 ,,,,••, W. Welch PNfNt'Ep IN U.S.A. PARTICIPATING RIDER - BOND a r. DIVIDEND PROVISION — PARTICIPATING COMPANIES The principal shall be entitled to participate in a distribution of the surplus of the Company, as determined by its Board of Directors from time to time, after approval in accordance with the provisions of the Texas Insurance Code, of 1951, as amended. This rider forms a part of the bond to which attached, effective on the inception date of the bond unless otherwise stated herein. (S -2334-A) 8-86 CAT. 715700 PRINTEDIN U.S.A. r ► ro r 4 The undersigned surety company represents that it is dul lifted to do business in Texas and hereby designates Gary West y an agent resident in Lubbock County to wham any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship.. The Aetna Casualty and Surety Company Surety .By: TEXAS tTitte esident Agent Approved as to Form City of Lubbock By: PI City Attorney *Note: If signed by an officer of the Surety Company, there must be an file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. t e t P i s t F CERTIFICATE OF INSURANCE r FCERTIFICATE OF INSURANCE T0: CITY OF LUBBOCK DATE: January 8. 1993 Type of Terminal Apron and Lubbock, Texas Project: Emergency Access Road Gilbert Texas Construction THIS IS TO CERTIFY THAT _ r r„ * (Name and Address of Insured) is, at the date of this certificate, in- sured by this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard policy noted hereon. r_Terminal Apron and Emergency Access Road The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THIS CERTIFICATE The Aetna Casualty and Surety Company MUST BE SENT TO THE OWNER. (Name of Insur By: —'" vee 4o� Terry K. Bartel Title _Authorized Representative r *800 Paloma Drive, Suite 160 Round Rock, TX 78664 TYPE OF INSURANCE Policy No. -------------------------------------------------------------------------------------------------------------------- Effective Expires Limits of Liability Workmen's 20 C 645241 SUF 3-1-92 3-1-93 STATUTORY Compensation -------------------------------------------------------------------------------------------------------------------- Owner's Protec- N/A tive or Contin- Per Person Per Occurrence S $ gent Liability -------------------------------------------------------------------------------------------------------------------- Property Damage S Contractorls Per Person $ Protective or N/A Per Occurrence S Contingent Property Damage $ Liability----------------------------------------------------------------------------------------------------------- Per Person $ Automobile 20 FJ 718779 SUA 3-1-92 3-1-93 Per occurrence $4.000.000 BI & Property Damage SM -COMBINED Comprehensive 20GL5004739SUA 3-1-92 3-1-93 --- - $4,000,000/OCCURENCE General Liability -------------------------------------------------------------------------------------------------------------------- S8,000 /.000 AGGREGAI Umbrella Liability S ---------------------•------------------t---------------------------------------------------------------------------- The foregoing Policies (do) cover all sub -contractors. Locations Covered Ltiblbork Tnternational Airport DESCRIPTION of Operations Covered r_Terminal Apron and Emergency Access Road The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THIS CERTIFICATE The Aetna Casualty and Surety Company MUST BE SENT TO THE OWNER. (Name of Insur By: —'" vee 4o� Terry K. Bartel Title _Authorized Representative r CONTRACT r 0 CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this DECEMBER 10, 1992 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, f Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Gilbert Texas Construction Corp.,of the City of ROUND ROCK, County of WILLIAMSON, 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 Of any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 812290 - LUBBOCK INTERNATIONAL AIRPORT TERMINAL APRON AND EMERGENCY ACCESS ROADS, BASE BID PROPOSALS A AND B, IN THE AMOUNT OF $1,424,603. and att 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 alt materials, suppties, machinery, equipment, toots, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shalt have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance !!! with the proposal 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 Texas in the year and day first above written. ATTEST: Secretary APPR AS TO CONTENT: 4, APPROVED AS TO FORM: ATTEST: Corporate Secretary Allen R. Kearns 7 GILBERT TEXAS CONSTRUCTION CORPS--„ CONTRACTOR By:-- Keith y: Keith N. Sas th -- Title: Vice Presidilanfi COMPLETE ADDRESS: 800 Paloma Dr., Suite 160 Round Rock, Texas 78664 No Text GENERAL 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 con- tract, 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 shalt be understood to mean the person, persons, co -partnership or corporation, to -wit: _ who has agreed to perform the work embraced in this contract, or to his or their legal representative. r 3. OWNER'S REPRESENTATIVE FRI The contract documents shall consist of the Notice to Bidders, General, Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), Generat Conditions of the Agreement, Special Conditions of ` the Agreement (if any), Specifications,'Plans, Insurance Certificate, and 'alt other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. r 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of tike import are used, it shalt 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 shatt mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various r qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearty described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in alt such cases, any question of the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 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 re- sponsibility 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. .25- Whenever the word Owner's Representative or representative Is used in this contract, it shall be understood as referring to Bern Case, Director of Aviation City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said owner to act in any particutarrunder this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directty supervise the Contractor or men acting in behalf of the Contractor. r 4. 4 CONTRACT DOCUMENTS FRI The contract documents shall consist of the Notice to Bidders, General, Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), Generat Conditions of the Agreement, Special Conditions of ` the Agreement (if any), Specifications,'Plans, Insurance Certificate, and 'alt other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. r 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of tike import are used, it shalt 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 shatt mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various r qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearty described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in alt such cases, any question of the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 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 re- sponsibility 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. .25- 7. WRITTEN NOTICE Written notice shall be deemed to have been duty 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. a. WORK Unless otherwise stipulated, the Contractor shalt 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 docu- ments. 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 shalt be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu- ments 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 furnished 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 docu- ments. He will not be required to make exhaustive or continuous on-site 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 wilt conform to the requirements of the contract docu- ments, 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 on-site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. -26- l 13. LINES AND GRADES ALL tines and grades shalt be furnished by the owner's Representative whenever necessary for the commence- ment 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 wilt be as brief as practical and Con- tractor shalt be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre- sentative ample notice of the time and place where lines and grades will be needed. Alt 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., shalt be replaced by the Owner's Representa- tive at Contractor's expense. PM 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review alt 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 Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this p. contract. He shall determine alt questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within PM 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc- PM tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the t Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may rbe taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION I It is agreed by the Contractor that the Owner's Representative shalt be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Con- tractor shalt furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. -27- 16. 17. 18. 19. 20. 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 jto him shalt 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 work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shalt be under the exclusive charge and control of the Con- tractor and all risk in connection therewith shalt be borne by the Contractor. 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. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- rials 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. 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 dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that owner shall fur- nish 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 compteted 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. SANITATION Necessary, sanitary conveniences for the use of laborers on the work site, properly secluded from public ob- servation, 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 shalt be strictly enforced. -28- r i 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 obser- vation 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 am- ple notice as to the time each -part of the work will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of �.. 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 Repre- sentative, 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 Represento- r tive 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 Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, tests and approvals shalt be borne 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. 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. r' 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 un- suitable or not 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 re- build or otherwise remedy such work so that it shalt be in full accordance with this contract. It is fur- ther agreed that any remedial action contemplated as hereinabove set forth shalt 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 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 shad not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they In- crease the amount of work and the increased work can fain be classified under the specifications, such i , Y Pe increase shall be paid according to the quantity actually done and at the unit price established for such r work under this contract; otherwise such additional work shall be paid for as provided oder Extra Work. In -29- 24. case the Owner shall make such changes or alterations as shalt make useless any work already done or mate- rial already furnished or used in said work, then the Owner shalt recompense the Contractor for any material or labor so used, and for any actual toss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. EXTRA WORK The term "extra work" as used in this contract shalt 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, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform alt extra work under the direction of the Owner's Representa- tive 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 shalt be determined by the following methods: - Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) If neither Method (A) or Method (B) be agreed upon before the extra work is com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15X) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph 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 Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shalt 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 mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terns and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15X) of the actual field cost to be paid to Contractor shall cover and com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Carte 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 Repre- sentative 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 in- sists upon its performance, the Contractor shall proceed with the work after making written request for written order and shalt 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 arbi- tration as herein below provided. _ -30- iii 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shalt 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 r 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 Owner's Representative prior to the opening of bids, then it shalt be considered that the rContractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest 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 Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shalt comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci- fied, the Contractor shalt, 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 r! The Contractor shall take out and procure a policy or policies of Workmen's Compensation insurance with an insurance company licensed to transact business in the State of Texas, which policy shalt comply with the Workmen's Compensation laws of the State of Texas. The Contractor shalt at all ties exercise reasonable precaution for the safety of employees and others on or near the work and shalt comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state i PM or municipal taws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem- nify 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 sus- tained 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 matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning tights, 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. r" The safety precautions taken shalt 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 pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. -31- 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sote cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au- thorized 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. Comprehensive General Liability Insurance The contractor shalt have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) 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. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows _ For bodily injuries, including accidental death, $1,000,000 per occurrence, and $1,000,000 for Property Damage. C. Comprehensive Automobile Liability Insurance The Contractor shalt have Comprehensive Automobile Liability Insurance with limits of not less than; — Bodily Injury $250/500,000 Property Damage $100,000 to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned 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 The Contractor shalt obtain a Builder's Risk policy in the amount of N/A (100% of potential Loss), naming the City of Lubbock as insured. -32- A PM E. Excess or Umbrella Liability Insurance The Contractor shalt have Excess or Umbrella Liability Insurance in the amount of $5.000.000 with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. rThe 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. F. I Worker's Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers liability of at least $100,000 limit. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shad submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized ,., representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the.insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named in- sured 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 shalt be on the form (or identical copies thereof) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- able. 29. 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 shalt 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 r .33- 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. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shalt 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 speci- fied or required in these contract documents by owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm- less from any toss on account thereof. If the material or process specified or required by Owner is an in- fringement, the Contractor shad be responsible for such toss unless he promptly gives written notice to the Owner of such infringement. 31. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local taws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the 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 taw from which it derives its powers, in- sofar 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 shalt be considered as part of this contract to the same effect as though embodied herein. 32. 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. 33. 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 shalt 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 con- sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 PER DAY, not as a penalty, but as liquidated damages for the breach of the -34- PM PW contract as herein set forth for each and every calendar day that the Contractor shalt be in default after the time stipulated for completing the work. r� it is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com-pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this local- �"' i ty. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica- bility and extreme difficulty in fixing and ascertaining actual damages the owner would in such event sus- tain, 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. rIt is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. F" 34. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shalt 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 contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owners 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 shalt be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Ornerls Representative, schedules which shall show the order in which the Contractor proposes 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 sev- erat parts. !'* 35. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal 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 oil paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, r except when his work has been delayed by an act or neglect of the Owner, Ownerls Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension 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 re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shell then submit such written request to the City Council of the City of Lubbock for their con- sideration. should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. 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 in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge -35- shalt be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the owner or owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 37. 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 shalt 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 proposals of- fered 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 shalt be for the actual amount of work done and materials furnished on the project. 38. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shalt 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 perfor- mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 34. 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 proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the mariner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 40. 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 de- fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. -36- E 6 r^ 41. PARTIAL PAYMENTS r• On or before the tenth day of each month, the Contractor shall submit to Owners Representative an applica- tion for partial payment. Owner0s Representative shalt 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 par- tial 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 ma- terials 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 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 per- centage due Contractor. ` 42. 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 Owners Representative and the Owner shalt in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's `Represents tive shalt 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. r� 43. FINAL PAYMENT 4 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 shalt pay to the Contractor on or be- fore 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 con- tract; 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 condi- tions (if arty) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Ownerst 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 Con- tractor shalt 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 Contractors expense. 45. 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 0 any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the .37- i date of substantial completion. The Owner or the Owner's Representative shalt give notice of observed de- fects with reasonable promptness. 46. 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 may be 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. 47. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shalt 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 shalt be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shalt be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shalt be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fait to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fait to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- �— cision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the r. arbiters are empowered by both parties to take Ex Parte Proceedings. i The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- I— biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT — SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. -38- r r 49. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upas either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the form of proceedings or award. ABANDONMENT BY CONTRACTOR 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 Ownerls Representative, or if the Contractor fails to comply with the or- ders 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 shalt be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, toots, materials or supplies then on the job, but the same, together with any materials and t 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 shalt be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials wilt 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, toots, materials and sup- plies 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 com- pleted 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 com- pteted 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 taw, sit least twice in a newspa- per having a general circulation in the County of location of the work, may tet 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 shalt 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 shalt 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 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. r Poo -39- 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 shalt pay the balance shown to be due by them to the Owner, then all machinery, equipment, toots, 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 sate 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 machin- ery, equipment, toots, 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 alt machinery, tools, and equipment, and alt materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated 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 Con- tractor at the prices stated in the the attached proposal, 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 Con- tractor 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 shalt 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 shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. 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 fur- ther 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 con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -40- 7 l PM 4 53. LOSSES FROM NATURAL CAUSES PM Untess otherwise specified herein, att 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 circuma:tance and the prosecution of the same, or from unusual obstructions or difficutties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- thority 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 ob- serve Contractorls work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Ownerls Representative hereunder, is not intended to and shalt not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Ownerls Representative or to the Contractor's own employees or to any other person, firm, or corporation. 55. CLEANING UP r� The Contractor shalt at alt times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shalt remove all such debris and atso his toots, scaffolding, and surplus materials and shall leave the work room clean or its equivatent. The work shad be tett in good order and condition. In case of dispute. owner may remove the debris and charge the cost to.the Contractor. r f1 r X� US.Deparirnent . of Transportation Federal Aviation Administration Advisory.'' Circular Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C DURING CONSTRUCTION Initiated by: AAS -300 Change: 1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning the operational safety on airports during construction, to assist airport operators in complying with Part 139, Certification and Operation: Land Airports Serving Certain.Air Carriers, of the Federal Aviation Regulations (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 9i 1981, is canceled. 3. RELATED READING MATERIAL. All references cited herein are available for inspection in any Federal Aviation Administration (FAA) regional office. r a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44, Status of Federal Aviation Regulations, current edi- t 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). 4. BACKGROUND. Various AC's which detail all major elements of safe, efficient airport design and construction are available. However, opera- tional safety on airports may be degraded by construction hazards or margi- nal conditions that develop after an airport has been opened or approved f 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. r AC 150/5370-2C 5. GENERAL. 5/31/84 a. The airport operator is responsible for full compliance with the require ments of FAR Part 139 for certificated airports and with the provisions of Federal grant agreements when applicable. Adherence to the following provisions will materially assist the airport operator in providing the level of safety required. Local FAA Airports,offices have technical expertise to assist airport operators in all safety matters on airports. (See AC 150/5000-3, Address List for Regional Airports Divisions and.Airports District/Field Offices, current edition.) b. Each bidding document (construction plans and/or specifications) for air- port development work or air navigation facility (NAVAID) installation involving aircraft operational areas should incorporate a section on safety on airports during the construction activity. The section, as a minimum, should contain the appropriate provisions outlined in appendix t to this AC. c. The airport operator should pay particular:attention to the pullback distances and clearances for any maintenance activities and emergencies that occur on airports. These include activities which involve maintenance equipment --such as mowing machines, snowplows, lighting equipment —as well as emergency standbys, for firefighting and rescue equipment. d. Where feasible and where operational safety is not affected, the -airport operator may choose to keep open operational areas adjacent to construction activity during construction rather than close them to aircraft activity. e. At airports that are undergoing a`multi-year major redevelopment, a compre- hensive construction safety plan should be developed. This safety plan may contain deviations from the criteria outlined in appendix 1 of this AC so long as they are based upon a commitment by the airport operator and the users to provide the maxi- mum clearances possible between construction activities and aircraft within the limits imposed by local conditions. 6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an airport, in proximity to, or affecting aircraft operational areas or navigable airspace, should be coordinated with the FAA and airport users prior to initiating such activities. In addition, basic responsibilities and procedures should be developed and disseminated to instruct construction personnel in airport procedures and for monitoring construction activities for conformance with safety require ments. These and other safety considerations should be addressed in.the..earliest stages of project formulation and incorporated in the contract specifications. Construction areas located.within safety areas requiring special attention by. the contractor should be clearly delineated on the project plans. The airport operator should closely monitor construction activity throughout its duration to ensure con- tinual compliance with safety requirements. a. Formal Notification. A formal notification to the FAA is required by regu- lation for certain airport projects. For instance, FAR Part 157., Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that FAA be notified in writing whenever a non Federally funded project involves the 2 Par 5 5/31/84 AC 150/5370-2C construetion.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 70-20 Airspace Utilization Considerations in the Proposed Construction, Alteration, Aotiviation and Deactivation of Airports, current edition.) Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace, as defined in FAR Part 77, Objects Affecting Navigable Airspace, is required tonotify the FAA. Bi FAA Form 7460-1, Notice of Proposed Construction or Alteration, should be used for k this purpose.. (See AC 70/7460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition..) b. Work Scheduling and Accomplishment. Predesign, preconstruction, and prebid conferences provide excellent opportunities to introduce the subject of airport operational safety during .construction. All parties involved, including the spon- sor's pon- sors 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 (NOTAM�s). (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. 7 Par 6 3 m AC 150/5370-2C 5/31/84', (10) Storage of construction equipment and materials when "not n use. (11) Designation of responsible representatives of all' involved parties`. and their availability. (12) Location of construction personnel parking and transportation to an, . from the work site. , (13) Marking/lighting of construction areas.'- (14) Location of construction offices. (15) Location of contractor's plants.. (16) Designation of waste areas and disposal. (17) Debris cleanup responsibilities and schedule. (18) Identification of construction personnel and equipment. (19) Location of haul roads. (20) Security control'on temporary gates.and relocated fencing.' (21) Noise pollution. (22) Blasting regulation and control. (23) Dust control. (24) Location of utilities. (25) Provision for temporary utilities and/or immediate repairs in the , event of disruption. (26) Location of power and control lines for electronic/visual navigational aids. ' (27) Additional security measures required if FAR Part 107, Airport Security, is involved. (28) Marking and lighting of closed airfield pavement areas. (29) Coordination of construction activities during the winter with airport snow removal plan. (30) Phasing of work. (31) Shutdown and/or protection of airport electronic/visual navigational aids. 4 Par 6 5/31/84 AC 150/5370-2C (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 1 are for use in the preparation of plans and specifications when construction activities are to be conducted 'in. loca- tions which may interfere with aircraft operations. They should be adapted to the needs of a particular project and should not be incorporated verbatim into project specifications. 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contributory hazards and conditions. A represen- tative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds.or stockpiles of earth, construction material, temporary structures, and other obstacles in proximity to airport operations areas and approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways and 3 inches (7.62 em) 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. t k. Improper marking or lighting of runways, taxiways, and displaced thresholds. 1. Attractions for birds such as trash, grass seeding, or ponded water on'or near airports. Par 6 5 I AC 150/5370-2C 5/31/84 m. Inadequate or improper methods of marking temporarily closed airport opera- tions areas including improper and unsecured barricades. n. Obliterated markings on active operational areas. NOTE: Safety area encroachments, improper ground vehicle operations, and unmarked or uncovered holes and trenches in the vicinity of aircraft operating sur- faces are the three most recurring threats to safety during construction. 8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for establishing and.using procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting operational safety at the air port. If construction operations require shutdown of a navigational aid from'ser- vice for more than 24 hours or in excess of 4 hours daily on consecutive days, a 45 -day minimum notice is desirable prior to the facility shutdown. Notification of construction, rough pavement, weather -caused effects, bird hazards, and other con- ditons affecting the use of the airport is usually made by NOTAM issued by Flight Service Stations. FAA Air Traffic facilities and Airports district/field offices will assist in the notification process. Airmen or other persons engaged in. aviation activities are encouraged to report safety-related airport conditions to airport management, the FAA or through the use of the National Aeronautics and Space Administration's Aviation Safety Reporting System. 9. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a minimum. Where vehicular traffic on airport operation areas cannotbe avoided, it should be carefully controlled. A basic guiding principle is that the aircraft always has the right-of-way. Some aspects of vehicle control and iden- tification are discussed below. It should be recognized, however, that every air- port presents different vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operations. a. Visibility. Vehicles which routinely operate on airport operations areas should be marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations. Vehicles which are not marked and lighted should be escorted by one that is equipped with temporary marking and lighting devices. (See AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition.) b. Identification. It is usually desirable to be able to identify visually specific vehicles from a distance. It is recommended that radio equipped vehicles which routinely operate on airport operations areas be permanently marked with identifying characters on the sides and roof. (See AC 150/5210-5.) Vehicles needing intermittent identification could be marked with tape or with magnetically attached markers which are commercially available. Whenever possible, vehicles should be purchased with the recommended markings and lighting. c. Noticeability. Construction vehicles/equipment should have automatic signalling devices to sound an alarm when moving in reverse. 6 Par 7 5/31/84 AC 150./5370-2C d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing proce- dures, procuring equipment, and providing training regarding vehicle operations to ensure aircraft safety during construction. This requires coordination with air- port users and air traffic control. Consideration should be given to the use of two-way radio, signal lights, traffic signs, flagmen, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way radio communications between construction contractor vehicles and the air traffic control (ATC) tower must be coordinated with the ATC tower chief. At nontower air- ports, two-way radio control between contractor vehicles and fixed -base operators or other airport users should avoid frequencies used by aircraft. It should be remembered that even with the most sophisticated procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special con- sideration should be given to training intermittent operators, such as construction workers, even if escort service is being provided. 10. INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11.• FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors have specifie'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. F. - - -!� W.4� LEONARD E. MUD Director, Office of Airport Standards F Par 9 7 (and 8) 5/31/84 AC 15015370-2C Appendix 1 APPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION 1. RUNWAY ENDS. Construction equipment normally should not penetrate the 20:1 rapproach surface. d1 . 2. RUNWAY EDGES. Construction activities normally should not be permitted within 200 feet of the runway centerline. However, construction may be permitted within 200 feet of the runway centerline on a case-by-case basis with approval of the air- port operator, -the FAA and the users. 3. TAXIWAYS AND APRONS. Normally, construction activity set -back lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predomi- nant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport.operator, the FAA and the users; NOTAM's are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with wingspan greater than. 165 feet should be dealt with on a case-by-case basis. 4. EXCAVATION AND TRENCHES. r a. Runways. Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are -adequately signed, lighted and marked. In addition, excavation and.open trenches may be permitted within 200.feet of the runway centerline on a case-by-case basis, i.e., cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the users. b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the drop-off is ade- quately signed, lighted and marked. 5. STOCKPILED MATERIAL. Extensive stockpiled materials should not be permitted within the construction activity areas defined in the preceding four sections. 6. MAXIMUM EQUIPMENT HEIGHT. Notice of proposed construction shall be submitted to the appropriate Airports district office for review prior to the placement of construction equipment on airports. The guiding criteria involving FAR Part 139 certificated airports and grant agreement airports is that all construction plans and specifications require direct coordination with the appropriate Airports district, field, or regional office. In addition, airports should file FAA Form 7460-1 when equipment is expected to penetrate any of the surfaces defined above in paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157 requires prior notice to construct, realign, alter, or activate any runway/landing area or associated taxiway for any project which is non -Federally funded. 7. PROXIMITY OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. Construction activity in the vicinity of navigational aids requires special consideration. The effect of the activity and its permissible distance and direction from the aid must be eval- uated in each instance. A coordinated evaluation by the airport operator and the 1 AC 150/5370-2C Appendix 1 5/31/84 FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards, and Airway Facilities Specialists is needed as well as construe- tion engineering and management input. Particular attention needs to be given to stockpiling materials as well as to the movement and parking of equipment which may ' ^ interfere with line -of -sight from the tower or interfere with electronic emissions. (See AC 150/5300-2D, Airport DesignStandards--Site Requirements for Terminal Navigational Facilities, current edition, for critical areas of NAVAIDS.) — 8. CONSTRUCTION VEHICLE TRAFFIC. With respect to vehicular traffic, aircraft safety during construction is likely to be endangered by four principle causes:. increased traffic volume, nonstandard traffic patterns, vehicles without radio com- munication and marking, and operators untrained in the airport's procedures. Because each construction situation differs,. airport management must develop and , coordinate a construction vehicle traffic plan with airport users, air traffic control and the appropriate construction engineers and contractors. This plan, when signed by all participants becomes a part of the contract. The airport opera for is responsible for'coordinating and enforcing the plan. — 9. LIMITATION ON CONSTRUCTION. a. Open -flame welding or torch -cutting operations should be prohibited unless adequate fire and safety -precautions are provided and have been approved :by the airport operator. All vehicles are to be parked and serviced behind the construc- tion restriction line and/or in an area designated by the airport operator. b. Open trenches, excavations, and stockpiled material at the construction site should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. c. Stockpiled material should be constrained in a manner to prevent movement result of aircraft blast or wind. Material should not be stored near aircraft turning areas or movement areas. 10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construc- tion specifications should include a provision requiring the contractor to have a man on call 24 hours per day for emergency maintenance of airport hazard lighting and barricades a. Permanently Closed Runways and Taxiways. For runways and taxiways which have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation marking, and touchdown zone markings should be obliterated, and crosses should be placed at each end at 1,000 -foot (300 m) intervals. With taxiways, a cross is placed at each entrance of the closed taxiway. b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are treated in the same manner as in paragraph 10a except runway markings are not obli- terated. Rather, crosses are usually of the temporary type (constructed of 2 i 5131/84 AC 1501.5370-2C Appendix 1 r material such as fabric or plywood), and they are required only at runway ends. The crosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses may be reduced to permit use of standard ' sheets of 4 -by -8 -foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph 10d. c. Closed Airports. When all runways are closed temporarily, the runways are l marked as in paragraph 10b, and the airport beacon is turned off. When all runways ( are closed permanently, the runways are marked as in paragraph 10a, the airport beacon is disconnected, and a cross is placed in the segmented circle or at central r" location if no segmented circle exists. r i 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 can be issued. f. Stabilized Areas. Holding bays, aprons,.and taxiways are sometimes pro- vided with shoulder stabilization to prevent blast and water erosion. This stabi- lization may have the appearance of a full strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define this area, but con- ditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3 -foot (1.0 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. 3 (and 4) r Safety Specification Guide 2. Gzr�:z ca fe*ti► nem; ,.� . ai*�orz nurwa ,s "+�nrs During pax..orrajce of this } taxis ays, and aix•craft c�:n=`ac tie ai. tt to the rox:�.za ea-`ent ��� aprors shall =n - �nt'�c"-or's work Will be P°5-Bible. dirc:att tsa of i� �f crnt_ractcr's strolled to mss. ne= z' the opezat_on. Tie contractor �nuu.2e d?stu-�� � sub=nt acto s shall not allow his/he, t'ze or tr ain it e' �^plie_-s, or amr pa:':�on aver fie- e^mlo ees, f part of the ai �• atm re/she has cnt.2 to e„�„�- air �ez'ations. S„h,�. , �°r` '-hyo would be haiard�s Officer, e_ aircraft unions �'ui. Pe-z=%s or to plant 9- --, to etc.) ray on3er t`te "e, the (�z. c-.L --c•''1, si cnt. �t-..cr .to eoe__at:cr►,s until aizr_aft i Wit, a.•4 saate�-ials to a safe Io�czc�t �v2 r use s c....Pleted. stand *•v [ . 2...o Zone will re:-.:i: a elc rgOF? . C•.rv:.r.:.:..ion a=ivity with 7 Fart o. all of t`Ie affee:.od . .... an C�:3cle ; : ez .......ay. See r 3 • �rxcZ C_ � n�.-�c�► to a • ��.5 to Provide an t.ttcc;,,, ,,� F�Zt -my land:.'�3 threW''7olds s.,.,ll be loci e'siF�nt and rate. i_1 as -166 acp. oe`t surface vit.►�, an aFprcae� on Figure -2,zstio ever tai 4. safety area will_rers�-e closing Ceszs-.,,ion activity within, a Corsttvcicn activity re cin � P� or all of the affected �"aY Permissible uben t!%e is Opp, safety areas/obstacle ' free?arm tauisay' is open to ai ft traffic if: ' r" a: Adequate' wi�•iF,/e"�-tinge clearar=e exists bet.; t*�e eminent/traterial, een ai, ft and j b• ]�)Ccavaticns, t,-�►�eS, or other c=-4iticns I 2i1 • are gns7iQ2o�ly C. Notices to Airarer ax-4 res are in = a� •Zcnt adjacn-nt to Ta'd'. y _." ��� the acivity, Us ay Safety area d.i.�ersi orfs are .• S. share on Figurtis 4 and S. rtshoId ?"--jr. l_i rl Lici•,r;.... a. • � �Y t.'s•�hold a-rki g r1arkLM it :urni_•c� rfrt:.e 25 Trot re,,uucd3. (airport arm, contmT' hold b. c •...r, �or..ry `;, ..►. ld C 1••'�4 '-+i 11 �c r.;.-� :=-cam and r.3 z net ... inuuxr� by t':c (airpar;. c,.•rk:r� .��Ltitd i • 6/06/S9 c. Tencraxy visual aids (1:SI, PAPI, REIL, etc.) are required). ...e visual aid(s) will be furnished and rainrai cti.'nn«i the not — er, FAA, contractor, etc.) by (irpc- z 6. C!c ed R.:."aav-- a. Closed rt:rrway rarying is (required, rar'UN shall I?e (as Shown on the plans, ���; ) • Closed rum -ay — b• Hazax!d r -L -"long and 1ighti-q shall be as rewired by the .-- - engin`'ex, 'tea), and shall be as to 06; mhwmpum shown on the planes 7. Vohit'e '''z^.tifcca•-�on and Fa, -}-2 a. Contract -or lic Lr vehicles and equip.^�ent stu11 be ide,^,tified by (describe — rar • c,�•. in4) b. �lcyee parking shall tie ( as desi "ince_r, , ) . grated by the e' on Si �' Amoss and Haul Aa�cis: Access to the jcb site shall be via (sPecific route, as shown on the plans, 9. Radio CC=.mmications• Radio '• cxnt.rsctor•s representative -and cvnamuiications are (required beCween the- tractor's the Control Tower) , S o�snuniczt' cn rcquirements in as ruck detail as possible.) (Fecify m 6106189 S:f S:30.5A C r II t. 11 -upaoArit OF: I-;XlR-'TPW%-SITIONAL SURFACE OFZ RUNW-ky OFC A b- C2C to en d.:sPlace Lie lard * •�q-•,-�,olci A r ~ �v ` `�—a raY resz�2 t :n a stir:ace r:.a.; i :.� F:S. .', displace tri.... _1} . If an,�e..�tes tom. •�: read �.,,p� • uP L'se t, 1 ca ec` a i:Ct Ft' :L2toj +ic�r� d tJ a point .tam t.~8 sL:.",ace (2) _ t.!'� r c�; era rY+ _ cast-v�_c.s a air r3vi t .,�,t�_eZs still r3v be _ PSL -,es. r 3� L `_c.� ar�/Or ray affect st�nc3. r ins-•. a.-�d L':e Flic p� wit:1 the aiz� -_ace and T°t ...�5 ...►W=y, ASW -220, a -S Mce�ss�•,,,. . 'r"""��a►7Gr • T � ! F=r ray e C �L D - _ 0:1 72.' hcj d i=3 t i en n �L'•f3C� D dons R:a ll Aires: a Large Aizt-aft I ° B 200 J ? 2.° 400 1 C I X00 ' 1G00 :250 1500 I F'1• r��r �Y "�:rCrti=:d ZL• lav and a deco icn is ca 2 t� kee `,—,. •-�� i� �� :;nee act i v i N r-..tst he cri a l- r of the n=. -ay r.ast be cI ? Fa- of t.e n:.z..ay op t r air�ft, =' - -ndcd: ha., ev � as S*'un in Fig. 3. The disr�sic.. sha.1 are �', a e, er e! esz3 a~e3 ran shorn may be _. d�'''d�-n4 °n as-`�=3r �, level of ac w heicht, and a salle_� cicse`t area l 'tY. Filet tees-.niq_.e, asx! a .=. It T�.ese ... ticns are y Possi:le Under sax: ci- cbjec•.s ray �..e based . t hei -.ts of about 15 feet: h: �- nt:cn. ZM :.00' GR 1000'-- Fcuicrri.,•• i i • Use the following distsr�=es f: -ca the :Lst:v�ion/tr3i,r�tc� ac`ivit� the relocated co t.�� eshold: f to Small 7;e ail"- ft ori-�st�t (12, 500 •lbs, cr less) ('.ore than 500 } f.. 12, 500 lbs. 1000 ft. Fiq. 3 Reloc.3ted T`•1-`r=hold For Fruipment on the RaT..a Y AC 150/5370- q 5/29/69 -` Appendix 3 Page 1 APPENDIX 3. SUGGESTED SPECIAL PROVISION FOR PROTECTZON OF CABLES, CONTROLS, NAVAIDS AND WEATHER BUREAU FACILITIES The. contractor is hereby informed that there are installed on the airport FAA NAVAIDS; including, without limitation, ASR, UHF and VEF Receivers and Transmitters; U.S. Weather Bureau facilitiesi electric cables and controls relating to such NAVAIDS and facilities,and other electric power cables serving other facilities. Such NAVAIDS, Weather Bureau and other facilities, and electric cables must be fully protected during the entire construction time. Work under this contract can be accomplished in the vicinity of these facilities and cables only at approved periods of time. Approval is subject to withdrawal at any time because of changes in the weather, emergency conditions on the existing airfield areas, anticipation of emergency conditions, and for any other reason determined by the engineers acting under the orders and instructions of the airport management and/or the designated FAA representative. Any instructions to this contractor to clear any given area, at any time, by the engineers, the airport management or the FAA control tower (by radio or other means) shall be immediately executed. Construction work will be. commenced in the cleared area only when additional instructions are issued by the proper authorities. Power and control cables leading to and from any FAA NAVAIDS, Weather Bureau and other facilities, will be marked in the field by the engineers for the information of the contractor, before any work in their general vicinity is started. Thereafter, through the entire time of this construc- tion they shall be protected from any possible damage, including crossing with unauthorized equipment, etc. These special provisions intend to make perfectly clear the need for protection of FAA NAVAIDS, Weather Bureau and other facilities, and cables by this contractor at all times. The contractor shall immediately repair, With identical material by skilled workmen, any underground cables serving FAA NAVAIDS, Weather Bureau and other airport facilities, which are damaged by his workmen, equipment,or work. Prior approval of the FAA must be obtained for the materials, workmen, time of day or night, method of repairs, and for any temporary or permanent repairs the contractor proposes to make to any FAA NAVAIDS and facilities damaged by the contractor. Prior approval of the engineer or of the representative designated by the airport management must be obtained for the materials, workmen, time of day or night, and for the method of repairs for any temporary or permanent repairs the contractor proposes to make to any other airport facilities and cables damaged by this contractor. Appendix 3 AC 150/5370-4 Page 2 5/29/69 It is recognized. that the ( Sponsor ) will incur costs for employees' salaries, engineering fees, and otherwise in connection with the damage and inspection and repair of any such damage, caused by the contractor; and consequently that the (—Sponsor ) may incur loss of income by reason of the diversion of aircraft traffic from the airport resulting, from interruption of the use of airport facilities; and that such expenses and loss of income are not measurable now and may not "be — reasonably ascertainable at the time of any incident. caused by this contractor. The.( Sponsor_) and the contractor hereby agree to the assessment of liquidated damages in lieu of such expenses of other damages incurred by the ( Sponsor ). In addition to the obligation of this contractor to immediately repair any cables or facilities damaged by the contractor within three feet of the location on the ground defined by the Engineer, as set forth above, the sum of $ 2.000.00 shall be deducted from any money due the contractor, or if no money is due the contractor, the ( Sponsor }shall have the right to recover said sum or sums from the contractor, from the surety, or -from both. The amount of these deductions are to cover liquidated damages to_the sponsor incurred by additional and other expenses and damages arising from the incident or incidents caused by the contractor, and such deductions are not considered penalties. * Insert $500.00 for smaller airports, $1,000.00 for medium hub airports, and $2,000.00 for large hub airports. _ . u. s. covs:u+wnrr.rna,rwc.orricc: i"o uymwna 0 E ) Nk i r E C E I VE DA Igo. 150/5370-7 1971 DATE: 26 Apr 71 V.nGi CC'MADVIS-OR. 7O ���t V.i,C1iC►�t 7. F Z LEO J?14 Is ot. Al DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION SUBJECT: AIRPORT CONSTRUCTION CONTROLS TO PREVENT AIR AND WATER POLLUTION 1. -PURPOSE. This adviscry.circular supplies guidance material on compliar with air and water standards during construction of airports developed under the Airport and Airway Development Act of 1970. This guidance is intended for the use of airport sponsors, sponsor's representatives, local governing bodies and their consultants,and Federal Aviation Administration Airports Service personnel. It will also be incorporat in a change to Advisory Circular 150/5370 -IA, Standard Specifications for Construction of Airports, supplementing the *material therein. 2. REFERENCES. Obtain additional copies. of this circular from the Department of Transportation, Distribution Unit, TAD -484.3', Washington, D.C. 20590. The following publications may be obtained from the Superintendant of Documents, V.S. Government Printing Office, Washington, D.C. 20402, et the prices noted. Checks or money orders should be made payable to the Superintendant of Documents. No c.o.d. orders are accepted. a. Advisory Circular 150/5370-1A, Standard Specifications for j° Construction of Airports. Price $3.50. b. Advisory Circular 150/5320-5B, Airport Drainage. Price $1.00. 3. BACKGROUND. a. Section 16(c)(4) of the Airport and Airway Development Act of 1970 states it to be . . "national policy that airport development projects shall provide for the. protection and enhancement of the natural resources and the quality of Page 2 ' Par 3 AC 150/5370- 7 26 Apr 71 environment of the Nation." Also, in implementing this policy, the Secretary of the Department of Transportation (DOT) shall consult with the 'Environmental Protection Agency, (EPA) (as per Presidential Reorganization Plan No. 3 of 1970: Federal Register, Vol. 35, #'194, 10/6/70)", with regard to the effect that any project involving airport location, a major runway extension, or _ runway location may have on natural resources including.but not Simited to, fish and wildlife, natural, scenic, and recreational assets, water and air quality, and other factors affecting the environment. b. Section 16(e)(2) states: The Secretary of the DOT shall condition approval of any such 'project application on compliance during construction and operation with applicable air and water quality standards. (1) All states now have federally•approved water qualitystandards which are based on national standards set by the Federal Water Quality Administration of EPA. ' (2) The National Air Pollution Control Administration (EPA) is presently developing nationwide air quality standards. After adoption of national standards by EPA, the individual states will have nine months to develop their own. Until such time as all states have federally -approved air quality standards, FAA's district/regional offices maybe contacted to determine applicable procedures to be followed during the interim. c`. The foregoing backgroundindicatesclearly that all construction — accomplished under the Airport Development Aid Program (ADAP) should be done in a manner which will protect, enhance, and retrieve a favorable environment. The following considerations of design and construction are aimed at developing a realistic meaningful r means to achieve that concern for the environment. i 4. OPEN*BURNING OF COMBUSTIBLE WASTES. Where State or local stipulations are insufficient to minimize air pollution or danger from open burning some or all of the following conditions should be made a part of con- struction contracts under ADAP: f._., a. No tires, oils, asphalt, paint, or coated metals are permitted in combustible waste piles.' ' b. Burning will•not be permitted within 1,000 feet of a residential or built-up area nor within 100 feet of any standing timber or flammable growth. C. Burning shall 'not be permitted unless the prevailing wind is away -� from a,;nearby town or built-up area. �''•. — Page 2 ' Par 3 r C r 26 Apr 71 AC 150/537( d. Burning shall not be permitted during a local air inversion or ocher climatic condition as would result in a pall of smoke over a nearby town or built-up area. . e. Burning shall not be permitted when the danger of brush or fores fires is made known by State,, local, or Federal officials. f. The size and. number of fires shall be restricted to avoid the danger of brush or forest fires. Burning shall be done under surveillance of a watchman, who shall have fire -fighting equip- ment and tools readily available. 5. ALTERNATIVES TO OPEN BURNING. a. Sound trees, stumps, and brush may be cut off within six inches above the ground and allowed to remain in areas outside of areas to be paved providing the depth of embankment will exceed three and one-half feet. Tap roots and other projections over. one and one-half inches in diameter shall be grubbed -out to a depth least of at 18 inches below the finished.subgrade or slope elevation. Spoil materials removed by clearing and grubbing may be buried outside of airport construction graded areas, paved or to be paved areas, existing or future runway sites, and taxiway safety or apron areas. b. Wood may be salvaged for firewood or commercial use, or it may be chipped and disposed of for use as mulch. c. Logs, brush, etc., may be removed to an authorized disposal area or disposed of to the general public without charge. '6. AIR POLLUTION CONTROLS. "• a. Common construction operations which may cause excessive dust include: (1) Quarry drilling and rock crushing. (2) Clearing, grubbing, and stripping. (3) Excavation and placement of embankment. (4) Cement and aggregate handling. (5) Cement or lime stabilization. (6) Blasting. AC 150/5370-7 26 Apr 71 (7) Use of haul roads. (8) Sandblasting or grinding. b. Other construction items which may cause air pollution are: (1) Volatiles escaping from asphalt and cutback materials.. (2) Use of herbicides.or fertilizers. (3). Smoke ,from asphalt.plants or from heater/planers. c. Control of dust and other air pollutants should be made the responsibility of the contractor and may include: (1) Drilling apparatus equipped with water or chemical dust controlling systems, (2) exposing the minimum area of land, (3) applying temporary mulch with or without seeding, (4) use of water sprinkler trucks, (5) use of covered.haul trucks, (6) use of stabilizing agents in solution, (7) use of dust palliatives and penetration asphalt on temporary roads, • (8) use of wood chips in traffic and work areas, (9) use of vacuum -equipped sandblasting systems, (10) use of plastic sheet coverings. (11) Restricting the application rate of herbicides to recommended dosage. Materials should be covered and protected from the elements. Application equipment and empty containers shall not be rinsed and discharged so as to pollute a stream, etc., or the ground water. (12) Bituminous mixing plants shall be equipped with a dust collector, to waste or return uniformly to the hot elevator all or any part of the material collected, as stated in specifications. P-201 and P-401 in Advisory Circular 150/5370-1A. Page 4• Par 6 1 �— r 26 Apr 71 AC 150/537( (13) Delay of operations until climate or wind conditions dissipate or inhibit the potential pollutants (see paragraphs 6a and 6b) in a manner satisfactory to the engineer. 7. PMANENT AND TEMPORARY WATER POLLUTION CONTROL SOIL EROSION). 8. In the design and construction of an airport consider permanent means for control or prevention of soil erosion not only to preserve and protect slopes, pavement, and other facilities but also to reduce potential sources of water pollution. Such means include, but are not limited to, selection of appropriate gradients for backslopes and channels and provision of berms, drainage features, soil stabilization, pavement, and turf to control or prevent erosion from wind or water. b. Construction shall include temporary pollution control measures t ensure that soil erosion which might cause water pollution is keg to a minimum. Such measures should be shown on the plans or ordered by the engineer and may consist of construction of berms, dikes, dams, drains and sediment basins, or use of fiber mats, woven plastic filter cloths, gravel, mulches, quick growing grasses, sod, bituminous spray, and other erosion control devices or methods. Drains, channels, and filter cloths are described in Advisory Circular 150/5320-5B. (1) At the preconstruction conference, or prior to the start of the applicable construction, the contractor should be require to submit, for acceptance, his schedules for accomplishaent of temporary erosion and pollution control work. He should also submit, for acceptance, his proposed method of erosion control on haul roads and borrow pits and his plan for disposal of waste materials or erosion control details for other potential sources of pollution. To the extent that such work is predictable, the specifications should identify erosion and pollution control items so that the contractor may consider them in the bid. Par 6 (2) The contractor should be required to complete all permanent erosion control features at the earliest practicable time. Temporary pollution control measures should be used to correct unforeseen conditions that occur during construction or those that are needed prior to completion of permanent measures. AC 150/5370-7 Page 6 26 Apr 71 (3) The engineer should limit the surface area of erodible earth material exposed by clearing and grubbing, excavation, or borrow and fill operations; and, require immediate installation of -permanent or temporary pollution control measures to prevent contamination of adjacent streams or other watercourses, lakes, or ponds. The engineer's authority to order such work would be used for situations not foreseen by the plans and specifications. Under many conditions, the amount of surface area of erodible earth. at one time should not exceed 750,000 square feet; however, the engineer may decide to specify other area dimensions to • meet local and project conditions. To the extent possible, these limitations should be made a part of the plans and Specifications. (4) If the permanent or temporary pollution control measures ordered by the engineer fall within the specifications for a work item that has a unit contract price, the work should be accomplished under a change order or supplemental agreement subject to the limitations as defined in the contract's general provisions. If the work is such that no quantities or prices were given in the contract, the work should be covered by a supplemental agreement submitted by the contractor and approved by the owner. Should the parties be unable to agree on unit prices or if this method is impractical, the engineer may instruct the contractor to proceed with the work by day labor or force account as defined in the general provisions. (5) In the event that temporary erosion and pollution control measures are required"due•to•the:contractor's negligence, carelessness, or failure to install permanent controls in a timely manner, then contract provisions should call for such work to be performed by the contractor at his own expense. (6) In case of repeated failures on the part of the contractor ' to control erosion/pollution, right should be reserved to the • engineer to employ outside assistance to provide the necessary corrective measures. Such incurred costs, plus related engineering costs, should be charged to the contractor and appropriate deductions made from the contractor's progress payments. (7) The erosion control features installed by the contractor should be acceptably maintained by the contractor during the time that construction work is being done. Par 7 r L 26 Apr 71 AC 150/5370- a. OTHER WATER POLLUTION CONTROLS. a. The contractor should not be permitted frequent fording of live streams with construction equipment; therefore, temporary bridges or other structures should be used wherever such crossings adversely affect sediment levels and an appreciable number of stri crossings are necessary. b. All waterways should promptly be cleared by the contractor of falsework, piling, debris, or other obstructions placed during construction work and not a part of the finished work. c. Water from aggregate washing or other operations containing sediment should be treated by filtration, a settling basin or other means sufficient to reduce the sediment content to not more than that of the stream, etc., into which it is discharged. d. Pollutants such as fuels, lubricants, bitumens, raw sewage, and other harmful materials should not be discharged into or'near rivers, streams, and impoundments or into natural or manmade channels leading thereto. Wash water or waste from concrete mixing or curing operations should not be allowed to enter live streams, etc. 9. CONFLICT WITH OTHER CONTROLS. a. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, State, or local agencies, the more restrictive laws, rules, or regulations should apply. The sponsors' engineers should be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. b. Some states, municipalities, and pollution, control authorities have very specific regulations for air and water pollution controls For information, note that these may include requirements for: (1) Use of smoke density charts; (2) measurement of weight and density (micrograms per cubic meter of air) of suspended particulate; (3)- differentiation between allowable particulate limits by land uses, such as residential, commercial, or industrial; (4) permissible weights of emission in pounds/hour versus pounds/hour of material processed; AC 150/5370-7 26 Apr 71 (5) open burning; (6) dust collection systems for asphalt plants; (7) erosion control measures. 10. APPLICATION. a. The recommended controls mentioned in paragraphs 4 through 8 should be considered in the preparation of the plans and specifications. The engineer's report, accompanying the plans and specifications, should cover erosion and air and water p elements. ollution prevention b. Permanent control measures should be included in the construction contracts as bid items or should be included as incidental bid items. to other C. Similarly, temporary measures should•be included as bid items or incidental parts hereof. d. The engineer may order the accomplishment of unanticipated control measures by change order, supplemental agreement, day labor, or force account. e. Permanent and temporary control measures should be maintained by the contractor during the life of the contract. Thereafter, the airport owner should accept responsibility for maintenance of permanent measures. I1.• HOW TO OBTAIN ADDITIONAL COPIES OF THIS 'PUBLICATION. Obtain additional copies of this circular, AC 150/5370-7, Airport Construction Controls to Prevent Air and Water Pollution, dated 26 April 1971, from the Department of Transportation, Distribution Unit, TAD 484.3, Washington, D.C. 20590. CHESTER G. BOWERS Director, Airports Service Page 8 Ct0 910.2-66 Par 9 CURRENT WAGE DETERMINATIONS I �^ General Decision Numhsr TX91O028 Superseded General Decision Nb. rXg*00028 states IrExks Construction tru tion Types . Hiy!4WiK Y . 6 , County(iss): E ECTIOR MIDUND UNDALz LUBBOOR POWER-TAYLOR TOM GREEN , HEAVY (excluding tunnels 9 dams) Anel HIGHWAY PAWECTS (doe's IIVJL include building structures in rest area projects). �., Modification Number Publication ?ate t 12j13/1991 ♦X910028 �. 0 COUNTY (iea ) ECTOR MIDLAND LUBBOCK POTTER RANDALL TOM GREEN _ TAYLOR Craft Group Names '- Craft/state Text Block: SUTX2037A 1 Ii/13/1991 Basic. Fringe Hourly Benefits _ ,Bate ASPHALT iiEATn OPERATOR $104,57 ASPHALT RAKER 7.267 ASPHALT SHOVELER 6.400 BATCHING PLANT WEIGHER 9.799 CARPENTER • 8.153 -' CARPENTER HELPER 6.881 CONCRETE.FINISHER-PAVING 7.496 _ CONCRETE FINISHER HELPER PAVINd 6.5500 CONCRETE'FIXISHER STRUCTURES 8.146 CONCRETE FINTSHER HELPER S'T'RUCTURES 6.987 — ELECTRICIAN 10.000 ELECTRICIAN HEMIJUi 9.500 FLAGGER 5.500 FORM SUILOER-STRUCTURES 8.021 FORM BUILDER HELPER STRUCTURES 7.000 _ FORM SETTER -- PAVING 6 CURB 8.300 FORM SETTER HPILPFIR-PAVT11n A C:TRR 6.307 — ` FORM SETTER -STRUCTURES 7.029 FORM SETTER HELPER STRUCTURES 6.479 LABORER -COMMON 6.018 LABORER UTILITY L IU MECHANIC 10.282 MECHANIC HELPER 8.000 OILER 8.232 SERVICER 7.823 PIPE LAYER 7:400 PIPE LAYER HELPER 6.250 ASPHALT DISTRIBUTOR OPERATOR 7.972 ASPHALT PAVING MACHINE 8.187 BROOM OR SWEEPER OPERATOR 6*411 BULLDOZER 7.963 CONCRETE PAVING CURSING MACHINE • 9.x00 CONCRETE PAVING FINISHING -MACHINE 8.075 CONCRETE PAVING JOINT SEALER •7.750 CONCRETE PAVING SAW 10.063 CONCRETE PAVING SPREADER 9•.1.00 RFTNrnRCTNR, STEEL 14ACIJINE 6.500 SL'IPFORM•MACHZME OPERATOR 9.000 CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL ' LESS THAN 1 1/2 C.Y. 8,574 CRANE, CL10SHELL, SAGKHOE DERRICK, DRACLYNE, SHOVEL 1-1/2 C.Y. • & OVER 10.043 CRUSHER OR'SCREENING PLANT OPERATOR 7.500 FOUNDATION DRILL OPERATOR ' CRAWLER MOUNTED 9.000 TX910028 a FOUNDATION DRILL OPERATOR ' TRUCK MOUNTED 10.7.50 FOUNDATION DRILL OPERATOR HELPER A 7.050 FRONT END LOADER'- 2 1/2 C.Y. & LESS 7.458 FRONT END LOADER - OVER 2 1/2 C.Y. 7.669 HOIST - DOUBLE DRUM 8.100 �- MOTOR GRADER OPERATOR FINE GRADE 10.343 - MOTOR GRADER 9.835 PAVEMENT MARKING MACHINE 5.150 PLANER OPERATOR 10.456 ROLLER, STEEL WHEEL PLLUT MIX PAVEMENTS 6.828 ROLLER, STEEL WHEEL OTHt;t j FLATWHEEL OR TAMPING 6.474 ROLLER, IWE=TTC SELF-PROPELLED 6.455 - SCRAPER -1 C.Y. & LESS 7.546 SCRAPER -OVER 17 C.Y. 7.655 SIDE BOOM 6.350 - TRACTOR -CRAWLER TYPE 150 9? AND LESS 7.290 TRACTOR -CRAWLER TYPE OVER ISO HP 10.750 TRACTOR - PNEUMATIC 7.422 REINFORCING STEEL SETTER PAVING 7.926 REINFORCING•STEEL SETTER STRUCTURES 9.086 REINFORCING STEEL SETTER HELPER 7.772 - TX910028 .. 4 .^ TX910028 - 5 s . 1 STEEL WORKER STRIjCTML 9.000 . STEEL WORKER HELPER STRt7CTML 64,250 SPREADER BOX OPMTOR 7.332 amMCADE SERVICER WORK "ONE 6.500 TRUCK DRIVER-BZNGLE A= LIGHT 5.592 TRUCK DRIVER -SINGLE AXLL HEAVY 6.791 TRUCK DRIVER -TANDEM AXLE SEMI TRAILER 7.130 TRUCK DRIVER-LOWBOY/TWAT 8.868 TRUCK DRIVER -TRANSIT MIX 6.891 WELDER WELDER HELPER 8.290 unlisted classifications needed for work ,riot-irnallided within the scope of the classifications listed may be added niter award only as provided in the labor atandards contract Clauses (29 CFR END of GEMAL DECZRION , TX910028 - 5 No Text Modifications to SECTION 1 ITEM P-152 EXCAVATION AND EMBANKMENT Item P-152 Excavation and Embankment of the project specifications shall be modified as follows: 1. Paragraph 152-1.2 CLASSIFICATION. All material excavated as part of this project shall be classified as Unclassified Excavation. Delete subparagraphs "b", ""c"", ""d"", and ""e"". J 2. Paragraph 152-2.1 GENERAL. Delete the first paragraph. r- Clearing and grubbing are not required. i 3. Paragraph 152-2.2 EXCAVATION. Delete subparagraphs "a"", "b", and "c". 4. Paragraph 152-2.2 EXCAVATION. Delete all references to blasting. Blasting will not be permitted in the construction of this project. 5. Paragraph 152-2.5 PREPARATION OF EMBANKMENT AREA. Delete the second subparagraph. 6. Paragraph 152-2.6 FORMATION OF EMBANKMENTS. In the fourth subparagraph, delete the sixth sentence and insert the following: "Samples of each type of material to be used in embankment will be taken to prepare a moisture -density relationship. A field density test will be taken for each 1,000 square yards of material placed per layer." 7. Paragraph 152-2.10 TOPSOIL. Delete the first two sentences in the first subparagraph and insert the following: "When topsoil is specified or required as shown on the plans, it shall be salvaged from stripping or other grading operations. Topsoil shall be the. surf ace layer of soil with no admixture of refuse or any material toxic to plants, and it shall be reasonable free from subsoil, roots, brush, stones more than 2 inches in diameter, clay lumps or similar objects." 8. Paragraph 152-2.10 TOPSOIL. In the first sentence of the second subparagraph, delete the phrase "or as required in Item T-90511, and add the following: 1-a "Immediately prior to dumping and spreading the topsoil, the surface shall be loosened by discs or spike -tooth harrows, to a minimum depth of 2 inches. The surface to be topsoiled shall be cleared of all litter, stones or,other detrimental material. Topsoil shall be spread to a uniform depth of 4 inches. After spreading is complete, the topsoil shall be lightly compacted with a cultipacker or other means approved by the Engineer. Where grades have been established, �- they shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded without low or high places." 9. Paragraph 152-2.10 TOPSOIL. Delete the last two subparagraphs and insert the following: ` "No direct payment will be made for topsoil as such under Item P-152. The cost for topsoil shall be included in the cost for 'Excavation and Grading in Unpaved Areas'. All topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation." 10. METHOD OF MEASUREMENT AND BASIS OF PAYMENT. Delete these sections and insert the following: " METHOD OF MEASUREMENT All materials, within the limits of the work as shown on the plans or as directed by the Engineer, shall be removed and disposed of in accordance with the provisions of this Section. The excavation, grading and topsoiling will be measured and paid for on a square yardage basis. The number of square yards of excavation and grading for the base course to be paid for shall be equal to the number of square yards of base course and shall include all subgrade densification. The number of square yards of excavation, grading and topsoiling to be paid for in the various unpaved areas shall be equal to the number of square yards of unpaved areas within the limits of grading, including embankment and topsoiling complete, as specified. 1-b M r� BASIS OF PAYMENT 4 1 Payment for this item of work will be made at the contract unit price per square yard for "Excavation and Grading for Base Course," at the contract unit price per square yard for P "Excavation and Grading in Unpaved Areas," which unit prices shall be complete compensation for furnishing all labor, 7 materials, equipment and other costs, necessary for performing the work: in accordance with the provisions of this r• Section. No additional compensation shall be allowed nor deductions made, due to variations in the volume of excavation and grading caused r, by field changes in the grades as shown on the plans, and no additional compensation will be made or allowed for disposing of waste materials." r- t 4 1 r i SECTION I ITEM P-152 EXCAVATION AND EMBANRMEWX DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct runway safety areas, runways, taxiways, aprons, and intermediate as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical section shown on the plans. 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature, which is not otherwise classified and paid for under the following items. b. Rack Excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in unstratified masses, and conglomerate deposits which are so firmly cemented they cannot be removed without blasting or using rippers. All boulders containing a volume of more than 1/2 cubic yard (0.4 cubic meter) will be classified as "rock excavation." on Muck Excavation. Muck excavation shall consist of the removal and disposal of deposits of mixtures of soils and organic matter not suitable for foundation material. Muck shall include materials which will decay or produce subsidence in the embankment. It lhay be made up of decaying stumps, roots, logs, humus, or other material not satisfactory for incorporation in the embankment. d. Drainage Excavation. Drainage excavation shall consist of all excavation made for the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or outlet; temporary levee construction; or any other type as shown on the plans. e. Borrow Excavation. Borrow excavation shall consist of approved material required for the construction of embankment or for other portions of the work in excess of the quantity of usable material available from required excavations. Borrow material shall be obtained from areas within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport. 1-1 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. CONSTRUCTION METHODS 152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall — be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered ,and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches (100 mm), in order to loosen and pulverize the soil. If it is necessary to interrupt existing surfade drainage, sewers or under -drainage, conduits, utilities, or similar underground structures the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor — shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such — facilities or structures which may result from any of the Contractor's operations during the period of the contract. 152-2.2 EXCAVATION. No excavation shall be started until the work "^ has been staked out by the Contractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of embankment, -- subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. owq r i r i r When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the. fill to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained. at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. a. Selective Grading. When selective grading is indicated on the plans, the more suitable material as designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall'be stockpiled in approved areas so that it can be measured for payment for rehandling as specified in paragraph 3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for runway safety areas, subgrades, roads, shoulders, or any areas intended for turfing shall be excavated to a minimum depth of 12 inches (300 mm), or to I the depth specified by the Engineer, below the subgrade. Muck, I peak, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed of at locations shown on the plans. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for [ ]. The excavated area shall be refilled with suitable material, obtained from the grading operations or borrow areas and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with j selected material, any pockets created in the rock surface shall be EE drained in accordance with the details shown on the plans. c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the displacement of 'such material was unavoidable and his/her decision shall be final. All overbreak shall be graded or removed by the Contractor and disposed of as directed; however, payment will not be made for the removal and disposal of overbreak which the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation.'' d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, e.g., the utility unless otherwise shown on the plans. All existing foundations shall be excavated for at least 2 feet (6 cm) below the 1-3 r top of subgrade or as indicated on the plans, and the material -- disposed of as directed. All foundations thus excavated shall be backfilled with suitable material and compacted as specified herein. e. Compaction,Requirements. The subgrade under areas to be paved shall be compacted to a depth of 6 inches and to a density of — not less than 95 percent for cohesive soils or 100 percent for noncohesive soils of the maximum density as determined by ASTM D 1557. The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted — in top 6 inches (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving.operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be bared loose or otherwise removed to line of finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or. as directed by the Engineer. Blasting will be permitted only when proper precautionsaretaken for the safety of all persons, the work, and the property. All damage done to the work or property shall be repaired at the -- Contractor's expense. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall conform to all state and local regulations and explosive manufacturers' instructions, with applicable approved permits reviewed by the Engineer. Any approval given, however, will not relieve the Contractor of his/her responsibility in blasting _ operations. Where blasting is approved, the Contractor shall employ a vibration consultant, approved by the Engineer, to advise on explosive charge — weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity, and in addition shall be capable of internal dynamic calibration. In each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan of the initial blasts to the Engineer for approval. This plan must consist of hole size, depth, spacing, burden, type of explosives, type of delay sequence, maximum amount of explosive on any one delay period, depth of rock, and depth of overburden if any. The maximum explosive charge 1-4 1 weights per delay included in the plan shall not be increased without the approval of the engineering. The Contractor shall keep a record of each blast fired --its date, time and location; the amount of explosives used, maximum explosive charge weight per delay period, and, where necessary, seismograph records identified by instrument number and location. These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. `u i52-2.3 BORROW EXCAVATION. Borrow area(s) within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal (� and vertical limits as staked or as.directed. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least 15 days prior to beginning the excavation, so necessary measurements and tests can be made. All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall. be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. 152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet, for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in the proper sequence with the other construction. All satisfactory material shall be placed in fills; unsuitable material shall be placed in waste areas or as directed. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary work shall be performed to secure a finish true to line, elevation, and cross section. The Contractor shall maintain ditches constructed on the project to the required cross section and shall keep them free of debris or obstructions until the project is accepted. 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (120 m) or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm). This area shall then be compacted as indicated in paragraph 2.6. When the height of fill is greater than 4 feet (120 m), sod not required to be removed shall be thoroughly disked 1-5 and recompacted to the density of the surrounding ground before construction of embankment: Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal benches shall be constructed as shown on the plans. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross section, unless otherwise approved to the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure a shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be _ incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layer shall be within +/-2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved. equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1000 cubic yards. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content in order to achieve the correct embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM D 1557. Under all areas to be paved, the embankments shall be compacted to a depth of 6 inches and to a 1-6 1 density of not less than 95 percent of the maximum density as u, determined by ASTM D 1557. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM,D 2167. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken. up into small particles and become incorporated with the other material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as.placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same, time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing,pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade. Density requirements will not apply to portions of embankments constructed of materials which cannot be tested in accordance with specified methods. 1-7 7, Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs, incidental to placing in layers, compacting, disking,; watering, mixing, sloping, and other necessary operations for construction of embankments will be included in the contract price for excavation, borrow, or other items. 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed the full width shall be conditioned by removing any soft or other unstable material which will not compact -,properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, or surface course shall be, placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 HAUL. All .hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by -the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. 152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16 -foot (4.8 m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 -inch (12 mm), or shall not be more than 0.05 -foot (.015 m) from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On runway safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 foot (0.03 m) from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 1-8 r 152-2.10 TOPSOIL. When t6p66il is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 200 feet of runway pavement or 65 feet of taxiway pavement and shall not be placed on areas which subsequently will require any excavation or embankment. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. i Upon completion of grading operations, stockpiled topsoil shall be l handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil as such under Item P-152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassified Excavation.'' When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price.per cubic yard (cubic meter) for " Topsoiling, '' as provided in Item T-905. METHOD OF MEASUREMENT 152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards (cubic meters) measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal -slope lines, or the quantity of material used for purposes other than those directed. 152-3.2 Borrow material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in its original position at the borrow pit. 152-3.3 Stockpiled material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in the stockpiled position as soon as the material has been stockpiled. 152-3.4 For payment specified by the cubic yard (cubic meter), measurement for all excavation shall be computed by the average end area method. The end area is that bound by the original ground line established by field cross sections and the final theoretical pay line established by excavation cross sections shown on the plans, subject to verification by the Engineer. After completion 1-9 7, of all excavation operations and prior to the placing of base or — subbase material, the final excavation shall be verified by the Engineer by means of field cross sections taken randomly at intervals not exceeding 500 linear feet (150 meters). — Final field cross sections shall be employed if the following changes have been made: a. Plan width of embankments or excavations are changed by more than plus or minus 1.O foot (0.3 meter); or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0.5 foot (0.15 meter). BASIS OF PAYMENT 152-4.1 For "Unclassified excavation'' payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 For " Rock Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.3 For " Muck Excavation'' payment shall be made at the - contract unit price per cubic yard (cubic meter). This price shall be full compensation for "furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. — 152-4.4 For "Drainage Excavation'' payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.5 For "Borrow Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter) . This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.6 For "Stockpiled Material" payment shall be made at the contract unit price per cubic yard (cubic meter) . This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.7 For "Embankment in Place" payment shall be made at the contract unit price per cubic yard (cubic meter) . This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 1-10 Payment will be made under: Item P-152-4.1 Unclassified Excavation --per cubic yard (cubic meter) Item P-152-4.2 Rock Excavation --per cubic yard (cubic meter) Item P-152-4.3 Muck Excavation --per cubic yard (cubic meter) Item P-152-4.4 Drainage Excavation --per cubic yard (cubic meter) Item P-152-4.5 Borrow Excavation --per cubic yard (cubic meter) Item P-152-4.6 Stockpiled material --per cubic yard (cubic meter) Item P-152-4.7 Embankment in Place --per cubic yard (cubic meter) TESTING REQUIREMENTS ASTM D 698 Tests for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 -pound (2.5 kg) Rammer and 12 -inch (300 mm) Drop ASTM D 1556 Test for Density of Soil In -Place by the Sand Cone Method ASTM D 1557 Tests for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 10 -pound (4.5 kg) Rammer and 18 -inch (45 cm) Drop ASTM D 2167 Test for Density of Soil In -Place by the Rubber Balloon Method. END OF ITEM P-152 Modificatioins to SECTION 2 ITEM P-209 CRUSHED AGGREGATE BASE COURSE Item P-209 Crushed Aggregate Base Course of the project specifications shall be modified as follows: 1. Paragraph 209-2.1 AGGREGATE. Delete references to slag in this and all subsequent paragraphs. 2. Paragraph 209-2.1a. Sampling and Testing. Delete the second sentence of the first subparagraph and insert the following: "All tests for initial aggregate submittals necessary to determine compliance with the specification requirements will be made by the Contractor at his expense." Delete the third subparagraph. Delete the fourth subparagraph. 3. Paragraph 209-3.3 PLACING. In the second subparagraph, change the maximum depth of a compacted layer from 6 inches to 8 inches. 4. Paragraph 209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Delete the last three subparagraphs. Testing with a nuclear gage will not be allowed. 2-a SECTION 2 ITEM P-209 CRUSHED AGGREGATE BASE COURSE DESCRIPTION 209-1.1 This item consists of a base course composed of crushed aggregates constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross sections shown on the plans.. MATERIALS 209-2.1 AGGREGATE. Aggregates shall consist of clean, sound, durable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, vegetable matter, and other objectionable materials and shall contain no clay balls. Fine aggregate passing the No. 4 (4.75 mm) sieve shall consist of fines from the operation of crushing the coarse aggregate. If w. necessary, fine aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by crushing stone, `^ gravel, or slag that meet the requirements for wear and soundness I specified for coarse aggregate. The crushed slag shall be an air-cooled, blast furnace slag and shall have a unit weight of not less than 70 pounds per cubic foot (1.12 Mg/cubic meter) when tested in accordance with ASTM C 29. The crushed aggregate portion which is retained on the No. 4 (4.75 mm) sieve shall contain not more than 15 percent, by weight, of flat or elongated pieces as defined in ASTM D 693 and shall have at least 90 percent by weight of particles with at least two fractured faces and 100 percent with at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 to count as two fractured faces. The percentage of wear shall not be greater than 45 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12 percent, after 5 cycles, when tested in accordance with ASTM C 88. The fraction passing the No. 40 (0.42 mm) sieve shall have a liquid limit no greater than 25 and a plasticity index of not more than 4 when tested in accordance with ASTM D 4318. The fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with ASTM D 2419. a. Sampling and Testing. Aggregates for preliminary testing shall be furnished by the Contractor prior to the start of production. All tests for initial aggregate submittals necessary to determine compliance with the specification requirements will be 2-1 made by the Engineer at no expense to the Contractor. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section. In lieu of testing, the Engineer may accept certified state test results indicating that the aggregate meets specification requirements. Samples :of aggregates to check gradation shall be taken by the Engineer at least once daily. Sampling shall be in accordance with ASTM D. 75, and testing shall be in accordance with ASTM C 136 and C 117. b. Gradation Requirements. The gradation (job mix) of the final mixture shall fall within the design range indicated in Table 1, when tested in accordance with ASTM C 117 and C 136. The final gradation shall be continuously well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on an adjacent sieve or vice versa. \1\ Where environmental conditions (temperature and availability of free moisture) indicate potential damage due to frost action, the maximum percent of material, by weight, of particles smaller than 0.02 mm shall be 3 percent. It also may be necessary to have a lower percentage of material passing the No. 200 sieve to help control the percentage of particles smaller than 0.02 mm. The job mix tolerances in Table 1 shall be applied to the job mix gradation to establish a job control grading band. The full tolerance still will apply if application of the tolerances results in a job control grading band outside the design range. 2-2 TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE \1\ Sieve Design Range Job Mix Size Percentage by Weight Tolerances Passing Sieves Percent ----------------------------------------------------------------- 2 in (37.0 mm) 100 1-1/2 (37.0 mm) 95-100 +/- 5 1 in (25.0 mm) 70-95 +/- 8 3/4 in (19.0 mm) 55-85 +/- 8 No. 4 (4.75 mm) 30-60 +/- 8 No. 30 (0.60 mm) 12-30 +/- 5 No. 200 ----------------------------------------------------------------- (0.075 mm) 0-8 +/- 3 -- \1\ Where environmental conditions (temperature and availability of free moisture) indicate potential damage due to frost action, the maximum percent of material, by weight, of particles smaller than 0.02 mm shall be 3 percent. It also may be necessary to have a lower percentage of material passing the No. 200 sieve to help control the percentage of particles smaller than 0.02 mm. The job mix tolerances in Table 1 shall be applied to the job mix gradation to establish a job control grading band. The full tolerance still will apply if application of the tolerances results in a job control grading band outside the design range. 2-2 The fraction of the final mixture that passes the No. 200 (0.075 t mm) sieve shall not exceed 60 percent of the fraction passing the No. 30 (0.60 mm) sieve. r CONSTRUCTION METHODS 209-3.1 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause shall be corrected at the Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen subgrade. 209-3.2 MIXING. The aggregateshallbe uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper moisture content for compaction. 209-3.3 PLACING. The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader. The maximum depth of a compacted layer.shall be 6 inches (150 mm). If the total depth of the compacted material is more than 6 inches (150 mm), it shall be constructed in two or more layers. In multi- layer construction, the base course shall be placed in approximately equal -depth layers. The previously constructed layer should be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer. 209-3.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed aggregate shall be thoroughly compacted. The number, type, and weight of rollers shall be: sufficient to compact the material to the required density. The moisture content of the material during placing operations shall not be below, nor more than 1-1/2 percentage points above, the optimum moisture content as determined by ASTM D 1557. 209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Aggregate base course shall be accepted for density on a lot basis. A lot will consist of one day's production where it is not expected to exceed 2400 square yards (2000 square meters). A lot will consist of one-half day's production where a day's production is expected to consist of between 2400 and 4800 square yards (2000 and 4000 square meters). Each lot shall be divided into two equal sublots. One test shall 2-3 be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot will be accepted for density when the field density is at least 100 percent of the maximum density of laboratory specimens prepared from samples of the base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM D 1557. The in-place field density shall be determined in accordance with ASTM D 1556 or D 2167. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gage in accordance with ASTM D 2922. The gage should be field calibrated in accordance with paragraph 4 of ASTM D 2922. Calibration tests shall be conducted on the first lot of material placed that meets the density requirements. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The calibration curve furnished with the moisture gages shall be checked as described in paragraph 7 of ASTM D 3017. The calibration checks of both the density and moisture gages shall be made at the beginning of a job and at intervals as determined by the Engineer. If a -nuclear gage is used for density determination, two random readings shall be made for each sublot. 209-3.6 FINISHING. The surface of the aggregate base course shall be finished by blading or with automated equipment especially designed for this purpose. In no case will the addition of thin layers of material be added to the top layer of base course to meet grade. If the elevation of the top layer is 1/2 inch (12 mm) or more below grade, the top layer of base shall be scarified to a depth of at least 3 inches (75 mm), new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. 209-3.7 SURFACE TOLERANCES. The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 16 -foot (4.8 m) straightedge applied parallel with or at right angles to the centerline. Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 209-3.8 THICKNESS CONTROL. The completed thickness of the base course shall be within 1/2 inch (12 mm) of the design thickness. 2-4 r Four determinations of thickness shall be made for each lot of material placed. The lot size shall be consistent with that specified in paragraph 3.5. Each lot shall be divided into four equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D 3665. Where the thickness is deficient by more than 1/2. inch (12. mm), the Contractor shall correctsuch areas at no additional cost by excavating to the required depth and replacing with new material. Additional test holes may be required to identify the limits of deficient areas. 209-3.9 MAINTENANCE. The base course shall be maintained in a condition that will meet all specification requirements until the work is. accepted. Equipment used in the construction of an adjoining section may be routed over completed portions of the base course, provided no damage results and provided that the equipment is routed over the full width of the base course to avoid rutting or uneven compaction. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course to be paid for will be determined by measurement of the number of cubic yards (cubic meters) of material actually constructed and accepted by the Engineer as complying with the plans and specifications. BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per cubic yard (cubic meter) for crushed aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-209-5.1 Crushed Aggregate Base Course -- per cubic yard (cubic meter) TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than 75um (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine t ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM D 75 Sampling Aggregate ASTM D 693 :Crushed Stone, Crushed Slag, and Crushed Gravel for Dry -or Water -Bound Macadam Base Courses and Bituminous Macadam Base and Surface Courses of Pavements. ASTM D 698 Moisture -Density Relations of Soils and Soil - Aggregate Mixtures Using 5.5-1b (2.49 - kg) Rammer and 12 -in (305mm) Drop ASTM D 1556 Density of Soil in Place by the Sand - Cone - Method ASTM D 1557 Moisture -Density Relations of Soils and Soil- r Aggregate Mixtures Using 10-1b (4.5kg) Rammer and 18 in (457 mm) Drop ASTM D 2167 Density of Soil in Place by the Rubber -Ballon Method. ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2922 Density of Soil and Soil -Aggregate in Place by Nuclear Methods ASTM D 3017 Moisture Content of Soil and Soil -Aggregate '- in Place by Nuclear Methods ASTM D 3665 Random Sampling of Paving Materials — ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils END OF ITEM P-209 2-6 Modifications to SECTION 3 ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS Item P-401 Plant .Mix Bituminous Pavements of the project specifications shall be modified as follows: 1. Paragraph 401-1.1 Add the following as a second subparagraph: "The surface course. shall be constructed in lifts not to exceed 2 inches in compacted thickness." I 2. Paragraph 401-2.1 AGGREGATE. Delete references to slag in this and all subsequent paragraphs. 3. Paragraph 401-2.1 a. Coarse Aggregate.' Add the following to the first subparagraphs "If the requirements for sodium sulfate soundness cannot be met, a weighted 'doss in excess of 9%, but not to ` exceed 14% will be accepted provided the coarse aggregate can be shown to have a satisfactory service record of at least 5'`years duration under similar conditions of service and exposure." 4. TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS.' Delete this table and insert the following gradation: Sieve Size Percentage Passing 7/8" 100 f Passing 5/8" 95-100 Passing 5/811, retained on 3/81 16-42 Passing 3/811) retained on No.' 4 11-37 Passing No. 4 retained on No. 10 11•-32 Total retained on No. 10 54--74 Passing No. `10, retained on No. 40 6-32 Passing No. 40, retained'on No. 80 4-27 Passing No. 80, retained on No. 200 3-27 Passing No. '200 1.-8 Bitumen percent 3.5--7.0 5. Paragraph 401-4.13 SAMPLING PAVEMENT. In the first subparagraph, delete the first sentence and insert the following: 3-a i i "Core samples for determination of the density of completed pavements shallbe obtained by the Engineer's representative or laboratory." Delete the last sentence in the first subparagraph. - I I Delete the -second subparagraph and insert the following: - "All tests necessary to determine conformance with requirements specified in this item will be performed by the Engineer. The costs for _ failing tests will be charged to the Contractor." - 6. Paragraph 401-4.14 SURFACE TESTS. Delete the first sentence of the fourth subparagraph and insert the following: "The finished surfaces of bituminous courses -` shall not vary from the gradeline, elevations, and cross sections shown on the contract drawings by more than 1/2 inch." 7. Add the following new paragraph: 401-4.15 TOLERANCE IN PAVEMENT THICKNESS. The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with AASHTO T 148. Pavement thickness shall be not less than the specified minimum thickness. For the purpose of determining the thickness of.pavement, units to be considered separately are defined as 1,000 linear feet of pavement in each paving lane starting from the end of the pavement bearing the smaller station number. The last unit in each lane shall be 1,000 feet plus the fractional part of 1,000 feet remaining. One core shall be taken at random in each unit. When the measurement of -I the core from a unit is not deficient from the specified minimum thickness, full payment will be made. When the measurement of any core is less than the specified minimum thickness, the actual thickness of the pavement in this area shall be determined by taking additional cores at not less than 10 -foot intervals parallel to the centerline in each direction from the affected location, until in each direction 3-b core is found which' is not deficient. Areas found deficient in thickness shall be removed and replaced with surfacing of the minimum thickness specified. Cores shall be taken at the discretion of the Engineer. No additional payment over the unit contract bid price shall be made for any pavement which has a thickness in excess of that shown on the plans." 3-c SECTION 3 ITEM P-401 PLANT MIB BITUMINOUS PAVEMENTS DESCRIPTION 401-1.1 This item shall consist of a surface course composed of mineral aggregate and bituiminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Each course shall be constructed to the depth, typical section, or elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone, crushed gravel, or crushed slag with or without sand or other inert finely divided mineral aggregate. The portion of materials retained on the No. 8 sieve shall be known as coarse! aggregate. The portion passing the No. 8 (2.36 mm) sieve and retained on the No. 200 (0.075 mm) sieve as fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve as mineral filler. a. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent films of matter that would prevent thorough coating with the bituminous material. The percentage of wear shall not be greater than 40 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness Closs shall not exceed 9 percent, after five cycles, when tested in accordance with ASTM C 88. Aggregate shall contain at least 70 percent by weight of crushed pieces having two or more fractured faces and 85 percent -having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by artificial crushing. The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces, a flat particle is one having a ratio of width to thickness greater than five; an elongated particle is one having a ratio of length to width greater than five. Slag shall be air-cooled, blast furnace slag, and shall have a compacted weight of not less than 70 pounds per cubic foot (1.12 ,.. mg/cubic meter) when tested in accordance with ASTM C 29. 3-1 r b. Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter and shall contain no clay balls. The fine aggregate, including any blended filler, shall have a plasticity index of not more than six and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. Natural sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to ,-,be added will be adjusted to produce mixtures conforming to requirements of this specification. c. Sampling and Testing. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. The contractor shall furnish documentation to the Engineer confirming that the aggregates meet specification requirements. d. Sources of Aggregates. Sources of aggregates shall be selected well in advance of the time the materials are required in the work. When the aggregates are obtained from a previously approved source or an existing source producing aggregates that has a satisfactory service record in airport bituminous pavement construction for at least 5 years, samples shall be submitted 14 days prior to start of production. An inspection of the producer's operation will be made by the Engineer. When new sources are to be developed, the Contractor shall indicate the sources and shall submit a plan for operation 30 days in advance of starting production. Samples from test pits, borings, and other excavations shall be submitted at the, same time. Approval of the source of aggregate does not relieve the Contractor in any way of the responsibility for delivery at the job site of aggregates that meet the requirements specified herein. e. Samples of Aggregates. Samples of aggregates shall be furnished by the Contractor at the start of production andat intervals during production of bituminous mixtures. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section. 401-2.2 FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242. 401-2.3 BITUMINOUS MATERIAL. Bituminous material shall conform to the following requirements: 3-2 r Type and Grade pecificati.on Asphalt Cement Penetration Grade 85-100 ASTM D 946 viscosity Grade AC -;10 ASTM D 3381 The Contractor shall furnish vendor's certified test reports for +, each tankload of bitumen shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall be the basis for final acceptance. 1, - COMPOSITION 401-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of aggregate, filler if required, and bituminous material. The several aggregate fractions shall be sized, uniformly graded, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula. 401-3.2 JOB MIX FORMULA. No bituminous mixture for payment shall be produced until a job mix formula has been approved by the Engineer. The formula shall be submitted in writing by the Contractor to the Engineer at least 14 days prior to the start of paving operations and shall indicate the definite! percentage of each sieve fraction of aggregate, the percentage of bitumen, and the temperature of the completed mixture when discharged from the mixer. All test data used to develop the job mix formula shall also be submitted. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula must be established before the new material -is used. The bituminous mixture shall be designed using procedures contained in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS -2), current edition, and shall meet the requirements of Tables 1 and 2. 3-3 TABLE 1. MARSHALL DESIGN CRITERIA TEST PROPERTY Number of Blows Stability, Minimum pounds (newtons) Flow, 0.01 in. (0..25 mm) Percent air voids Percent voids in mineral aggregate 75 1800 (8000) 8 _ 16 3.0 - 5.0 See Table 2 TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE Maximum Particle Size Minimum, Voids in Mineral (Table 3) Aggregate in. mm Percent 1/2 12.5 16 3/4 19.0 15 1 25.0 14 1-1/4 31.25 .13 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory screens, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM. Standard C 136 and C 117. The percentage by weight for the bituminous material shall be within the limits specified. The gradations in Table 3 represent the limits which shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as finally selected, shall have a gradation within the limits designated in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be uniformly graded from coarse to fine. 3-4 y TABLE 3. AGGREGATE BITUMINOUS PAVEMENTS Sieve Size Percentage by Weight Passing Sieves 3/4" Max Aggregate passing No. 4 sieve or larger 7 percent Aggregate passing No. 10 sieve 6 percent Aggregate Passing No. 40 sieve 5 percent Aggregate Passing Nos. 80 and 200 sieves 3 percent Bitumen 0.45 percent Temperature of mix 20 F (11 C) The aggregate gradation may adjusted within the limits of Table 3 as directed, without adjustments in the contract unit prices. Deviation from the final approved design for bitumen content and gradation of aggregates shall not be greater than the tolerances permitted and shall be based on daily plant extraction. Extraction tests for bitumen content and aggregate gradation will be made at least twice daily. The mixture will be tested for bitumen content in accordance with ASTM D 2172 and for aggregate gradation in accordance with AASHTO T 30. The completed mixture shall be sampled at the plant to retain job control. One sample shall be taken from each sublot on a random 3-5 r 1-1/4 in. (31.25 mm) -- 1 in. (25.0 mm) -- 3/4 in. (19.0 mm) 100 1/2 in. (12.5 mm) 79-99 3/8 in. (9.5 mm) 68-88 No. `4 (4.75 mm) 4868 No. 8 (2.36 mm) 33-53 No. 16 (1.18 mm) 20-40 No. 30 (0.60 mm) No. 50 (0.30 mm) 14-30 9-21 No. 100 (0.15 mm) 6-16 No. 200 (0.075 mm) 3-6 Bitumen percent Stone or gravel 5-7.5 The job mix tolerances shown in Table 4 shall be applied to the job mix formula to establish a job control grading band. The full tolerances still will apply if application of the job mix tolerances results in a job control grading band outside the master grading band. TABLE 4. JOB MIX FORMULA TOLERANCES (Based on a Single Test) .• Material Tolerance - plus or minus Aggregate passing No. 4 sieve or larger 7 percent Aggregate passing No. 10 sieve 6 percent Aggregate Passing No. 40 sieve 5 percent Aggregate Passing Nos. 80 and 200 sieves 3 percent Bitumen 0.45 percent Temperature of mix 20 F (11 C) The aggregate gradation may adjusted within the limits of Table 3 as directed, without adjustments in the contract unit prices. Deviation from the final approved design for bitumen content and gradation of aggregates shall not be greater than the tolerances permitted and shall be based on daily plant extraction. Extraction tests for bitumen content and aggregate gradation will be made at least twice daily. The mixture will be tested for bitumen content in accordance with ASTM D 2172 and for aggregate gradation in accordance with AASHTO T 30. The completed mixture shall be sampled at the plant to retain job control. One sample shall be taken from each sublot on a random 3-5 r basis, in accordance with procedures contained in ASTM D 3665. A lot shall consist of 1000 tons or each day's production and shall be divided into 4 sublots. Testing shall be in accordance with the Marshall Method procedures contained in Chapter III of the Asphalt Institute Manual Series No. 2 (MS -2), current edition. If any two consecutive Marshall; test results of any property do not conform to the requirements shown in Tables 1 and 2, the Contractor shall take immediate corrective action. In no instance shall the percent air voids exceed +/- 1 percent of the job mix formula value. The Engineer may halt production if the Marshall test criteria are not met and not allow it to resume until the problem is. corrected. If the index of retained strength of the specimens of composite mixture, as determined by ASTM D 1075, is less than 75, the aggregates shall be rejected or the asphalt shall be treated with an antistripping agent. The amount of antistripping agent added to the asphalt shall be sufficient to produce an index of retained — strength of not less than 75. 401-3.3 TEST SECTION. Prior to full production, the Contractor shall prepare a quantity of bituminous mixture according to the job mix formula. the amount of mixture should be sufficient to construct a test section 50 feet long and 20 feet wide placed in two sections and shall be of the same depth specified for the construction of the course which it represents. The underlying grade or.pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used' in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. If the test section should prove to. be unsatisfactory, the necessary adjustments to the mix design, plant operation, and/or rolling procedures shall be made. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. When test sections do not conform to specification — requirements, the pavement shall be removed and replaced at the Contractor's expense. A marginal quality test "section that has been placed in an area of little or, no traffic may be left in place. If a second test section also does not meet specification ^' requirements both sections shall be removed at the Contractor's expense. Full production shall not begin without the Engineer's approval. Test sections will be paid for in accordance with paragraph 6.1. 401-3.4 TESTING LABORATORY. The testing laboratory used to develop the job mix formula and to perform the tests required by this specification shall meet the requirements of ASTM D 3666. A certification that the laboratory meets these requirements shall be 3-6 i submitted to the Engineer. An approved testing laboratory will not be required for quality control tests made by the Contractor. CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 5. The temperature requirements may be waived, but only at the discretion of the Engineer. TABLE S. BASE TEMPERATURE LIMITATIONS 401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D 995 with the following changes:. a. Requirements for All Plants. (1) Truck Scales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on public scales at the Contractor's expense. Such scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of Section 90. (2) Testing Laboratory. The Contractor or producer shall provide laboratory facilities for control and acceptance testing functions during periods of mix production, sampling, and testing and whenever materials subject to the provisions of these specifications are being supplied or tested. The laboratory shall provide adequate equipment, space, and utilities as required for the performance of the specified tests. (3) Inspection of Plant. The Engineer, or his/her authorized representative, shall have access, at all times, to all parts of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and 3-7 7 Base Temperature (Minimum) Mat Thickness Deg. F Deg. C 3 in. (7.5 cm) or greater 40 4 Greater than 1 in. (2.5 cm) but less than 3 in. (7.5°cm) 45 7 1 in. (2.5 cm) or less 50 10 401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D 995 with the following changes:. a. Requirements for All Plants. (1) Truck Scales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on public scales at the Contractor's expense. Such scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of Section 90. (2) Testing Laboratory. The Contractor or producer shall provide laboratory facilities for control and acceptance testing functions during periods of mix production, sampling, and testing and whenever materials subject to the provisions of these specifications are being supplied or tested. The laboratory shall provide adequate equipment, space, and utilities as required for the performance of the specified tests. (3) Inspection of Plant. The Engineer, or his/her authorized representative, shall have access, at all times, to all parts of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and 3-7 7 character of materials; and checking the temperatures maintained in the preparation of the mixtures. (4) Storage Bins and Surge Bins. Paragraph 3.9 of ASTM D 995 is deleted. Instead, the following applies. Use of surge bins or storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: (a) The bituminous mixture may be stored in surge bins for period of time not to exceed 3 hours, (b) The bituminous mixture may be stored in insulated storage bins for a period of time not to exceed 24 hours,, provided an inert gas atmosphere is maintained in the bin during the storage period. The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the mixture due to temporary storage, no overnight storage will be allowed. 401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds. To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall have a — suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be -delivered to the site at the specified temperature, truck beds shall be insulated and covers shall be securely fastened. 401-4.4 BITUMINOUS. PAVERS. Bituminous pavers shall be self- contained, power -propelled units with an activated screed or strike -off assembly, heated if necessary, and shall be capable spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. Pavers used for shoulders and similar construction shall be capable of spreading. and finishing courses of bituminous plant mix material in widths shown on the plans. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed. The screed or strike -off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. The paver shall. be capable of operating at forward speeds consistent with satisfactory laying of the mixture. 3-8 If an automatic grade control device is used, the paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line or surface through a system of mechanical sensors or sensor -directed mechanisms or devices which will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet (9.14 m) in length or as directed by the Engineer. b. Taut stringline (wire) set to grade. c. Short ski or shoe. 401-4.5 ROLLERS. Rollers of the vibratory, steel wheel, or pneumatic -tired type may be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. The use of equipment which. causes excessive crushing of the aggregate will not be permitted. 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles but shall not exceed 325 F (160 C). C; 401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be dried and heated to the temperature designated by the job formula within the job tolerance specified. The maximum temperature and rate of heating shall be such that no permanent damage occurs to the aggregates. Particular care shall be taken that aggregates high in calcium or magnesium content are not 1 damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. k7 r 401-4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture. It shall be established by the contractor, based on the procedure for determining the percentage of coated particles described in ASTM D 2489, and approved by the Engineer for each individual plant and for each type of aggregate used. The minimum mixing time shall be 25 seconds. The mixing time will be set to achieve 95 percent of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of the mix shall not exceed 1.0 percent. 401-4.9 TRANSPORTING, SPREADING, AND FINISHING. The mixture shall be transported from the mixing plant to the point of use in vehicles conforming to the, requirements of Section 401-4.3. Deliveries shall be scheduled so that spreading and rolling of all mixture prepared for one day's run can be completed during daylight, unless adequate artificial lighting is provided. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. Immediately before placing the bituminous mixture, the underlying course shall be cleared of all debris with power blowers, power brooms, or hand brooms as directed. The mix shall be placed at a temperature of not less than 250 F (107 C) when asphalt cement is used, and not less than 150 F (65 C) when tar is used. Upon arrival, the mixture shall be spread to the full width by an approved bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have _ the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise directed, placement of the mixture shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 12.0 feet except where edge lanes require less width to complete the area. The longitudinal joint in one layer shall offset that in the layer immediately below by at least 1 foot (30 cm); however, the joint in the top layer shall be at the centerline of the pavement. Transverse joints in one layer shall be 3-10 offset by at least 2 feet (60 cm) frofa transverse joints in the previous layer. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet ( 3 m) . On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread, raked, and luted by hand tools. 401-4.10 COMPACTION OF MIXTURE. After spreading, the mixture shall be thoroughly and uniformly compacted by rolling. The surface shall be rolled when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until all roller marks are eliminated, the surface is of uniform texture and true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the.roller, the wheels shall be kept properly moistened, but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hot hand tampers. Any mixture that becomes loose and broken, mixed with dirt, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401-4.11 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between old and new sections of the,course. All joints shall have the same texture, density, and smoothness as other sections of the course. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course, in which case the edge shall be cut back to its full depth and width on a straight line to expose a vertical face. In both methods all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. 3-11 u Longitudinal joints which are irregular, damaged, or other defective shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall be given a tack coat of bituminous material prior to placingany fresh mixture against the joint. 401-4.12 ACCEPTANCE SAMPLING AND TESTING OF BITUMINOUS MIXTURE (DENSITY). Pavement density will be determined by comparing the density of cores taken from the compacted pavement to the density of laboratory -compacted specimens. a. Lot Sizes. The pavement will be accepted for density on a lot basis. A lot will consist of: (1) One day's production where it is not expected to exceed 2,000 tons (1 814 000 kg),. (2) A half day's production where a days production is expected to consist of between 2,000 and 4,000 tons (1 814 000 and 3 628 000 kg). (3) Similar subdivisions for quantities greater than 4,000 tons (3 628 000 kg). b. Laboratory Density. Bituminous mixture for laboratory -compacted specimens shall be sampled on a lot basis from trucks delivering material to the job site. The lot size shall be the same as indicated in paragraph 401-4.12a and shall be divided into four equal sublots. One sample shall be taken from each sublot on a random basis, in accordance with procedures contained in ASTM D 3665. One laboratory compacted specimen shall be prepared from each sublot. The specimens shall be compacted in accordance with ASTM D 1559, Section 3.5. The sample of bituminous mixture may be put in a covered metal tin and placed in an oven for not more than 30 minutes to maintain the heat. In no instance shall the mixture cool more than 20 F (12 C) below the job -mix temperature prior to compaction. The density of each specimen shall be determined in accordance with ASTM D 2726 or D 1188, whichever is applicable. c. Core Density. Cores for determining the density of the compacted pavement shall be taken on a lot basis. The lot size shall be the same as indicated in paragraph 401-4.12a and shall be divided into four equal sublots. One core shall be taken from each sublot on a random basis in accordance with procedures contained in ASTM D 3665. The cores shall be taken in accordance with the requirements of paragraph 401-4.13. The density of each core shall be determined in accordance with ASTM D 2726 or D 1188, whichever is applicable. 3-12 d. Partial Lots - Plant Produced Material. If operational conditions cause a lot to be terminated before the specified four tests have been made for the lot, the following procedure will be used to adjust the lot size and the number of tests for the lot: Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, i.e., n=5 or n=6. e. Partial Lots - Compacted Pavement. The lot size for the compacted pavement shall correspond to that of the plant produced material. f. Pavement Density. The pavement density shall be determined by dividing the core density of each sublot by the average density of the laboratory -prepared specimens. g. Acceptance Criteria. Acceptance of each lot of in- place pavement shall be based on the percentage of material within specification limits (PWL). The PWL acceptance plan considers the variability (standard deviation) of the material and the testing procedures, as well as the mean value of the densities. In this plan, producing at a target density of 98 percent and a standard deviation of 1.3 percent will result in a PWL of 90 and 100 percent payment. If a material of greater variability is produced, then a higher target density must be maintained in order to achieve a PWL of 90 or more. The PWL is determined using standard statistical techniques and involves the average of the pavement densities (X) as determined under paragraph 401-4.12(f), the standard deviation of the pavement densities (S) , the lower specification limit (L) and the Quality Index (Q). The Quality Index is calculated from the following formula: Q = X -L Sn Where: Q = Quality Index X = average of pavement densities in the lot L - lower specification limit = 96.3 Sn = standard deviation of the number of samples in the lot The standard deviation is calculated by use of the following formula: Sr, = ( d,2 + d22 + d32 + .. dn2 / n-1 ) 1/2 3-13 Where: dl, d2 = deviations of the individual sample - values from the average value X that is a, (XI - X) , d2 = (X2 - X) ... dn = (Xn X) - n = number of samples or measurements A calculator which performs this function may also be used. The PWL shall be determined from Table 6, using the ,appropriate number of tests (n) and the Quality Index (Q). - Each lot of bituminous mix shall be accepted for density when the PWL equals or exceeds 90 percent. Each lot not meeting the 90 percent PWL requirement will be accepted at an adjusted contract unit price in accordance with Table 7. TABLE 6. TABLE FOR ESTIMATING 'PERCENT, OF LOT WITHIN LIMITS (PWL) 3-14 Positive, Values of Q Percent Within Limits n=3 n=4 n=5 n=6 n=7 n=8 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993. 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 - 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4716 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 91 1.1089 1.2300 3.2683 1.2860 1.2964 1.3032 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 - 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 87 1.0597 1.1100 1.1173 1.1191 1.1199 1.1204 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 -. 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 84 1.0119 .1.0200 1.0124 1.0071 1.0037 1.0015 83 0.9939 0.9900 0.9785. 0.9715 0.9672 0.9643 82 0.9749 0.9600 0.9452 .0.9367 0.9325 0.9281 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 - 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 3-14 .TABLE 7. PRICE ADJUSTMENT SCHEDULE Percentage of Material Above the Specification Limit (PWL) Percent of Contract Unit Price to be Paid 90-100 100 80-90 0.5 PWL + 55.0 65-80 2.0 PWL - 65.0 Below 65 \1\ \1\ The lot shall be removed and replaced. However, the Engineer may decide to accept the deficient lot. In that case, if the Engineer and Contractor agree in writing, that lot shall not be removed, and it will be paid for at 50 percent of the contract price 401-4.13 SAMPLING PAVEMENT. Core samples for determination of the density of completed pavements shall be obtained by the Contractor at no extra cost. The size, number, and locations of the samples will be as directed by the Engineer. Samples shall be neatly cut with a saw, core drill, or other approved equipment. Cores that are clearly defective shall be resampled. The Contractor shall furnish all tools, labor, and materials for cutting samples and replacing pavement. 3-15 r 74 0.7904 0.7200 0.6921: 0.6781 0.6701 0.6649 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 4., 72 0.7360 0.6600 0.6316 0.617.6 0.6095 0.6044 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 70 0.6787 0.6000 0.5719 0.5583 .0.5504 0.5454 69 0.6.490 0.5700 0.5423 0.5290 0.5213 0.5164 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 C 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 66 0.5563 0.4800 0.4545 ..0.4424 0.4354 0.4310 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4031 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 ` 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.2122 56 0.2164 0.1800 0.1688 0.1636 0.1877 0.1855 55 0.1806 0.1500 0.1408 0.1363 0.1338 0.1322 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 50 0.0 0.0 0.0 0.0 0.0 0.0 .TABLE 7. PRICE ADJUSTMENT SCHEDULE Percentage of Material Above the Specification Limit (PWL) Percent of Contract Unit Price to be Paid 90-100 100 80-90 0.5 PWL + 55.0 65-80 2.0 PWL - 65.0 Below 65 \1\ \1\ The lot shall be removed and replaced. However, the Engineer may decide to accept the deficient lot. In that case, if the Engineer and Contractor agree in writing, that lot shall not be removed, and it will be paid for at 50 percent of the contract price 401-4.13 SAMPLING PAVEMENT. Core samples for determination of the density of completed pavements shall be obtained by the Contractor at no extra cost. The size, number, and locations of the samples will be as directed by the Engineer. Samples shall be neatly cut with a saw, core drill, or other approved equipment. Cores that are clearly defective shall be resampled. The Contractor shall furnish all tools, labor, and materials for cutting samples and replacing pavement. 3-15 r All tests necessary to" determine conformance with requirements specified in this item will be performed by the Engineer without cost to the Contractor. a. Resampling. Resampling of the pavement for density will be allowed if the Contractor requests, in writing, resampling and retesting of a lot of material within 48 hours after receiving the written test results from the Engineer. A retest shall consist of all the sampling and testing procedures contained in paragraphs 401-4.12c, f, and g. Only one resampling per lot will be permitted. (1) A Redefined PWL shall be calculated for the resampled lot. The number of tests used to calculate the Redefined PWL shall include the initial tests made for that lot plus the retests. (2) If the Redefined PWL results in a PWL greater than the original lot and a payment of 100 percent, the cost of resampling and retesting shall be borne by the Engineer. If payment of less than 100 percent results, the costs shall be borne by the Contractor. (3) If the Redefined PWL for a resampled lot results in a PWL equal to or less than the original lot the cost of resampling and retesting shall be borne by the Contractor. b. Payment for Resampled Lots. The Redefined PWL for a resampled lot shall be used to calculate the payment for that lot in accordance with Table 7. C. Outliers. If the tests within a lot include a very large or a very small value which appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E 178, at a significance level of 5 percent, to determine if this value should be discarded and another measurement substituted. Failing test results should not be discarded unless it is clear that an outlyingobservationis the result of gross deviation from the prescribed testing procedures, i.e., core not taken properly, dropped core. 401-4.14 SURFACE TESTS. Tests for conformity with the specified crown and grade shall be made by the Contractor immediately after initial compaction. Any variation shall be corrected by the removal or addition of materials and by continuous rolling. The finished surface shall not vary more than 1/4 inch for the surface course when tested with a 16 -foot (4.8 m) straightedge applied parallel with, or at right angles to, the centerline. After the completion of final rolling, the smoothness of the course shall be tested by the Engineer; humps or depressions exceeding the 3-16 specified tolerances shall be immediately corrected by removing the k, defective work and replacing with new material, as directed by the Engineer. This shall be done at the Contractor's expense. u r The finished surfaces of bituminous courses shall not vary from the gradeline, elevations, and cross sections shown on the contract drawings by more than 1/2 inch (12.70 mm). The Contractor shall correct pavement areas varying in excess of this amount by paving and replacing the defective work. skin patching will not be permitted. METHOD OF MEASUREMENT 401-5.1 Plant mix bituminous concrete pavement shall be measured by the number of tons -(kg) of bituminous mixture used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 401-6.1 Payment for an accepted bituminous concrete pavement shall be made at the full or adjusted contract unit price per ton (kg). The price shall be full compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. a. Basis of Adjusted Payment. Table 7 shall be used to determine the adjusted contract price for a lot of material when the results of the pavement density tests for that lot indicate that the percentage of material above the specification limit is less than 90 percent. b. Payment. Payment will be made under: Item P-401-6.1 Bituminous Surface Course - per ton (kg) TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine 3-17 ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 183 Sampling Hydraulic Cement ASTM D 75 Sampling Aggregates ASTM D 995 Requirements for Mixing Plants. for Hot -Mixed Hot -Laid Bituminous Paving Mixtures ASTM D 1075 Effect of Water on Cohesion of Compacted Bituminous Mixtures ASTM D 1188 Bulk Specific Gravity of Compacted_ Bituminous Mixtures Using Paraffin -Coated Specimens ASTM D 1559 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus ASTM D 2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D 2489 Degree of Particle Coating of Bituminous -Aggregate Mixtures. ASTM D 2726 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Saturated Surface -Dry Specimens ASTM D 3665 Random Sampling of Paving Materials ASTM D 3666 Inspection and Testing Agencies for Bituminous Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils AASHTO T 30 Mechanical Analysis of Extracted Aggregate The Asphalt Mix Design Methods for Asphalt Institute's Concrete Manual No. 2 (MS -2) 3-18 END OF ITEM P-401 3-19 MATERIAL REQUIREMENTS ASTM D 242 Mineral Filler for Bituminous Paving Mixtures ASTM D 490 Tar ASTM D 946 Asphalt Cement for Use in Pavement Construction ASTM D 3381 Viscosity -Graded Asphalt Cement for Use in Pavement Construction END OF ITEM P-401 3-19 No Text SECTION 4 ITEM P-602 BITUMINOUS PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous t material on the prepared base course in accordance with these t specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The types, grades, controlling specifications, and application temperatures for the bituminous materials are given in Table 1. The Engineer shall designate the specific material to be used. Type and Grade Emulsified Asphalt SS -11 SS -1h MS -2, HFMS-1 CSS -1, CSS -1h CMS -2 Cutback Asphalt RC -30 RC -70 RC -250 TABLE 1. BITUMINOUS MATERIAL Specification ASTM'D 20-70 977 ASTM D 977 ASTM D 2397 ASTM D 2397 ASTM D 2028 ASTM D 2028 ASTM D 2028 Application Temperatures \1\ Deg. F Deg. C 70-160 20-70 70-160 20-70 70-160 20-70 70-160 20-70 80+ 30+ 120+ 50+ 165+ 75+ \1\ The maximum temperature for cutback asphalt shall be that at which fogging occurs. CONSTRUCTION METHODS 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmospheric temperature is above 60 F (15 C), and when the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. 602-3.2 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. 4-1 I The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume -measuring devices or a calibrated tank, and a thermometer for .measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the . prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The bituminous material including solvent shall be uniformly applied with a bituminous distributor at the rate of 0.25 to 0.50 gallons per square yard (1.20 to 2.40 liters per square meter) depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval, including supplying and spreading any sand necessary to blot up excess bituminous material. 602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous materials to furnish materialsubjectto this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by service tests, shall be acceptable. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. All such 4-2 test reports shall be subject to verification by testing samples of materials received for use on the project. 602-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and r temperature measurements have been taken by the Engineer, nor shall C. the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. �1 METHOD OF MEASUREMENT r 602-4.1 The bituminous material for prime coat shall be measured by the gallon (liter). Volume shall be corrected to the volume at 60 F (15 C) in accordance with ASTM D 1250 for cutback asphalt, and Table IV -3 of The Asphalt Institute's Manual MS -6 for emulsified asphalt. BASIS OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per gallon (liter) for bituminous prime coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-602-5.1 Bituminous Prime Coat --per gallon (liter) MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt ASTM D 2028 Asphalt, Cutback (Rapid Curing Grade) ASTM D 2397 Cationic Emulsified Asphalt 4-3 TESTING REQUIREMENTS ASTM D 1250 Petroleum Measurement Tables Asphalt Institute Temperature -Volume Corrections for Manual MS -6 Emulsified Asphalts Table IV -3 END OF ITEM P-602 4-4 1 Modifications to SECTION 5 r ITEM P-603 BITUMINOUS TACK COAT i Item P-603 Bituminous Tack Coat of the project specifications shall be modified as , followst 1. Paragraph 603-2.1 BITUMINOUS MATERIALS. Delete tar. Emulsified asphalt and cutback asphalt shall be used for tack coat. Ir l L °1 �R s. „ I - 5-a y SECTION 5 ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item. shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 6.03-2.1 BITUMINOUS MATERIALS. The bituminous material shall be either cutback asphalt, emulsified asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specification, and application temperature of bituminous material to be used shall be specified by the Engineer. TABLE 1. BITUMINOUS MATERIAL Application Temperature Type and Grade Specification Deg. F Deg. C Emulsified Asphalt SS -1, SS -1h ASTM D 977 75-130 25-55 CSS -1, CSS -1h ASTM D 2397 75-130 25-55 Cutback Asphalt RC -70 ASTM D 2028 120-160 Tar 50-70 RTCB 5, RTCB 6 AASHTO M 52 60-120 15-50 CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60 F (15 C). The temperature requirements may be waived, but only when so directed by the Engineer. 603-3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. 5-1 r A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or airblast to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.15 gallons per square yard (0.24 to 0.72 liters per square meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 603-3.4 BITUMINOUS MATERIAL -CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous material to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. The Contractor shall furnish the vendor's certified test reports .for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the project. 603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the 5-2 € contract. The Contractor shall not remove bituminous material from € the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 603-4.1 The bituminous material for tack coat shall be measured by the gallon (liter). Volume shall be corrected to the volume at 60 F (15 C) in accordance with ASTM D 1250 for cutback asphalt, ASTM D 633 for tar, and Table IV -3 of The Asphalt Institute's Manual MS -6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 603.5-1 Payment shall be made at the contract unit price per gallon (liter) of bituminous material. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and application of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-5.1 Bituminous Tack Coat --per gallon (liter) MATERIAL REQUIREMENTS ASTM D 633 Volume Correction Table for Road Tar ASTM D 977 Emulsified Asphalt ASTM D 1250 Petroleum Measurement Tables ASTM D 2028 Liquid Asphalt (Rapid -Curing Type) ASTM D 2397 Cationic Emulsified Asphalt AASHTO M 52 Tar for Use in Road Construction Asphalt Institute Temperature -Volume Corrections for Manual MS -6 Emulsified Asphalts Table IV -3 END ITEM P-603 5-3 r k i i C l Modifications ° to SECTION 6 { ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE Item P-610 Structural Portland Cement Concrete of the project specifications shall be modified as follows: 1. Paragraph 610-2.1 GENERAL. Delete the fourth sentence in the first subparagraph and insert the following: "Test certificates for each of the materials shall be submitted by the Contractor for approval." ,. 2. Paragraph 610-3.18 COLD WEATHER PROTECTION. Delete the first two sentences in the second subparagraph. Calcium chloride y shall not be used on this project. 3. METHOD OF MEASUREMENT and BASIS OF PAYMENT. Delete the paragraphs and insert the followings 11610-4.1 METHOD OF MEASUREMENT and BASIS OF PAYMENT. The cost of portland cement concrete and reinforcing steel in pay items involved,in the contract shall be included in the unit bid price of such pay items and no direct payment will be madefor yardage of, portland cement concrete or poundage of reinforcing steel." l 'I i I 6-a r SECTION 6 ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of reinforced structural portland cement concrete, prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of -these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to insure the preservation of their quality and fitness for use and PM shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit -run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine: to coarse and shall meet the requirements of Table 2, when tested in accordance with ASTM C 136: 6-1 r TABLE 1. GRADATION FOR COARSE AGGREGATE Sieve Designation Percentage by Weight Passing Sieves (square openings) 2" 1-1/2" 1" 3/4" 1/2" 3/8" No.4 No. 4 to 3/4 in. 100 90-100 20-55 0-10 (4.75-19.0 mm) No. 4 to 1 in. 100 90-100 25-60 0-10 (4.75-25.0 mm) No. 4 to 100 95-100 35-70 10-30 0-5 1-1/2 in. — (4.75-38.1 mm) TABLE 2. GRADATION FOR FINE AGGREGATE Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 inch (9.5 mm) 100 No. 4 (4.75 mm) 95-100 No. 16 (1.18 mm) 45-80 No. 30 (0.60 mm) 25-55 No. 50 (0.30 mm) 10-30 No. 100 (0.15 mm) 2-10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than portland cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type I. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHO T 26. Cha 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting the requirements of ASTM C 618. Air -entraining admixtures shall meet the requirements of ASTM C 260. Air -entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water -reducing, set -controlling. admixtures shall meet the requirements of ASTM C 494, Type A, water -reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751. 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified in the proposal. 610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of deformed bars of either structural, intermediate or hard grade billet steel conforming to the requirements of ASTM A 615. 610-2.10 COVER MATERIALS FOR CORING. Curing materials shall conform to one of the following specifications: Waterproof paper for curing concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 309, r' Type 2 CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be 6-3 y such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 4,000 psi in 28 days as determined by test cylinders made in :accordance with ASTM C _31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 inches (10 cm) as determined by ASTM C 143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in. accordance with ASTM 'C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. . 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40 F (4 C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50 (10 C) nor more than 100 F (38 C). The Contractor shall be held responsible for any defective work, resulting from freezing or 6-4 injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610-3.8 FORMS. Concrete shall not be placed until all the forms and .reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall. be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated t around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after 6-5 i r mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet (1.5 m), or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete which has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be 'displaced when concrete is deposited against it. 610-3.14 DEFECTIVE WORK. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be F� 1 brought flush with the finished top surface at the proper elevation �. and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing w, of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done witha rubbing machine. D r r 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of' the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 F (4 C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50 and 100 F (10 and 38 C). Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50 F (10 C) until at least 60% of the designed strength has been attained. 6-7 A10-3.19 FILLING, JOINTS. All joints which require filling shall -be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling .shall be 'carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 Portland cement concrete shall be measured by the number of cubic yards (cubic meters) of concrete complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, falsework, cofferdams, -pumping, bracing, expansion joints, or finishing of the concrete. No deductions in yardage shall be made for the volumes of reinforcing steel or embedded items. 610-4.2 Reinforcing steel shall -be measured by the calculated theoretical number of pounds (kg) placed, as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars of equal nominal size. If so indicated on the plans, the poundage to be paid for shall include the weight of metal pipes and drains, metal conduits and ducts, or similar materials indicated and included. BASIS OF PAYMENT 610-5.1 Payment shall be made at the contract unit price per cubic yard (cubic meter) for structural portland cement concrete and per pound (kg) for reinforcing steel. These prices shall be full compensation for furnishing all materials and for all preparation, delivering and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-610-5.1 Structural Portland Cement Concrete --per cubic yard (cubic meter) Item P-610-5.1 Steel Reinforcement --per pound (kg) TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens 6-8 ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM C 138 Unit Weight, Yield, and Air Content of. Concrete ASTM C 143 Slump of Portland Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ASTM A 185 Welded Steel Wire Fabric for Concrete t t Reinforcement ASTM A 497 Specification for Welded Deformed Steel Wire r Fabric for Concrete Pavement l: ASTM A 615 Deformed and Plain Billet -Steel Bars for rConcrete Reinforcement ASTM C 33 Concrete Aggregates re ates ASTM C 94 Ready -Mixed Concrete ASTM C 150 Portland Cement G' ASTM C 171 Sheet Materials for Curing Concrete ASTM C 260 Air -Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane -Forming Compounds for Curing g Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction G. 6-9 END OF ITEM P-610 N. =wc Modifications to SECTION 7 ITEM P-620 RUNWAY AND TAXIWAY PAINTING Item P-620 Runway and Taxiway ;Painting of the project specifications shall be modified as follows: 1. Paragraph 620-2.2 REFLECTIVE MEDIA. Delete this paragraph. 2. Paragraph 620-3.3 PREPARATION OF 'SURFACE., Inse rt the following immediately after the first subparagraph: "If paint flakes off or comes 'loose during the Contractor's guaranty period, the painted area shall be recleaned and repainted at, the Contractor's expense." 3. Paragraph 620-3.5 APPLICATION. Delete the second subparagraph and insert the following: "The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate as shown for the type of surface course. The addition of thinner will' not be permitted. Surface Course application Rate Sealcoat 50-55 SF/GAL. (apply in two applications fxom opposite directions) Bituminous 100-110 SF/GAL. Pavement A period of 72 hours for TT -P-1952 shall elapse -'between placement lof a bituminous surface course or sealcoat and application of the paint." l i 7-a i; SECTION 7 ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways and taxiways applied in accordance with these specifications and at the locations shown on the plans, or as directed by the engineer. MATERIALS 620-2.1 PAINT. Paint shall meet the requirements of Fed. Spec. TT -P-1952. 620-2.2 REFLECTIVE MEDIA. Glass spheres shall meet the requirements of Fed. Spec. TT -B-1325, Type III, gradation A. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry, when the atmospheric temperature is above 45 F (7 C), and when the weather is not foggy or windy. 620-3.2 EQUIPMENT. All equipment for the work shall be approved by the engineer and shall include the apparatus 'necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross sections and clear-cut edges without running or spattering. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as i required to remove all dirt, laitance, and loose materials. t 620-3.4 LAYOUT OF MARKINGS. On those sections of pavement where no previously applied markings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint' application. u I 7-1 620-3.5 APPLICATION. Markings shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface have been approved by the engineer. The paint shall be; mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate of 100 to 110 square feet (9 to 10 square meters) per gallon (liter). The addition of thinner will not be permitted. A period of [ ] shall elapse between placement of a bituminous surface course or seal coat'and application of the paint. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and the dimensions shall be within a tolerance of plus or minus 5 percent. Glass spheres shall be distributed to the surface of the marked areas immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass spheres. The spheres shall be applied at the rate of 10 pounds per gallon (1.2 kg per liter) of paint. The contractor shall furnish certified test reports for the materials shipped to the project. The reports shall not be interpreted as a basis for final acceptance. The contractor shall notify the engineer upon arrival of a shipment of paint to the job site. All emptied containers shall be returned to the paint storage area for checking by the engineer. The containers.shall not be removed from the airport or destroyed until authorized by the engineer. 620-3.6 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet (square meters) of painting performed in accordance with the specifications and accepted by the engineer. BASIS OF PAYMENT Payment shall be made at the contract unit price per square foot (square meter) for runway and taxiway painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. 7-2 Payment will be made under: Item P-620-5.1 Runway and Taxiway Painting --per square foot (square meter) MATERIAL REQUIREMENTS Fed.Spec. TT -P-85 Paint, Traffic, and Airfield Marking, Solvent Base Fed.Spec. TT -P-1952 Paint, Traffic and Airfield Marking, Water Emulsion Base Fed.Spec. TT -P-110 Paint, Traffic Black (Nonreflectorized) Fed.Spec. TT -B-1325 Beads (Glass Spheres) Retroreflective END OF ITEM P-620 7-3 - - Modifications to SECTION S ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS Item D-701 Pipe for Storm Drains and Culverts of the project specifications shall be modified as follows: 1. Paragraph 701-1.1. Add the following to this; paragraph: "This item shall consist of pipe ,of the types, classes, sizes, and dimensions required on the plans, furnished and installed at the places designated on the plans, in accordance with I these specifications. This item shall include the bid price per I I linear foot of pipe in place, the cost of excavation and backfill, the cost. of r- furnishing and installing all trench bracing, all fittings required to complete the pipe drain as shown on the plans, and the material for making of all joints, including all I connections to drainage structures." 2. Paragraph 701-2.2 PIPE. Pipe for this project: shall meet the requirements of ASTM C 76, Reinforced Concrete Pipe, Class III. Delete references to all other 'types" of pipe, in this and all subsequent paragraphs. l 3. Paragraph 701-2.3 CONCRETE. Delete this paragraph. 4. Paragraph 701-2.4 RUBBER GASKETS. Delete this paragraph and l insert the following: 11701-2.4 PREFORMED BITUMINOUS GASKET JOINTS. Preformed bituminous gaskets for concrete non pressure pipe shall 'conform to the requirements of Fed. Spec. SS -S-00210 (GSA - FSS), and shall be Ram-Nek or approved equal." 5. Paragraph 701-2.5 JOINT MORTAR. Delete this; paragraph and insert the following: 01701-2.5 MORTAR. Mortar for connections to other drainage structures shall be composed of r 1 part, by volume, of portland cement and 2 l parts of mortar sand. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. Hydrated lime may 8-a f be added to the cement/sand mixture in an amount equal to 15% of the weight of, cement used. Hydrated lime shall meet the requirements of ASTM C 6." 6. Paragraph _701-2.6 OAKUM. Delete this paragraph. 7. Paragraph 701-2.7 JOINT FILLERS. Delete this paragraph. S. Paragraph 701-2.8 PLASTIC GASKETS. Delete this paragraph. 9. Paragraph 701-2.9 COMPRESSION JOINTS. Delete this paragraph. 10. Paragraph 701-3.2 BEDDING. The bedding class for pipe installed under this item shall be Class C. Delete references to all other types of bedding. 11. Paragraph 701-3.4 JOINING PIPE. Delete this paragraph and insert the.following: 11701-3.4 JOINING PIPE. Pipe joints for concrete pipe shall be of the tongue and groove type. The joints shall be a water tight joint. Each joint shall be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as recommended by the pipe manufacturer." 12. Add the following new paragraph: 11701-3.5 MORTAR. The mortar shall be of the desired consistency for caulking and filling between the pipe and the drainage structure. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted." 13. Paragraph 701-4.2.- Delete this paragraph. 14. Paragraph 701-4.3. Delete this paragraph. 15. Paragraph 701-5.1. Delete references to concrete for pipe cradles and rock excavation. 8-b SECTION 8 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item; shall consist of the construction of pipe culverts and storm drains in accordance with these: specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. 701-2.2 PIPE. Metallic Coated Corrugated Steel.Pipe '- (Type I, IR or II) ASTM A 760 Galvanized Steel Corrugated Structural Plates and Fasteners for Pipe, Pipe - Arches, and Arches Polymer Precoated Corrugated Steel Pipe ASTM A 761 for Sewers and Drains ASTM A 672 Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM A 899 Fiber -Bonded Asphalt, Composite Coated, Corrugated Steel Pipe ASTM A 885 Corrugated Aluminum Alloy Culvert Pipe ASTM B 745 Vitrified Clay Pipe ASTM C 700 Non -Reinforced Concrete Pipe ASTM C 14 Reinforced Concrete Pipe ASTM C 76 Reinforced Concrete D -Load Pipe ASTM C 655 Reinforced Concrete Arch Pipe ASTM C 506 Reinforced Concrete Elliptical Pipe ASTM C 507 Precast Reinforced Concrete Box Sections ASTM C 789 and C 850 Bituminous -Coated Corrugated Metal Pipe and Pipe Arches AASHTO M 190 Corrugated Aluminum Alloy Culvert Pipe AASHTO M 196 Bituminous -Coated Corrugated Aluminum AASHTO M 190 Alloy Culvert Pipe and M 196 Bituminous -Coated Structural Plate Pipe, AASHTO M 167 Pipe Arch, and Arches and M 243 Aluminum Alloy Structural Plate for Pipe, Pipe Arch, and Arches AASHTO M 219 Polyvinyl Chloride (PVC) Pipe ASTM D 3034 Corrugated Polyethylene Drainage Tubing AASHTO M 252 Corrugated Polyethylene Pipe AASHTO M 294 8-1 701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13 780 kPa) at 28 days and conform to the requirements of ASTM C 94. 701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C 443. Rubber gaskets for PVC pipe shall conform to the requirements of ASTM F 477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D.1056, for the "RE'' closed cell grades. 701-2.5 JOINT MORTAR. Pipe joint mortar shall consist of one part portland cement and two parts sand. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 701-2.6 OAKUM. Oakum for joints in bell and spigot pipe shall be made from hemp (Cannabis Sativa) line, or Benares Sunn fiber, or from a combination of these fibers. The oakum shall be thoroughly corded and finished. 701-2.7 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D 1190. 701-2.8 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). 701-2.9 COMPRESSION JOINTS. Materials for compression joints for vitrified clay pipe shall meet the requirements of ASTM C 425. CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter .of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 12 inches (300 mm) or one-half inch (12 mm) for each foot of fill over the top of ,the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The width of the excavation shall be at least 1 foot (30 cm) greater than the horizontal outside diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation. 8-2 Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply• a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe's verticaloutside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10 percent of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or selected sandy soil, all of which passes a 3/8 inch (9 mm) sieve and not more than 10 percent of which passes a No. 200 (0.075 mm) sieve. Class C bedding shall consist of bedding the pipe in its natural foundation to a depth of not less than 10 percent of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. c. PVC and Polyethylene Pipe. For PVC and polyethylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 -inch (13 mm). For pipes installed under paved areas, no more than 12 percent of the material shall 8-3 b. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth in. mm in. mm 1/2 12.5 1 25.0 1 25.0 2 50.0 2 50.0 3 75.0 2-1/2 62.5 3-1/2 87.5 c. PVC and Polyethylene Pipe. For PVC and polyethylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 -inch (13 mm). For pipes installed under paved areas, no more than 12 percent of the material shall 8-3 pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50 percent of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extend up around the pipe _ for a depth of not less than 50 percent of the pipe's vertical outside diameter. 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 JOINING PIPE. Joints shall be made with (1) portland cement mortar, (2) portland cement grout, (3) rubber gaskets, (4) _ oakum and mortar, (5) oakum and joint compound, or (6) plastic gaskets. Mortar joints shall be made with an. excess of mortar to. form a — continuous bead around the outside of .the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. Where oakum is used, the joint shall be caulked with the oakum and then sealed with joint compound or mortar. ^ a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before mortar or grout is applied. b. Metal Pipe. Metal pipe shall be firmly joined by form fitting bands conforming to the requirements of ASTM A 760 for steel pipe and AASHTO M 196 for aluminum pipe. c. PVC an d' Polyethylene Pipe. Joints for PVC pipe shall conform to the requirements of ASTM D. 3212. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252. 8-4 d. Vitrified Clay Pipe. Fittings for vitrified clay pipe shall conform to the requirements of ASTM C 700. Materials for compression joints shall conform to the requirements of ASTM C 425. 701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall be fine, readily compatible soil, or granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2 -inch (50.0 mm) sieve, chunks of highly plastic clay, or other objectionable material. No less than 95 percent of a granular backfill material shall pass through a 1/2 inch (12 mm) sieve, and no less than 95 percent of it shall be retained on a No. 4 (4.75 mm) sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) on both sides of the pipe and shall be brought up one foot (30 cm) above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) and shall be brought up evenly on both sides of the pipe to 1 foot (30 cm) above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter of 12 feet (3.5 m) , whichever is less. For PVC and polyethylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches (300 mm) over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet (meters) of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. 8-5 t 701-4.2,- The volume of concrete for pipe cradles to be paid for shall be the number of cubic yards (cubic meters) of concrete which is completed in place and accepted. 701-4.3 The volume of rock to be paid for shall be the number of cubic yards (cubic meters) of rock excavated. No payment shall be made for the cushion material placed for the bed of the pipe. BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot (meter) for each kind of pipe of the type and size designated; at the contract unit price per cubic yard (cubic meter) of concrete for pipe cradles; and at the contract unit price per cubic yard (cubic meter) for rock excavation. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item 701-5.1 Reinforced Concrete Pipe, Class III per linear foot (meter), for the various sizes specified. Item 701-5.2 Concrete for pipe cradles --per cubic yard (cubic meter) Item 701-5.3 Rock excavation --per cubic yard (cubic meter) MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic -Coated for Sewers and Drains ASTM A 761 Steel Galvanized, Corrugated Structural Plates and Fasteners for Pipe, Pipe -Arches, and Arches ASTM A 762 Precoated (Polymeric) Galvanized Steel Sewer and Drainage Pipe ASTM A 849 Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe 8-6 r ASTM A 885 Steel Sheet, Zinc and Aramid Fiber Composite Coated for Corrugated Steel Sewer, Culvert, and Underdrain Pipe ASTM B 745 Corrugated Aluminum Alloy Culvert Pipe ASTM C 14 Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C 76 Reinforced Concrete Culvert Storm Drain and Sewer Pipe ASTM C 94 Ready Mixed Concrete ASTM C 144 `Aggregate for Masonry Mortar ASTM C 150 Portland Cement n l l ASTM C 425 Compression Joints for Vitrified Clay Pipe ASTM C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C 506 Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C 507 Reinforced Concrete Elliptical Culvert, lvert, Storm Drain and Sewer Pipe ASTM C 655 Reinforced Concrete D -Load Culvert, Storm Drain and Sewer Pipe ASTM C 700 Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated ASTM C 789 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers ASTM C 850 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers with Less than 2 feet of Cover ASTM D 1056 Flexible Cellular Materials --Sponge or Expanded Rubber ASTM D 1190 Concrete Joint Sealer, Hot Poured Elastic Type ASTM D 3034 Type PSMPoly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D 3212 Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals 8-7 r ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe AASHTO M 190 Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M 196 Corrugated Aluminum Alloy Culverts and Underdrains AASHTO M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets AASHTO M 219 Aluminum Alloy Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M 243 Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M 252 Corrugated Polyethylene Drainage Tubing AASHTO M 294 Corrugated Polyethylene Pipe END ITEM D-701 8-8 Modifications to SECTION 9 ITEM D-752CONCRETE 'CULVERTS, -HEADWALLS, AND MISCELLANEOUS DRAINAGE STRUCTURES Item D-752 Concrete Culverts, headwalls, and Miscellaneous Drainage Structures of the project 'specifications shall be modified as follows: 1. 2. 3. 4. 5. Add the following new paragraph: 11752-2.2 WELDED STEEL GRATES. Welded steel grates shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM A 36 All welding shall conform to the AWS Structural Welding Code. Grates shall be galvanized in accordance with ASTM A 123." Paragraph 752-3.1 UNCLASSIFIED EXCAVATION. Delete the sentence in subparagraph "c" and 'insert the following: "The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure." Para h 75 last grap 2-3.1 UNCLASSIFIED EXCAVATION. Delete .the last sentence in subparagraph "d" and insert the following: "The cost of removal shall be included in the unit price bid for the structure." Paragraph 752-3.2 BACKFILLING. Delete the last sentence in subparagraph "d" and insert the following: "Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the structure involved." Paragraph 752-3.3 WEEP HOLES. Delete this paragraph and insert the following: 11752-3.3 INLET AND OUTLET PIPES. Inlet: and outlet pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface, unless 9-a otherwise directed. For concrete structures, the mortar shall be placed around these pipes so as to form a tight, neat connection." 6. METHOD OF MEASUREMENT. Delete paragraphs 752-4.1, 752-4.2 and 752-4.3, and insert the following: 11752-4.1 The number of concrete drainage structures shall be measured by the unit as shown on the plans and as listed in the proposal." 7. BASIS OF PAYMENT. Delete paragraph 752-5.1 and insert the following: 11752-5.1 The accepted concrete drainage structure shall be paid for at the contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling, and placing of the materials; furnishing and installation of connections to pipes and other structures; and for all labor, equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item D-752-5.1 Drainage structure, per each." 9-b SECTION 9 ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND MISCELLANEOUS DRAINAGE STRUCTURES DESCRIPTION 752-1.1 This item shall consist of reinforced concrete culverts, headwalls, and miscellaneous drainage structures constructed in accordance with these specifications, at the specified locations and.conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 752-2.1 CONCRETE. Reinforced concrete shall meet the requirements of Item P-610. CONSTRUCTION METHODS 752-3.1 UNCLASSIFIED EXCAVATION. la. Trenches and foundation pits for structures or structure 4 footings shall be excavated to the lines and grades or elevations shown on the plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the. bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing steel is to be placed. Co The Contractor shall do all bracing, sheathing, or shoring necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be: included in the unit price bid for excavation. 9-1 d. Unless otherwise provided, bracing, sheathing, or shoring involved therewith shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished concrete. The cost of removal shall be included in the unit price bid for excavation. e. After each excavation is completed, the Contractor shall notify the Engineer to that effect, and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 752-3.2 BACKFILLING. a. After a structure has been completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted. The field density of the compacted material shall be at least 90 percent of the maximum density for cohesive soils and 95 percent of the maximum density for noncohesive soils. The maximum density shall be determined in accordance with ASTM D 698. The field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. b. No backfilling shall be placed against any structure until permission is given. by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under the supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. c. Fill placed around concrete culverts shall be deposited on both sides at the same time and to approximately the same elevation. Care shall be taken to prevent any wedging action against the structure, and all slopes bounding or within the areas to be backfilled shall be stepped or serrated to prevent wedge action. d. Backfill will not be measured for direct payment. Performance of this work under the contract is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for "unclassified excavation for structures.'' 752-3.3 WEEP HOLES. Weep holes shall be constructed as shown on the plans. 752-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankment, shoulders, or as ordered by the Engineer. The Fw r i 7 Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 752-4.1 The quantity of unclassified excavation for structures to be paid for shall be the number of cubic yards (cubic meters), measured in original position, of material excavated in accordance with the plans, or as directed by the Engineer; but in no case shall any yardage be included in the measurement for payment which is outside of a volume bounded by vertical planes 18 inches (45 cm) outside of and parallel to the neat lines of the footings. 752-4.2 Concrete shall be measured by the number of cubic yards (cubic meters) of concrete, complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, false work, cofferdams, pumping, bracing, expansion joints, or finishing of the concrete. No deductions in yardage shall be made for the volumes of reinforcing steel or embedded items. 752-4.3 The quantity of reinforcing steel to be paid for shall be the calculated theoretical number of pounds (kilograms)placed as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars, as the case may be, of equal nominal size. BASIS OF PAYMENT 752-5.1 Payment will be made at the contract unit price per cubic yard (cubic meter) for unclassified excavation for structures; at the contract unit price per cubic yard (cubic meter) for concrete for the structures; and at. the contract unit price per pound (kilogram) for reinforcing steel. These prices shall be full compensation for furnishing all materials and for all preparation, excavation, and placing the materials, and for all labor, equipment, tools, and incidentals necessary to complete the structure. Payment will be made under: Item D-752-5.1 Unclassified Excavation for Structures - per cubic yard (cubic meter) 9-3 Item D-752-5.2 Structural Concrete - per cubic yard (cu- bic meter) Item D-752-5.3 Reinforcing Steel - per pound (kilogram) TESTING REQUIREMENTS ASTM D 698 Moisture -Density Relations of Soils and Soil - Aggregate Mixtures Using 5.5 lb (2.49 kg) Rammer and 12 -in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 2167 Density of Soil in Place by the Rubber -Balloon Method END OF ITEM D-752 9-4 Modifications to SECTION 10 ITEM P-609 SEAL COATS AND BITUMINOUS SURFACE TREATMENTS Item -P-609 Seal Coats and Bituminous Surface Treatments of the project specifications shall be modified as follows: 1. Paragraph 609-1.1. Delete this paragraph and insert the following: "This item shall consist of a bituminous surface treatment composed of a single application of bituminous material with 'latex additive and a precoated aggregate cover' placed on a prepared surface, in accordance with these specifications, and shall conform to the dimensions and typical cross section j shown on the plans." 2. Paragraph 609-1.2. QUANTITIES OF MATERIALS, PER SQUARE YARD. Delete Table 1 and insert the following: "TABLE 1. QUANTITIES OF MATERIALS Application No.1 Quantity of Aggregate = 125 S.Y./C.Y. j Quantity of Asphalt = 0.25 Gal./S.Y. Type of Asphalt = Asphalt Cement with Latex r Additive" 1. 3. Paragraph 609-2.1. AGGREGATE MATERIALS. Delete the first subparagraph and insert the followings "The aggregate material shall be either j crushed stone or crushed gravel." Delete all subsequent references to crushed slag and cover material. ;r l r r 10-a l 4. 5. 6. 7. Paragraph 609-2.1. AGGREGATE MATERIALS. Delete Table 2 and insert the following: Is TABLE 2. REQUIREMENTS FOR GRADATION OF AGGREGATE Grade Sieve Designation Percentage by (TSDHPT) (square openings) Weight Retained 5 1/2" 0 3/8" 0 - 2 No. 4 40 - 85 No. 10 98 - 100 Paragraph 609-2.1. AGGREGATE MATERIAL. Add the following to this paragraph: "All aggregates shall be treated (coated or fluxed) with a 0.5 to 1.5 percent by weight of precoat material of flux oil meeting the requirements of this specification and the approval of the Engineer. Water in an amount not to exceed 3 percent by weight of the mixture may be used in preparing the mixture. - In the event water is used in the mixing operation, adequate measuring devices shall be used and the water shall be administered to the mix through an approved spray bar. Materials that are not uniformly and properly coated or fluxed, as determined by standard testing procedures or in the opinion of the Engineer, will not be accepted for use." Paragraph 609-2.2. BITUMINOUS MATERIAL. In Table 3, delete all materials except AC -5. Add the following new paragraph: 11609-2.3 LATEX ADDITIVE. A minimum of two percent, by weight, latex additive (solids basis) shall be added to the AC -5 asphalt. The latex additive shall be governed by the following specifications: The latex is to be an anionic emulsion of butadiene -styrene low-temperature copolymer in water, stabilized with fatty -acid soap so as 10-b r 11609-3.1. WEATHER LIMITATIONS. Seal coat shall not be applied when the air temperature is below 700F. , the air temperature being taken in the shade and away from artificial heat. Seal coat shall not be applied when the temperature of the surface to be treated is below 800F. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. No seal coat shall be placed from September 1 to April 15. Seal coat shall not be applied using wet aggregate material or during sand, dust or rain storms. The pavement shall be free of surface moisture during periods of seal coat construction. No asphalt material shall be placed which will not allow completion of seal coat construction during daylight hours." 10-c r r 7 to have storage stability, and possessing the following properties: r Monomer ratio, B/S 70/30 Minimum solids content 67% Solids content per gal. 5.3 lbs. �. at 67% Coagulum on 80 -mesh screen 0.1% max. Type Anti -oxidant staining Mooney Viscosity of Polymer 100 min. (M/L4 @ 212 F) H of Latex gurface 9.4 - 10.5 tension 28 - 42 dynes/cm2 r- Brookfield Viscosity of 1200 ps max. @ 67% Latex solids r The finished latex -asphalt blend shall meet the following requirements: Viscosity at 140 F, stokes 1500 max. PON Ductility at 39.2 F. cm. 100 min. per min., cm Application temperature 380 - 4000F." 8. Paragraph 609-3.1. WEATHER LIMITATIONS. Delete this paragraph and insert the following: r 11609-3.1. WEATHER LIMITATIONS. Seal coat shall not be applied when the air temperature is below 700F. , the air temperature being taken in the shade and away from artificial heat. Seal coat shall not be applied when the temperature of the surface to be treated is below 800F. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. No seal coat shall be placed from September 1 to April 15. Seal coat shall not be applied using wet aggregate material or during sand, dust or rain storms. The pavement shall be free of surface moisture during periods of seal coat construction. No asphalt material shall be placed which will not allow completion of seal coat construction during daylight hours." 10-c 9. Paragraph 609-4.2, 609-4.3, and 609-4.4. Delete these paragraphs and insert the following: 01609-4.2. Precoated aggregate will be - measured by the cubic yard in vehicles as it is applied." 10. Paragraph 609-5.1. Delete the first sentence and insert the following: "Payment shall be made at the contract unit - price per gallon for bituminous material with latex for surface treatment and per cubic yard for precoated aggregate." 11. Paragraph 609-5.1. Delete payment items 5.2, 5.3, and 5.4 and insert the following: "Item P-609-5.2 Precoated Aggregate - per cubic yard" SECTION 10 ITEM P-609 SEAL COATS AND BITUMINOUS SURFACE TREATMENTS DESCRIPTION 609-1.1 This item shall consist of a bituminous surface treatment as a wearing course composed of a single application of bituminous material and aggregate cover placed on the prepared primed base or properly cured wearing surface, in accordance with these specifications, and shall conform to the dimensions and typical cross section shown on the plans. 609-1.2 QUANTITIES OF MATERIALS PER SQUARE YARD. The approximate amounts of materials per square yard (square meter) for the bituminous surface treatment shall be as provided in Table 1 for the treatment specified on the plans or in the special provision. The exact amounts to be used shall be determined by the Engineer. TABLE 1. QUANTITIES OF MATERIALS Application Quantity of Quantity of No. Aggregate Asphalt lb/sq yd (kg/sq m) gal/sq yd (1/sq m) 1 40-50 0.35-0.45 (21.7-27.1) (1.58-2.03) 0.40-0.50 (1.81-2.26) 2 20-25 0.15-0.25 (10.9-13.6) (0.68-1.13) 0.20-0.35 (0.90-1.58) 3 15-20 0.15-0.20 (8.1-10.9) (0.68-0.90) Type of Asphalt Asphalt Cement Emulsified Asphalt Asphalt Cement Emulsified Asphalt Emulsified Asphalt \1\ See Table 3 for grades of asphalt and spraying temperatures. MATERIALS t. 609-2.1 AGGREGATE MATERIALS. The aggregate material shall be either crushed stone, crushed gravel, or crushed slag. The cover material shall be screenings; sand may be used when specified. If the material is to be crushed stone, it shall be manufactured r from sound, hard, durable rock of accepted quality and crushed to c specification size. All strata, streaks, and pockets of clay, 10-1 dirt, sandstone, soft rock, or other unsuitable material accompanying the sound rock shall be discarded and not allowed to enter the crusher. If the material is to be crushed gravel, it shall consist of hard, durable, fragments of stone or gravel of accepted quality and crushed to specification size. All strata, streaks, and pockets of sand, excessively fine gravel, clay, or other unsuitable material including all stones, rocks, and boulders of inferior quality shall be discarded and not allowed to enter the crusher. The crushing of the gravel shall result in a product in which the material retained on the separate No. 4, 3/8 inch, and 1/2 inch (4.75 mm., 9 mm, and 12 mm) sieves shall have at least 75% of particles with at least one fractured face. Crushed slag. shall be air-cooled, blast furnace slag, reasonably uniform in density and quality, and shall weigh not.less than 70 pounds per cubic foot (1.12 mg/cubic meter) as determined by ASTM C 29. The crushed aggregate shall not contain more than 8%, by weight, of elongated or flat pieces and shall be free from wood, roots, vegetable, organic, or other extraneous matter. The crushed coarse aggregate shall have a percentage of wear not more than 40 at 500 revolutions, as determined by ASTM C 131. The aggregate shall show no evidence of disintegration nor show a total .loss greater than 121% when subjected to five cycles of the sodium sulphate accelerated soundness test specified in ASTM C 88. The crushed aggregate for the applications shall meet the requirements for gradation given in Table 2 when tested in accordance with ASTM C 136. TABLE 2. REQUIREMENTS FOR GRADATION OF AGGREGATE Aggregate for first application Sieve Designation (square openings) 1 inch (25.0 mm) 3/4 inch (19.0 mm) 1/2 inch (12.5 mm) 3/8 inch (9.5 mm) No. 4 (4.75 mm) 10-2 Percentage by Weight Passing Sieves 100 90-100 20-55 0-15 0-5 Aggregate for second application Sieve Designation (square openings) 1/2 inch (12.5 mm) 3/8 inch (9.5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) Percentage by weight Passing Sieves 100 85-100 10-30 0-10 0-5 Aggregate for third application Sieve Designation (square openings) 3/8 inch (9.5 mm) 1/4 inch (6.2 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 200 (0.075 mm) Percentage by Weight Passing Sieves 100 90-100 60-85 0-25 0-5 0-2 The gradations in the table represent the limits which shall determine suitability of aggregate for use for the specified applications from the sources of supply. The final gradations decided on, within the limits designated in the table, shall be uniformly graded from coarse to fine. The cover aggregate used in the third application shall be a light- colored material whose color and reflectivity shall be approved by the Engineer. The aggregate to be used shall show no evidence of stripping or 1 swell when tested in accordance with AASHO T 182 and T 101. The 1 use of antistrip agents for the control of stripping shall be used if necessary. r 609-2.2 BITUMINOUS MATERIAL. specifications, and application materials are shown in Table 3. specific material to be used. The types, grades, controlling temperatures for the bituminous The Engineer shall designate the 10-3 TABLE 3. BITUMINOUS MATERIALS Type and Grade Specification, Asphalt Cement AC 2.5, AC -5 ASTM D 3381 AR -1000, 2000 ASTM D 3381 120-150, 200-300 ASTM D 946 Spraying Temperature \1\ Deg. F Deg. C 275+ 135+ 280+ 140+ 270+ 130+ Emulsified Asphalt RS -1 ASTM D 977 70-140 20-60 RS -2 ASTM D 977 125-175 50-80 MS -1, HFMS-1 ASTM D 977 70-160 20-70 CRS -1 ASTM D 2397 125-175 50-80 CRS -2 ASTM D 2397 125-175 50-80 \1\ The maximum temperature for asphalt cements shall be below that at which fogging occurs. CONSTRUCTION METHODS 609-3.1 WEATHER LIMITATIONS. Bituminous material shall be applied only when the existing surface is dry and the atmospheric temperature is above 60 F (15 C). No material shall be applied when rain is imminent or when dust or sand is blowing. 609-3.2 OPERATION OF PITS AND;QUARRIES. The aggregate material shall be obtained from approved sources. The Contractor shall make all necessary arrangements for obtaining the material, and all work involved in clearing and stripping pits or quarries and handling unsuitable material shall be performed by the Contractor at his/her own expense. The material in the pits shall be handled so that a uniform and satisfactory product shall be secured. Unless otherwise directed, pits shall be adequately drained and shall be left in a neat and presentable condition with all slopes dressed uniformly. Quarries shall be left as neat and presentable as practicable. 609-3.3 EQUIPMENT AND TOOLS. The Contractor shall furnish all equipment, tools, and machines necessary for the performance of the work. a. Pressure Distributor. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of 10-4 tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. b. Aggregate Spreader. The aggregate spreader shall be a self-propelled mechanical spreader or truck -attached mechanical spreader capable of uniformly distributing aggregate at the specified rates. c. Roller. The roller shall be a pneumatic -tired roller with an effective rolling width of at least 60 inches (152 cm) and capable of exerting a minimum contact pressure of 40 pounds per square inch (280 000 newtons per square meter. d. Power Broom. A power broom and/or blower shall be provided for removing loose material from the surface to be treated. 609-3.4 PREPARING UNDERLYING COURSE. The surface of the underlying course shall be prepared, shaped, and conditioned to a uniform grade and section, as shown on the plans and as specified. Loose dirt and other objectionable material shall be removed from the surface. On those type of bases where a prime coat is required and specified, the prime shall be applied and satisfactorily cured before starting the bituminoussurface treatment. When specified, the Contractor shall be required to patch, with premixed material, any holes or other malformations deviating from the true cross section and grade. The premixed material shall be made of the bituminous material specified in the proposal or plans and prepared by the method as directed by the Engineer. All small patches shall be thoroughly hand tamped while the large patches shall be rolled with a power or pneumatic roller. 609-3.5 APPLICATION OF BITUMINOUS MATERIAL. Bituminous material shall be applied upon the properly prepared surface at the rate and temperature specified using a pressure `distributor to obtain uniform distribution at all points. To insure proper drainage, the strips shall begin along the centerline of the: pavement on a crowned section or on the high side of the pavement with a one-way slope. During all applications, the surfaces of adjacent r structures shall be protected in such manner as to prevent their being spattered or marred. Bituminous materials shall not be discharged into borrow pits or gutters or upon the airport area. 609-3.6 APPLICATION OF AGGREGATE MATERIAL. Immediately after the application of the bituminous material or when directed, the aggregates at the rate specified for each designated application shall be spread uniformly over the bituminous material. Trucks spreading aggregate shall be operated backward so that the 10-5 bituminous material will be covered before the truck wheels pass over it. The aggregate shall be spread in the same width of application as the bituminous material and shall not be applied in such thickness as to cause blanketing. Back -spotting or sprinkling of additional aggregate material, and pouring additional bituminous material over areas that- show up having insufficient cover or bitumen, shall be done by hand whenever necessary. Additional spreading of aggregate material shall be done by means of a motor -patrol grader equipped with broom moldboard, a broom drag, or a power broom, as directed by the Engineer. Immediately after spreading each application, the aggregate shall be rolled. The rolling shall be continued until no more aggregate material can be worked into the surface. In the construction of the second and third application, blading with the wire -broom moldboard attachment or broom dragging shall begin as soon as possible after the rolling has started and after the surface has set sufficiently to prevent excessive marking. Further blading and rolling on the strip being placed and on adjacent strips previously placed, shall be done as often as necessary to keep the aggregate material uniformly distributed. These operations shall be continued until the surface is evenly covered and cured to the satisfaction of the Engineer. Succeeding applications shall not be applied until the preceding application has set and in no case until at least 24 hours have elapsed. If dust, dirt, or other foreign matter accumulates on the surface between the applications, the Contractor shall be required to sweep and clean the surface as specified herein. The bituminous material and the aggregate shall be spread upon the clean and properly cured surface and handled as required. Extreme care shall be taken in all applications to avoid brooming or tracking dirt or any foreign matter on any portion of the pavement surface under construction. All surplus aggregate from the final application shall be swept off the surface and removed prior to final acceptance of the work. 609-3.7 CORRECTION OF DEFECTS. Any defects, such as raveling, low centers, lack of uniformity, or other imperfections caused by faulty workmanship, shall be corrected to the satisfaction of the Engineer. All defective materials resulting from over -heating, improper handling, or application shall be removed by the Contractor and replaced with approved materials as provided for in these specifications. 609-3.8 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, shall D r y F. be submitted and approval obtained before use of such materials begins. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bitumen shipped to the project. The report shall be.delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing sample materials as received for use on the project. 609-3.9 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed the Contractor shall file with the Engineer receipted bills where railroad shipments are made, and certified weight bills when materials are received in any other manner, of the: bituminous and covering materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage: has been taken by the Engineer. Copies of all freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 609-4.1 The bituminous material shall be measured by the gallon(liter). Volume shall be corrected to the volume at 60 F (15 C) in accordance with ASTM D 1250 for cutback asphalt and Table IV -3 of The Asphalt Institute's Manual MS -6 for emulsified asphalt. Water added to emulsified asphalt will not be measured for payment. 609-4.2 The quantity of aggregate application to be paid for shall be aggregate used for the accepted work. 609-4.3 The quantity of ;aggregate application to be paid for shall be aggregate used for the accepted work. materials for the first the number of tons (kg) of material for the second the number of tons (kg) of 609-4.4 The tonnage of aggregate for the third application to be paid for shall be the number of tons (kg) of aggregate used for the accepted work. BASIS OF PAYMENT 609-5.1 Payment shall be made at the contract unit price per gallon for bituminous material for surface treatment and per ton 10-7 for the first, :second and third aggregate application. These prices shall be full compensation for furnishing all materials and for all preparation, hauling and application of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-609-5.1 Bituminous Material --per gallon (liter) Item P-609-5.2 First Application Aggregate --per ton (kg) Item P-609-5.3 Second Application Aggregate --per ton (kg). Item P-609-5.4 Third Application Aggregate --per. ton (kg) ^' TESTING REQUIREMENTS ASTM C-29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse -- Aggregate MATERIAL REQUIREMENTS ASTM D 946 Penetration -Graded Asphalt -Cement for Use in Pavement Construction ASTM D977 Emulsified Asphalt ASTM D 1250 Petroleum Measurement Tables ASTM D 3381 Viscosity -Graded Asphalt -Cement for Use in _ Pavement Construction ASTM D 2397 Cationic Emulsified Asphalt END OF ITEM P-609 i SECTION 11 MODIFICATIONS TO EXISTING IRRIGATION SYSTEMS DESCRIPTION 11-1.1 This item shall consist of modifications to existing irrigation systems at two locations on the Airport property. The construction work shall be planned and coordinated to minimize the interruption of irrigation activities. MATERIALS 11-2.1 PIPE. Pipe for the irrigation system modifications shall be PVC pipe, and shall be manufactured from ASTM D 1784 Type 1, Grade 1 material. The pipe shall be PVC 1120 as specified in ASTM D 2241 and shall meet Soil Conservation Service practice for 80 PSI-SDR51 Irrigation Pipe. PVC pipe fittings shall conform to all general requirements set forth for the pipe with which they are to be used. 11-2.2 EQUIPMENT. Existing hydrants and air release valves may be removed and relocated by the Contractor, or the Contractor shall furnish and install new hydrants and air release valves equal in quality to the existing equipment. Any required additional equipment shall be equal in quality to existing equipment. The Contractor shall furnish and install the adapters required for installing reused equipment in the new pipe line, and for all connections to the existing lines. 11-2.3 STEEL PIPE FOR ENCASEMENT. Casing for crossings shall be new spiral or straight seam steel pipe meeting the requirements of ASTM A 139, Grade B, h -inch wall thickness, limited service pipe, or new welded and seamless steel pipe meeting the requirements of ASA B36.10, i -inch wall thickness limited service pipe, or approved equal. All casing shall be furnished with plain ends, beveled for r* welding. 11-2.4 CONCRETE. Concrete shall conform to the requirements of Item P-610 Structural Portland Cement Concrete. CONSTRUCTION METHODS 11-3.1 EXCAVATION AND TRENCHING. The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The depth of cover for all pipe lines on which the grades and elevations are not shown on the plans, shall in general be thirty-six (36) inches. The amount of cover may vary over or under 36 -inches as directed by the Engineer but in no case will the amount of cover be less than thirty (30) inches. I The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The ;maximum horizontal offset of the trench wall from bottom of trench to the top of the trench (undercutting) shall be four (4) inches. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of trench throughout the entire length of the pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. On the lines that are to be laid to established grades as shown on the plans, the trench shall be graded to the established grade. Any part of the trench excavated below grade shall be corrected by filling with approved material and thoroughly compacting. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of three inches below grade, refilled with selected material, and thoroughly compacted. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. Wherever necessary to prevent caving, the trench shall be adequately braced and sheeted. Trench digging machinery may be used to make trench excavations except in places where operation of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. The Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. Extreme care shall be used to prevent such damage and the Contractor shall be fully responsible for damage to any such lines. There will be no classification of or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by construction equipment. All excavated material shall be piled in a manner which will not endanger the work or existing structures and which will cause the least obstruction. The Contractor will be required to locate all known utility lines, including consumer service lines, far enough in it -2 advance to allow for any deviations that may be required from the established lines and grades. The Contractor shall not be allowed to disrupt the service on any utility lines except consumers' service lines, which may be taken out of service for short periods of time, if the Contractor obtains permission from the Engineer. The Contractor shall immediately notify the proper utility company of any damage to utility lines, in order that service may be established with the least possible delay. Any damage to existing lines and the repair of consumer lines which are authorized to be cut or temporarily taken out of service shall be repaired or replaced by the Contractor at his own expense, and as directed by an official representative of the utility company involved. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. Where pipes, conduits or concrete curbs, gutters, or other obstructions are encountered in the construction, the cost of tunneling shall be included as a part of the cost of the pipe line, or other pay items, complete in place. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor, and at the Contractor's expense. 11-3.2 FIFE LAYING. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular kind of pipe being laid and the degree of deflection shall be approved by the Engineer. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe and fittings shall be carefully lowered suitable tools or equipment, in such a manner as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. Before lowering into trench, the pipe shall be again inspected for defects. Any defective, damaged or unsound pipe and materials shall be rejected. 11-3 All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. Where new pipe connects with existing pipe of another size or type, the Contractor shall furnish and install the necessary adapter fittings to make the connection. Reaction or thrust backing shall be applied to all pipe lines at all tees, plugs, caps, and at bends deflecting 11-34- degrees t-4degrees or more. Concrete shall be used for backing the pipe and fittings. The backing shall be placed between solid ground and the fitting to be anchored; the area of bearing on the pipe and on the ground in each instance shall be adequate to prevent displacement of the pipe or fitting and shall be approved by the Engineer. The backing shall be so placed that the pipe and fitting joints will be accessible for repair. All pipe shall be laid in accordance with manufacturer's _ -recommendations. All lines shall be tested prior to backfilling and all leaks shall be repaired. Repairs shall be made with the approval of the Engineer. 11-3.3 BACKFILLING. As soon as practicable after completion of laying and jointing of the pipe, the trench shall be backfilled. All trenches shall be backfilled to a point six (6) ^ inches above the top of the pipe with selected backfill material free from rocks, boulders or other unsuitable -materials. The backfill material shall be placed in four (4) inch layers, moistened if necessary, and thoroughly compacted under and on each side of the pipe up to 6 inches above the pipe. Mechanical or hand tampers of a type approved by the Engineer shall be used in tamping the backfill. The backfill shall be compacted to the density required for embankments in unpaved areas under Item P-152 Excavation and Embankment. Under paved areas, the subgrade and any backfill shall be compacted to the density required for embankments for paved areas under Item P-152. Movement of construction machinery over a pipe line shall be at the Contractor's risk. Any pipe damaged thereby shall be replaced at the expense of the Contractor. 11-3.4 INSTALLATION OF PIPE ENCASEMENT. The Contractor shall install pipe encasement of the size and at the locations as shown on the drawings. 11-4 Where encasement is to be installed on existing pipe lines, the encasement pipe shall be cut in two equal halves with longitudinal cuts. The cuts shall be made with a cutting torch, or other approved method, and shall be cut to a straight line. One of the halves shall then be placed underneath the existing pipe. Supports shall be installed at five foot intervals. The supports shall be of sufficient thickness to prevent support of the pipe on the pipe bells. The other half of the encasement shall then be placed over the pipe and the longitudinal cuts shall be welded by continuous weld from end to end. Where new pipe lines are to be encased, the encasement shall be installed. without cutting. The pipe shall then be installed inside the encasement. Supports shall be installed on the pipe at five foot intervals to prevent support of the pipe by the pipe bells. After the encasement has been properly installed, the trench shall be backfilled as specified above for backfilling pipe. 11-3.5 SEALING EXISTING WATER,WELL. The existing water well which is to be sealed shall be filled with concrete sand and plugged with concrete as shown on the drawings. Concrete shall meet the requirements of Item P-610 Structural Portland Cement Concrete, except that the 28 -day compressive strength need not exceed 3,000 psi. Backfill above the sealed well shall be placed and compacted in accordance with Item P-152 Excavation and Embankment. METHOD OF MEASUREMENT AND BASIS OF PAYMENT 11-4.1 Modifications to the existing irrigation system required. as part of Base Bid -Proposal B Emergency Access Roads will be measured and paid for on a lump sum basis. This item shall include, but not be limited to, the following: Relocate 7 hydrants. Install approximately 460 linear feet of 8 -inch PVC line. Install approximately 280 linear feet of 12 -inch casing. Install approximately 40 linear feet of 12 -inch casing around an existing 8 -inch line. Other related items of work. 11-5 11-4.2 Modifications to the existing irrigation system required as part of Additive Alternate No. 2 will be measured and paid for on a lump sum basis. This item shall include, but not be limited to, the following: Relocate 7 hydrants. Install approximately 1,415 linear feet of _8 -inch PVC line. Connect to existing 16 -inch concrete line. Furnish and install 2 air relief valves. Remove standpipes and plug line. Seal existing well. Other related items of work. 11-4.3 The lumps sum price bid for each item as stated in the Proposal shall include furnishing all labor, superintendence, machinery, equipment and materials necessary to complete the various items of work in accordance with the plans and specifications. END OF SECTION 11-6 SECTION 12 MISCELLANEOUS CONSTRUCTION DESCRIPTION 12-1.1 GENERAL. This item shall consist of furnishing and j" installing stake mounted signs, furnishing and installing split LL duct, removal and relocation of existing chain link fencing, and furnishing and installing cantilever gates. MATERIALS AND CONSTRUCTION METHODS 12-2.1 STARE MOUNTED SIGNS. Signs shall be constructed of aluminum sheet and shall meet the requirements of Item 636, Aluminum Signs (Type A) of the. Standard Specifications of the Texas C State Department of Highways and Public Transportation. Coloring, messages and lettering shall be as shown on the drawings. Sign supports shall meet the requirements of Item 646, Roadside Traffic Sign Supports (Steel Pipe) of the above referenced specifications. Frangible couplings shall be provided as shown. t Sign supports shall be imbedded in a drilled hole as shown on the drawings. The hole shall be filled with concrete. The supports shall be set plumb, and braced until the concrete has cured a minimum of 24 hours. No sign shall be attached to the support until the concrete has cured at least 72 hours. 12-2.2 SPLIT DUCT. Where existing conduit or cable is to be left in place under new paved areas, "a split duct shall be used. Split duct shall be prepared using plastic duct meeting the requirements of Fed. Spec. W -C -1094A and shall be Type II, Schedule 40 PVC. The split duct shall be placed surrounding the existing conduit or cable and reassembled by securely banding with steel straps, prior to placing concrete encasement. Care shall be taken in uncovering conduit or cable and installing the split duct to F prevent damage to the conduit or cable. 12-2.3 RELOCATED CHAIN LINK FENCING. Where. noted on the drawings, existing chain link fencing shall be removed and reinstalled at the new location. Prior to removing the existing fencing, a temporary fence shall be constructed to maintain security. The type and location of the temporary fence shall be approved by the Engineer. Existing fabric, barbed wire, line posts and top rail shall be removed and stored for later reuse. Concrete shall be removed from line posts and disposed of off Airport property. Holes shall be �.• filled and tamped level with the adjacent ground. 12-1 w. 4- New corner posts shall be set at the intersections of the existing and relocated fence. A brace shall be installed in the fence line on either side of the new corner post. The fence line shall be cleared for a minimum of 2 feet on each side. Salvaged line posts shall be installed in drilled holes and backfilled with concrete. Concrete shall be allowed to cure for seven days before fabric is attached. After the relocated fencing is completed, the temporary fence shall be removed and the area cleaned up. Any removed materials not used to construct the relocated fence shall be delivered to the Owner's warehouse. 12-2.4 GATES. New gates shall be single cantilever of the size noted in the proposal. The gate frame shall be constructed of materials meeting the requirements of Fed. Spec. RR -F-191/3, and shall be of the size noted on the drawings. The fabric shall be woven with a 9 -gauge galvanized steel wire in a 2 -inch mesh and shall meet the requirements of ASTM A;392, Class II. Barbed wire shall be 2 -strand 12h gauge zinc -coated or aluminum -coated wire with 4 -point barbs and shall conform to the requirements of ASTM A 121, Class 3 or ASTM A 585, Class II. New gate posts of the size specified shall be set in the existing fence line. A brace shall be installed in the fence on either side of the new gate. Every gate shall be provided with a locking device suitable for pad locking. All gates shall be hung on gate fittings as shown on the plans. Gates shall be erected to slide in the direction indicated and shall be provided with gate stops. All hardware shall be thoroughly secured, properly adjusted, and left in perfect working order. Supports and diagonal braces in gates shall be adjusted so that the gate will hang level. MEASUREMENT AND PAYMENT 12-3.1 GENERAL. The unit price bid for each item as stated in the proposal shall include furnishing all labor, superintendence, machinery, equipment and materials necessary to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans and called for in the specifications and for which no separate payment is made shall be included inthebid price for the various pay items. 12-3.2 STARE MOUNTED SIGN. Stake mounted signs shall be measured and paid for at the contract unit price per each. Each stake mounted sign shall consist of one double-faced information sign and one single -faced stop sign. 12-2 12-3.3 SPLIT DUCT. §pii duct,' concrete encased, shall be measured and paid for at the contract unit price per linear foot. 12-3.4 RELOCATED CHAIN LINK FENCING. The actual length of relocated chain link fencing shall be measured and paid for at the contract unit price per linear foot. 12-3.5 GATES. New single cantilever gates will be measured and paid for at the contract unit price per each. END OF SECTION Mac] Modifications to SECTION 13 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION# SOIL EROSIONr AND SILTATION CONTROL Item P-156 Temporary Air and Water Pollution, SoilErosion, and r Siltation Control of the project specifications shall be modified as follows: 1. Sections METHOD OF MEASUREMENT and BASIS OF PAYMENT. Delete these sections and insert the followings "METHOD OF MEASUREMENT AND BASIS OF PAYMENT The performance of this work shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor covered under other contract items. The cost of temporary air and water pollution, soil erosion, and siltation control shall be included in the unit bid price of such pay items and no direct payment will be made:for r this work." t. i 13-a SECTION 13 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL w DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures.specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 GRASS. Grass which will not compete with the grasses sown later for permanent cover shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing.a temporary cover. 156-2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. 13-1 CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on 'haul roads and borrow pits and a pian for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 AUTHORITY OF ENGINEER.The Engineer has the authority to limit the surface area of erodible 'earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes,the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily 'to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. 13-2 The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in r keepingthe finish grading, mulching, seeding, and other such t permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. The Engineer may increase or decrease the area of erodible earth �• material to be exposed at one time as determined by analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by'the Contractor during the construction period. 0 Whenever construction equipment must cross watercourses at frequent intervals,' and such crossings will adversely affect the sediment levels, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls will be performed as scheduled or ordered by the Engineer. Completed and accepted work will be measured as follows: a. Temporary seeding and mulching will be measured by the square yard (square meter). b. Temporary slope drains will be measured by the linear. foot (meter) . c. Temporary benches, dikes, dams, and sediment basins will be measured by the cubic yard (cubic meter) of excavation performed, including necessary cleaning of sediment basins, and the cubic yard (cubic meter) of embankment placed at the direction of the Engineer, in excess of plan lines and elevations. 13-3 d. All fertilizing will be measured by the ton (kilogram). 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste -- areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the items to which they apply. BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4.1 will be paid for under: .Item P-156-5.1 Temporary seeding and mulching --per square yard (square meter) Item P-156-5.2 Temporary slope drains --per linear foot (meter) Item P-156-5.3 Temporary benches, dikes, dams and sediment basins --per cubic yard (cubic meter) Item P-156-5.4 Fertilizing --per ton (kilogram) Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05. END OF ITEM P-156 13-4 SPECIAL CONDITIONS SPECIAL PROVISIONS R SP -1. SCOPE OF WORK The project described in these specifications and the accompanying drawings consists a Base Bid - Proposal A, for Terminal Apron Access Roads; a Base Bid - Proposal B, for emergency access roads; and Additive Alternates Nos. 1-4 for emergency access roads. The items of work in the Base Bid - Proposal A for terminal apron access roads consist of the construction of approximately 10,500 square yards of bituminous pavement, rexcavation and grading, marking and related items of work. The items of work in the Base Bid - Proposal B for emergency access roads consist of the construction of approximately 52,000 square yards of bituminous pavement, excavation and grading, drainage structures, marking and other related items of work. Four additive alternates provide for additional emergency road construction. Each alternate consists of the construction of bituminous pavement, excavation and grading, drainage structures, marking and other related items of work. A single contract will be awarded for the work included in the Base Bid - Proposal A and the Base Bid - Proposal B. Work in the additive alternates will be included in the contract with the Base Bids if funding is available. All labor, materials and equipment necessary to complete the work called for in these specifications and shown on the plans shall be furnished by the Contractor. Payment for the various items of work will be made as specified under the various payment paragraphs of the technical sections. SP -2. TIME AND ORDER OF COMPLETION The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his own choosing to the best interest of the project. However, the work shall be conducted in such manner and with such materials, equipment and labor as may be required to insure completion in accordance with the plans and specifications within 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. SP -1 Other contractors will be performing work for the Owner -� in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be required to insure that all work can _ be carried out with the least possible interference with the operation of other: contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Engineer reserves the right to control and "- direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as - access to these areas. The Contractor shall 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. The new terminal apron and emergency access roads are connected to existing taxiways, aprons and runways by spur roads. Where these spurs connect to taxiways and aprons, the construction of the spurs will be accomplished while the taxiways or apron remain in use by aircraft. The construction shall be barricaded and lighted as specified, and the time of construction shall be coordinated with the Engineer. When a spur -connects to a runway, the construction up to a point 250 feet from the runway centerline can be accomplished at any time. The remaining portion of the construction can only be accomplished when the runway is closed. Another current project at the Airport will have the primary Runway 17R -35L closed for an extended time. Spurs to Runway 17R -35L will be constructed and completed while this runway is closed. That portion of the spurs between the edge of Runway 8-26 and a point 250 feet from the centerline of Runway 8-26 will be constructed after Runway 17R -35L is opened and after Runway 8-26 is closed. This construction will be completed in a period not to exceed 7 calendar days. SP -3. 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 �13 r 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 F" specific permission. All operations shall be coordinated, through the Engineer, with the Director of Aviation, to the end that no j' interference with aircraft traffic on active runways, taxiways or ll aprons will result from the operations of the Contractor., Construction activities will not be allowed within the safety areas of any active runway or taxiway. The taxiway safety area is defined as the area within 131 feet of the centerline of any taxiway or taxilane. The runway safety area is defined as the area 250 feet of the centerline of any runway when aircraft are operating under Visual Flight Rule (VFR, clear weather) conditions, or within 570 feet of the centerline of any runway when aircraft are operating under Instrument Flight Rule (IFR, inclement weather) conditions. VFR or IFR conditions shall be determined by the Lubbock Air Traffic Control Tower personnel. The Contractor shall maintain flagmen, as may be required, to direct his construction traffic if it becomes necessary for such traffic to cross or travel along any active taxiway or runway. Traffic shall be directed away from these facilities whenever possible and no traffic shall ever cross an active runway or taxiway without having proper clearance from the control tower. ( Trenches and manhole excavations within the limits of the safety area of any airfield paving shall be backfilled as outlined in these specifications by the end of the work day or work period. Excavations outside the safety areas of any active airfield paving shall be barricaded as outlined in these specifications to the satisfaction of the Engineer by the end of each work day or work period. All excavations shall be backfilled as soon as practicable. No open excavations shall be allowed within the safety area of any active airfield pavement. The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Aprons, runways and taxiways will be closed SP -3 r as required for proper execution of the work as provided in above paragraphs. The Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint himself with the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by the Contractor's workmen shall result in the discharge of such men in accordance with the General Conditions. Continued violations of safety rules and regulations by the Contractor, after having been notified of such violations by the. Engineer, shall constitute grounds for suspending the Contractor's operations until steps are taken that will insure a safe operation. The Contractor shall be required to equip vehicles used by the superintendent or foreman on the project with a radio receiver/transmitter(s) for maintaining direct communication with the FAA control tower at Lubbock International Airport. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, taxiway, or apron, or as directed by the. Engineer. The Contractor shall have an adequate number of radios to maintain communication in all areas of work. The Contractor shall provide an area for parking all equipment not being used for construction purposes, and for parking of employee vehicles. This area shall be located away from the operational area of the airport in an area approved by the Engineer and the Director of Aviation. No employee or other unauthorized vehicles will be allowed within the operational area of the — airport. Hauling routes shall not be along or across any paved — airport street, road, apron, taxiway or runway without specific written authorization from the Engineer and the Director of Aviation. Any damage incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as required by the Engineer and the Director of Aviation. As a minimum, repair shall include a single course sealcoat of paved surfaces and other requirements as may be identified for the specific route. 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. SP -4 The Contractor 'shall maintain the paved surfaces of runways, taxiways, aprons and roads which are used for hauling routes in a clean condition, suitable for use by aircraft or r. vehicular traffic, 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. The Contractor shall be subject to a pre -construction conference to discuss phasing and project safety control after award of contract. SP -4. AIRPORT OPERATIONS SECURITY SP -4.1 General Airport security is a vital part of the Contractor's responsibilities during the course of this project. Airport security, nationwide, 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 l Department (LIAPD) and the Federal Aviation Administration (FAA) l shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers or representatives at all times during theexecutionof this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. SP -4.2 Airport Operations Area (AOA) tThe Airport operations area (AOA) shall be t defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifi- cally reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. SP -4.3 IAPD-Issued Security Badges The Contractor shall be responsible for obtaining a photo -identification security badge issued by the LIAPD for each supervisor or foreman of each work crew working within the AOA. The Contractor shall obtain LIAPD security badges for at least one member of each work crew working in separate areas of the AOA. It is the intent of these specifications that all individuals responsible to the Contractor, including the: Contractor's employees, subcontractors suppliers or representatives, either obtain and display an LIAPD security badge' or obtain and display SP -5 i a Contractor issued identification badge, as specified below. AND be escorted or directly supervised by an individual displaying a current LIAPD security badge. The Contractor may 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. The Contractor shall conduct a background check of each applicant for an LIAPD security badge utilizing standard background check forms provided by the LIAPD. The Contractor shall be responsible for completing the required forms, and for submitting the forms to the LIAPD for their review as early in the project as possible to avoid any construction delays. Forms for completing the required background check shall be available through the Director of Aviation's office after award of the project. The background check shall show proof of a minimum five (5) year employment record and will be reviewed by the LIAPD. The LIAPD shall be responsible for reviewing the background checks. Only persons whose application is approved by the LIAPD shall be issued security badges.. The LIAPD reserves the right. to bar from the AOA any individuals found by the background check to be, in the opinion of the LIAPD, a risk to AOA security or safety. At the completion of this project, the Contractor shall return all LIAPD-issued security badges to the LIAPD. The LIAPD will charge an additional one hundred dollar ($100.00) fee for each lost or destroyed LIAPD-issued security badge. All LIAPD-issued security badges must 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. SP -4.4 Contractor -Issued Identification Badges The Contractor shall be responsible for the identification of each of the Contractor's employees, subcontrac- SP-6 r r tors, suppliers and representatives while these individuals operate within the AOA. The Contractor shall be responsible for issuing identification badges to each of the Contractor's employees, subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and telephone number of each person issued a badge. The Contractor's record of all employees issued an identification badge shall be made available upon the request of the LIAPD, the Director of Aviation or the Engineer. The format and content of the Contractor -issued identification badge shall be approved by the LIAPD prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall be worn in an easily visible location on the person issued the badge at all times while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but shall be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor - issued identification badges shall be renewed by the Contractor every thirty (30) days during the project construction period. The Contractor shall be responsible for all Contractor -issued identifi- cation 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. not allow unlimited permit only escorts portions of the AOA The Contractor -issued identification badge does access to all areas within the AOA, but will d or directly supervised access to only those under construction by the Contractor. Every 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 SP -7 security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LIAPD security arrangements. SP -4.5 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 employees' personal automobiles. This area may also be used for storage of the Contractor's equipment and materials. The limits of this parking/storage area shall be as directed by the Engineer. At the completion of this project, any damage done by the Contractor to this storage area shall be repaired to the satisfaction of the Engineer at no additional cost to the Owner. Repairs shall include, but not be limited to, regrading and reseeding any damaged areas. The Contractor shall be responsible for, and shall control all movement through, the Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by the Contractor, the gate shall be securely locked by the Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, the Contractor shall provide the Director of Aviation and the LIAPD with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used by secure the Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that the Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the Engineer, leave the gate open and provide a full- -time watchguard at the gate. The watchguard shall be approved for and shall possess an LIAPD-issued security badge. If this security arrangement is desired and approved, the gate shall be manned by the watchguard as long as the gate remains open. The watchguard shall be the Contractor's representative and shall be responsible for all movement through the gate. Again, only authorized persons and vehicles shall be allowed.by the Contractor's watchguard to enter the AOA. At the Contractor's option, and upon approval of the Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. SP -4.6 Vehicle Escorts. All vehicles responsible to the Contractor, such as supplier's vehicles, entering the AOA shall be escorted by SP -8 i an approved Contractor escort vehicle from the point of AOA entry to the construction site. The escort vehicle shall be clearly identified with standard. FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with the Contractor's name. The escort vehicle will be responsible for leading supply, delivery or other vehicles across the active 4, airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle shall be approved for, shall be issued, and shall display an LIAPD security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures. The escort vehicle shall be equipped with an FAA radio, as specified herein, and the driver of the escort vehicle shall be familiar with the FAA radio and its operation, and shall obey all instructions from the Air Traffic Control Tower. All Contractor's employees, subcontractors, suppliers and representatives driving within the AOA shall attend a driver orientation conducted by the Airport staff. SP -4.7 Challenging Unauthorized Personnel or Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LIAPD security badge shall be responsible for challenging any person or vehicle found . on the AOA or other non-public areas who is not displaying a valid LIAPD security badge, or who cannot produce a valid LIAPD security badge, or who is not under escort or under the direct supervision of a person possessing a valid LIAPD security badge. The challenge shall consist of notifying the person that he is within a restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, the LIAPD shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until the LIAPD arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of the LIAPD and shall be immediately confiscated by the LIAPD or the Director of Aviation. SP -4.8 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 SP -9 FAA must be approved prior to the erection of the crane or other hoisting device. When requesting approval for the use of a crane or other hoisting.device, the following information is required: 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. 3. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of operation of crane or other hoisting device. The top of the crane or other hoisting device shall be marked with a 3 -foot square 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 off the Director of Aviation or the Engineer. The Contractor shall notify the Engineer and Director of Aviation at least forty-eight (48) hours prior to actual erection of the crane or other hoisting device. SP -5. 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 SP -10 1 limited to (1) regrading disturbed areas; (2) w 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 r restoration shall be to the satisfaction of the ! Director of Aviation. 4. Prior to moving into an unpaved area, the Contractor shall remove and stockpile a minimum of 6 -inches of existing topsoil. After completion of the project and after clearing the site of materials, equipment and debris, the Contractor shall replace, spread and grade the salvaged topsoil, followed by seeding and fertilizing. !: 5. All restoration activities shall be accomplished in accordance with applicable technical. specifications of these documents. 6. No direct payment will be made to the Contractor '., for restoring plant site, storage or office areas. 7. An area immediately west of the Air Traffic Control Tower, and north of Runway 8-26, has been used as'a plant site for previous construction projects. If the Contractor uses this area as his plant site, and uses the existing Tower Access Road from F.M. 1294 as the haul route for construction materials, the Contractor shall rehabilitate the Tower Access Road at the completion of the project. Rehabilitation of the existing roadway shall include, but not be limited to, repairing all pavement areas damaged by the Contractor's activities, to the satisfaction of the Engineer, and applying a single course bituminous seal coat on the full width and length of the Tower Access Road, from F.M. 1294 to the Air Traffic Control Tower entrance. The seal coat shall. consist of the application of bituminous material (AC -5) at a rate of 0.25 to 0.40 gallons per square yard, and aggregate (TxDOT Grade 5) at a rate of 1 cubic yard r of aggregate per 95 to 115 square yards of pavement. The exact application rates shall be determined by the Engineer at the time of rr construction. The seal coat shall be raked and �^ rolled with a pneumatic roller, and swept prior to remarking. Remarking of the Tower Access Road �.. shall be to match existing markings. No separate measurement or payment shall be made for SP -11 - r rehabilitation or remarking of the Tower Access Road. These improvements shall be considered subsidiary to the contract, and shall be included in other items of work in'the contract. SP -6. PROTECTION OF PROPERTY The Contractor shall exercise care to prevent damage to all structures, either above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. The Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. The Contractor shall be responsible for all damage done to either public or private property during the course of construction except as specifically provided otherwise in these specifications. Various existing underground utilities and structures are shown on the plans. Their locations are believed to be reasonably accurate but are not guaranteed. Though an effort has been made to locate and mark, on the plans, all underground utilities, the Contractor is herein warned that unmarked utilities may exist within the construction area. Prior to construction, the Contractor shall coordinate his activities with FAA facilities at Lubbock International Airport. Certain runway and taxiway lights and signs and electrical cables are not scheduled to be removed or abandoned under this contract. The Contractor shall take all steps necessary to protect these existing facilities during construction to assure continuous operation of lights for runways and taxiways which will be open for night operations. SP -7. PAYMENT Partial payments and final payment for work covered herein will be made in accordance with the provisions of the GENERAL CONDITIONS. SP -8. AFFIDAVIT OF BILLS PAID Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of these improvements, have been paid in full, including any retainage, and that there are no claims pending, of which he has been notified. SP -12 Ir r SP -9. CALENDAR DAY Time for completion of the project and for liquidated damages shall be in accordance with the provisions of the GENERAL CONDITIONS, Paragraph GC -33. A calendar day is defined as every day shown on the calendar. SP -10. ELECTRIC POWER AND NATURAL GAS The Contractor shall make his own provisions for his electrical, natural gas and other fuel requirements and shall pay for electricity, gas or fuel consumed during the construction of the project. The Contractor shall construct his own service lines and such construction shall be in strict accordance with all applicable codes and laws. SP -11. 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 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 noz mainzainea in an acceptable manner. A twenty-five dollar SP -13 ($25.00) charge will be assessed the Contractor for each light, per ._ _ _ -_-_--A- 5.... U., nr.n,er l c ncrcnnnAl nr SP -12. WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. SP -13. MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material source or mix design. The City will bear the cost of all passing commercial laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of the Contractor. Base Materials Tests required on all materials, prior to use of such materials. Concrete Aggregate Tests required, prior to use, for approval of source. Cement Certified mill test on each car of cement. Concrete Concrete mix designs for all concrete proposed, as required in the specifications. Asphalt Certified plant tests and certificates of compliance with each shipment. Bituminous Surface Tests on all aggregates, prior Courses (Hot Mix to use, for approval of source; Asphaltic Concrete asphalt tests as required above; tests necessary for the establishment of approved job mix; mix designs for proposed material, as required in the specifications. Where only small amounts of any material are used or where compliance with the specifications can be determined by SP -14 r r visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources: of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source. SP -1.4. PROGRESS SCHEDULE Within fourteen (14) days after award of the contract, the Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to the Engineer and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve," with the'tonthly 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. Revisions or changes in the approved progress schedule may be made only with approval of the Engineer. SP -15. PREVENTION OF AIR AND WATER POLLUTION The Contractor shall use suitable precaution to minimize air and water pollution during the progress of work. The Contractor shall comply with directives given by the Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156 entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control." Item P-156, entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control," is included in the technical specifications for this project. SP -16. PUBLIC CONVENIENCE AND SAFETY Materials stored on the airport shall be so placed and the work shall, at all times, be so conducted as to cause no greater obstruction to the air and ground traffic than is considered necessary by the Engineer. In protecting operational areas, the minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation Regulations. During construction of the project, the Contractor shall also maintain operational safety on the Airport in accordance with FAA's Advisory Circular 150/5370-2C, "Operational Safety on Airports During Construction." No runway, taxiway, apron, or roadway shall be SP -15 closed or opened except by express permission from the Engineer and Director of Aviation. The Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt and other debris in areas where hauling is permitted on or across any active apron, runway or taxiway, or in areas temporarily closed which are subject to opening on short notice. All rocks, gravel, dirt or other debris shall be removed immediately by the Contractor. SP -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 Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance policy specified in the General Conditions, Paragraph 28B, shall also include the Engineer as an insured. A copy of this policy shall be delivered to the Owner and to the Engineer. The cost of this separate policy shall be included in the Proposal under the appropriate item. A Certificate of Insurance is included in the Specifications and Contract Documents for this project. The Contractor will be required to have five (5) extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with the Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. SP -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 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 SP -16 shall be properly disposed of off the airport property by the Contractor. SP -19. CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Any deviation from the plans which may be required by the exigencies of construction shall be determined by the Engineer and authorized by him in writing. SP -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 Contractors expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of the work and replaced with satisfactory material by the Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractors risk and will be considered unauthorized and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and replaced at the Contractor's expense. Upon the failure of the Contractor to repair satisfac- torily or to remove and replace, if so directed,rejected, [ unauthorized, or condemned work or materials immediately after receiving formal notice from the Engineer, the Owner may recover for such defective work or materials on the Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor, which cost will be deducted from any money due him. SP -21. 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 SP -17 this contract and will in no way interfere with the rights of _ either party to the contract. SP -22. INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, his agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents or employees, including attorney's fees. The Contractor shall indemnify. and hold harmless and defend the Owner and all of the Owner's officers, agents and employees from all suits actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Owner, the Owner's officers, agents and employees, whether such negligent act was the sole proximate cause of the injury or damage or .a proximate cause jointly and concurrently with the Contractor or the Contractor's employees', agents' or subcontractors-' negligence in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents or employees, including attorney's fees. The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in the furtherance of the performance of this contract. When the Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. SP -23. OPENING OF SECTION OF AIRPORT TO TRAFFIC The opening of any section of the work will be held as an acceptance of said section but shall not be considered as a waiver of any of the provisions of these Specifications or Contract. Pending f inal completion and acceptance of the work, all necessary SP -18 r repairs and renewals on any section opened, due to defective material or work, to natural causes other than ordinary wear and tear, or to the operations of the Contractor, shall be performed by M and at the expense of the Contractor. SP -24. CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by the Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part of the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the work occasioned by any of the above causes before its completion and acceptance. SP -25. CORRECTION OF FAULTY WORK AFTER FINAL PAYMENT The making of the final payment by the Owner to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The Contractor shall promptly replace any such defects discovered within one year from the date of written acceptance of the work. The Performance Bond shall remain in effect until one year after the date of the written acceptance of the work to insure compliance by the Contractor with the requirements of this paragraph. SP -26. SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall coordinate his work and theirs. The Contractor's coordination with other contractors shall require the approval of the Engineer. SP -27. SHOP DRAWINGS The Contractor shall submit to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, six copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed. If the Contractor and/or the Manufacturer desires SP -19 additional approved sets, the number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from _ responsibility for errors of any sort in shop drawings or schedules. SP -28. ENGINEER Whenever the word Engineer is used in this Contract, it shall be understood as referring to Older Engineering, Inc., Consulting Engineers, Lubbock, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP -29. ENGINEER'S FIELD OFFICE The Contractor shall furnish an office at the site of the work for use by the Engineer. The building shall be provided immediately after work on the project is begun and shall remain in place until the project is accepted as complete, unless its earlier removal is authorized by the Engineer. It shall be floored and roofed, weather -tight, insulated and constructed in a workmanlike manner. All windows shall be screened and a screen door provided in addition to the regular door. It is contemplated that the building will be constructed of the same kind of material as that used by the Contractor for his office and job buildings. It shall be an independent unit, detached from any office, storage or warehouse building occupied by the Contractor, and shall be at a minimum clear distance of 50 feet from any such building. The building shall be for the sole use of the Engineer and the resident force. Should the building be destroyed or damaged in any manner, except through causes due the negligence of the occupying engineering force, the Contractor shall immediately restore it to its original state. Upon the Contractor and shall be removed from the project site. The building shall not be less than 150 square feet in floor area and shall have not less than two (2) glass windows and one (1) door. A table not less than 3' wide and 6' long, a desk and two chairs, and a filing cabinet shall be provided. A minimum of four duplex electrical outlets shall be provided. The Contractor shall provide a suitable heater fired by either natural or LP gas. The Contractor shall also provide a SP -20 1. suitable refrigerated air cooler. All fuel and electrical power for the building shall be provided by the Contractor. r r The Contractor shall have a private line telephone installed in the Engineer's field office for exclusive use of the Owner and Engineer. The Engineer will be responsible for subsequent monthly use charges. SP -30. SUBSURFACE CONDITIONS Subsurface soil explorations for this project were conducted by Terra Testing, Inc. Boring logs of all borings are reproduced in the Appendix of these specifications. The approximate locations of the borings are shown in the drawings. The borings were made in order to secure information for use during the design of the project. The fact that the Boring Logs are included herein does not constitute a warranty by the Owner or the Engineer as to the subsurface conditions which might be encountered during construction of the project. It is the responsibility of the Bidder to satisfy himself as to the subsurface conditions. SP -21 WAGE, LABOREEO, SAFETY AND GENERAL REQUIREMENTS SF.MON A (Federal Aviation Adasialsbratian (FAA) R+egalurnwats) A-1 Airport and Airway Impro"mmt Psnp m Project. The work in this contract is Included in Airport Improvement Project No. 3-48-0138-14 which is being undertaken and accomplished by the City of Lubbock, Texas (Sponsor) In accordance with the terms and conditions of a grant agreement between the Sponsor and the United States, under the Airport and Airway Improvement Act of 1982 (P.L. 97-248) as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987 (P.L.100-223) and Part 1S2 of the Federal Aviation Regulations (14 CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the costs under those Acts. The United States Is not a party to this contract and no reference In, this contract to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. A-2 Consent to AsskwwwL The contractor shall obtain the prior written consent of the Sponsor to any proposed assignment of any r interest In or part of this contract. 4 A-3 Convict Labor. No convict labor may be employed under this contract. A4 Veterans Preference. In the employment of labor (except In executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Act. However, Ills preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. A-5 Withholding: Sponsor from Contractor. Whether or not payments or advances to the City of Lubbock. Texas (Sponsor) are withheld or suspended by the FAA, the Sponsor may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work, the full amount of wages required by this contract. A5 Nonpayment of Wage& 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, Texas (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. (2/92) 2 A-7 FAA inspection and review. The contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. A-8 Subcontrsd& The contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A- 4, A -S, A-6, and A-7 requiring the subcontractors to include these provisions In any lower tier subcontracts which they may enter into, together with a clause requiring this insertion In any further subcontracts that may In turn be made. AA Contract teradmation. 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 18). A-10 Inspection 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 Inventions. All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract Is executed. Information regarding these rights is available from the FAA and the Sponsor. (49 CFR Part 18). A-12 General Civil Rights Provision& The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor from the bid solicitation period through the completion of the contract. (Section 520, Airport and Airway Improvement Act of 1982). (2/92) i B-1 MW=uur Wages. SECTION B DAVIS-BACON ACT RFANJUMMEMS (29 CFR PART S) (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 Labor under the Copeland 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 wage 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 mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section I(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics air 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 wage determination for the G classification of work actually performed, without regard to skill, except as provided in 29 CFR Part SS(a)(4). Laborers or mechanics performing work In more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work Is performed. The wage determination (including any additional classification and wage rates conformed under (B -1)(b) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors r 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: (I) The work to be performed by the classification requester) is not performed by a classification In'the wage determinations; and (ii) The classification Is utilized In the area by the construction Industry; and (III) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained In the wage determination. (2) If the contractor and the laborers and mechanics to be 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 advise the contracting officer or will notify the contracting officer within the 30 -day period (2192) 2 - that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (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 fringe bents 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 dttermination. 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 necessary. (Approved by the O[5ce of Management and Budget under OMB Control Number 1215-0140). (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 cash 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 1215-0140). B-2 Witkhoidiag- The Federal Aviation Administration or the Sponsor shall upon Its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to David -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration ; may, atter written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. " Parpvlb and basic records. (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 working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in I(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR SS(a)(1)(iv) that the wages of any laborer or (2/92) mechanic include the amount of any costs reasonably anticipated to providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits Is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs Incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (29 CFR 5.5(a)(3)(1) (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 S.S(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 029.005.000141), U.S. Government Printing Office, 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 1218-0149). (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. (1) 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; (11) 71at each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or Indirectly, and i that no deductions have been made either directly or indirectly from the full i wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; r (iii) That each laborer or mechanic has been paid not Ims than the applicable rates and benefits or cash pp wage fringe 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 VM 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 dull or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (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 Inter -view employees during working hours on the job. if the contractor or subcontractor falls to submit the required records or to make them available, the Federal agency may, atter written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further p•s (2/92) r 4 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 S12. B-4 Apprentices said Trainees. (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered In a bona fide apprenticeship program registered with the US. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or U a person is employed In his or her first 90 days of probationary employment as an apprentice In such an apprenticeship program, who is not individually registered In the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who Is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor Is performing construction on a project in a locality other than that In which its program is registered, the ratios and wage rates (expressed In percentages of the journeyman's hourly rate) specified In the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified In the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (b) Trainees. Except as provided In 29 CFR S.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified In the approved program for the trainee's level 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 tinge benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (2192) d; (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. BS Corplm Wilb Copeland Ad The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. B-6 Subcontracts. 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. B-7 CompBance With Davis -Bacon and Related Act Regoh=Ksts. 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. B-8 Disputes Concerning Lj&w 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 US. Department of Labor, or the employees or their representatives. BA C rdficatioi 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 firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (c) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. B-10 Contract Tnrmhudioa: Debarment. A breach of the contract clauses In paragraph B-1 through B-9 of this section and paragraphs C-1 through C- S 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. F. (2192) y F SECI70N C CONTRACT WORSHOUR.S AND SAFELY STANDARDS ACT RF,QUIilEMENIS (29 CFR PART'S C-1 Orathme Regnirements. 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, Including watchmen and guards, in any workweek in which he or she is employed on such work to work In excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and r one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. C-2 Vwlag a; Liability for Unpaid Wages; 1AgnU ated Dammam 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 wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each Individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth In paragraph 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 Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph C-2 above. C4 Subcontractors. The contractor or subcontractor shall insert In any subcontracts the clauses set forth in paragraphs C-1 through C-4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth In paragraphs C-1 through C-4. C -a Working Coalitions. 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. (2/92) r r r r r SEC17ON D EQUAL ENGWYMMr OPPOR'it MW (41 CFR PART 04M(b)) During the performance of this contract, the contractor agrees as follows: (2192) D-1 The contractor will not discriminate against anyemployee orappUrant foremployrdent because of race, color, religion, sex, or national origin. Tile contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following. Employment,upgrading, demotion, or transfer, recruitment orrecruitment advertising layoff or termination; rates of pay or other forms of compensation; and selection for training, Including apprenticeship. The contractor agrm 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 11246 of September 24, 1%5, 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 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 11246 of September 24, 1965, and such other sanctions may be imposed and remedies Invoked as provided In Executive Order 11246 of September 24, 196S, or by rule, regulation, or order of the Secreb ry of Labor, or as otherwise provided by law. 2 -, D-7 The contractor will include the portion of the sentence immediately preceding paragraph D- 1 and the provisions of paragraphs 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 contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. (2/92) SECTION E CLEAN AIR AND WATER POLiAMON CONTROL R>E,QUIREME?M &1 Any other provision herein to the contrary notwithstanding, the contractor in carrying out work under this contract, shall at all times comply with all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state, or federal agency having within its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the contractor shall comply with directives given by the Project Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370.10, Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from Department of Transportation, Distribution Unit, 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 the Environmental Protection Agency (EPA) Llst of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C.1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts,respectively, and all other regulations and guidelines Issued thereunder, c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. (2/92) it SEMON F STANDARD FEDERAL EQUAL EMPLOYMENT OPPOKIRRMY CONSTRUCTION CONTRACT SPECIFICAnONS (41 CFR 60.43) 1. As used in these specifications: a. "Covered arra" means the geographical area described in the solicitation from which this contract resulted; b. 'Director' means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. 'Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority' includes: (1) Black (all) persons having origins In any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific islander (all persons having origins In any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining Identifiable tribal affiliations through membership and participation or community Identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include In each subcontract in excess of $10,004 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 60A5) in a Hometomm 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 Pian area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations wider the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade In which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal In an approved Pian 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 to 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) 2 established for the geographical area where the work Is being performed. Goals are published periodically In the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting Its goals In each craft during the period specified. 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 11246 or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted In meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon Its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall Implement affirmative action steps at least as extensive as the following. a. Ensure and maintaln 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 rile of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such Individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the 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. (1/92) r (1192) L 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 these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions Including spedlic reviar 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. I. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment 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. L Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60.3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, Including circulation of solicitations to minority and female contractor associations and other business associations. 3 4 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 t union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the contractor actively participates In the group, makes every effort to assure that the group has a positive Impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions 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 established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and 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. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed In paragraph 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 60-48. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy Is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (1/92) CONTRACTUAL REQUIRMOMS PURSUANT TO CIVIL RIGHTS ACT OF 1964, TME VI (49 CFR PART 21) During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the 'contractor*) agrees as follows: !. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination In federally assisted programs of the Department of Transportation (hereinafter,'DOT') Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 215 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 under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and 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 contractor is in the exclusive possession of another who fails 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 F, b. Cancellation, termination, or suspension of the contract, In whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs I through S in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that to the event a contractor becomes involved in, or is threatened with, F(2/92) r 2 litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter Into such litigation to protect the interests of the United States. (2/92) F SSEMON H TERMONATION OF CONTRACT (19 CFR PART M 2. The Sponsor may, by written notice, terminate this contract in whole or In part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon roceipt 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 is for the convenience of the Sponsor, an equitable adjustment In the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 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 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. S. The rights and remedies of the sponsor provided In this clause are in addition to any other rights and remedies provided by law or under this contract. r (2/92) L r r SEMON I BUY AMERICAN - SIAL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity Egmsioa Ad of 1990) (a) The Contractor agrees that only domestic steel and manufactured 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. (2/92) 3. Cost of Components. This means the cost for production of the components, exclusive of final assembly labor costs. NOTICE OF ACCEPTANCE c. TO: T as set fo It appear said prop the bid p tificates tract doc within to 1 such cont execute a tained by 1, L.. NOTICE OF ACCEPTANCE City of Lubbock, having considered the proposals submitted and opened on the day of 199, for work to be done and materials to be furnished in and for: h in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; g that your proposal is fair, equitable and to the best interest of said City, please take notice that at was accepted by the City Council of the City of Lubbock on the day of 199_ at ce contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer- f insurance, and all other documents specified and required to be executed and furnished under the con- ents. it will be necessary for you to execute and furnish to the City of Lubbock all such documents (10) days from your receipt of this Notice. five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of ct documents and bonds within the above specified ten (10) day period. In the event you should fail to Ifurnish such contract documents and bonds within the time limit specified, said bid security will be re - he City of Lubbock. CITY OF LUBBOCK Owner's Representative GEOTECHNICAL INFORMATION SOIL INVESIGATION FOR PROPOSED ROAD CONSTRUCTION, LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS PRESENTED TO MR. ROGER GRAS, P.E. OLLER ENGINEERING, INC. 7806, INDIANA AVENUE #202 LUBBOCK, TEXAS 79423 SUBMITTED BY TERRA ENGINEERS, INC. 5208 34th STREET LUBBOCK, TEXAS 79407 STR 971 OCTOBER 6, 1992 _I INC. TERRA ENGINEERS, INC. _ 5208.34TH STREET LUBBOCK, TEXAS 79407 (806) 793-4767 FAX (806) 793-4768 October 6, 1992 Mr. Roger Gras, P.E. 011er Engineering, Inc 7806 Indiana Avenue #202 P.O. Box 53423 Lubbock, Texas 79423 Re: Soil Investigation for the Proposed Road Construction, Lubbock Interanational Airport, Lubbock, Texas Dear Mr. Gras: Submitted herein is Report No. 971 on the soil investigation for the Proposed Road Construction, Lubbock International Air- port in Lubbock, Texas. Included in this report are our and observations. We appreciate the opportunity to be of service to you on this project. If we may answer any questions or be of any additional assistance, please call us. Sincerely, 61 LAt& K.N. Gunalan, Ph.D, P.E. Vice President/General Manager KN/sg SOIL INVESTIGATION MATERIAL TESTING ENVIRONMENTAL SERVICES PROFESSIONAL ENGINEERING SERVICES NDT SOIL INVESTIGATION FOR PROPOSED ROAD CONSTRUCTION, LUBBOCK INTERNATIONAL AIRPORT LUBBOCK, TEXAS INTRODUCTION This report contains the results of the soils investigation recently done for the Proposed Road Construction at Lubbock International Airport, Lubbock, Texas. The investigation was conducted according to the instructions of Mr. Roger Gras, P. E., 011er Engineering, Inc., Lubbock, Texas. The investigation con- sisted of subsurface exploration, laboratory testing and engi- neering analyses leading to recommendations. EXPLORATION, SAMPLING AND FIELD TESTING Fifteen holes of 5.0 feet each and ten holes of 10 feet each were drilled at the locations indicated on the boring location plan (Fig.1). The drilling was done using Mobile CME Drilling Rig with augers in order to secure reliable data on the natural mois- ture content of the soil. Standard penetration tests were made at 2.51, 5' and 5 foot intervals thereafter. The number of blows per foot of the split spoon sampler (in 6 inch increments) are shown in the boring logs and in Figure 2. The sampling was per- formed in accordance with ASTM D.1586. TERRA ENGINEERS, INC. The changes in soil strata as observed during drilling operations were carefully determined and are shown in the boring log. All soil samples were kept in moisture -proof plastic bags to preserve the in-situ moisture content, identified by the hole number and depth of the hole, and transported to the laboratory for additional tests and evaluation. No water table was observed during drilling. LABORATORY TESTING Samples have been classified following the procedures outlined in ASTM D 2487/83, (page 403-407: ASTM 86 volume 4.08), "Classification of Soils for Engineering Purposes," using the Unified Soil Classification Systems. Soils are described in the boring logs using the methods prescribed in ASTM D 2488, "Description of Soils (Visual Manual Procedure)," using the Munsell Soil Color Chart, published by MacBeth Division of Kollmorgen Corporation, Baltimore, Maryland, 1975 Edition. Soil samples which indicated maximum plasticity characteristics were selected for Atterberg Limit tests by the procedure outlined in ASTM D 4318. Percentage by weight of material passing sieve #200 were determined by ASTM D 1140 for selected samples. ERS, INC. DESCRIPTION OF THE SOIL The top soil consists of brown to dark brown silty sand to a depth of 1.0 feet to 1.5 feet below existing grade. Below this there is silty clay/silty sand, silty clayey sand/clayey- sand, sandy lean clay with or without caliche till the boreholes were terminated. Refer to boring logs for specific depths etc. The soils encountered one were non to medium plastic in nature and therefore will exhibit some shrink/swell characteris- tic when exposed to excess moisture. Adequate drainage shall be provided to keep excess moisture away from the subgrade beneath the pavement sections. The above observations are based on the soil samples collected from the twenty five boreholes drilled as directed. If in any case, during excavation, any weak spot or possible fill is located, please call us. �. V. G. VALLAWAN 30199 r r Respectfully submitted, "IWV C-1 K.N. Gunalan, Ph.D, P.E. /e,,Ps C.V.G. Vallabhan, Ph.D., P.E. Principal Engineer TERRA ENGINEERS, .Jf FIGURE 1. APPROXIMATE BOREHOLE LOCATIONS. No Text No Text No Text No Text TEST HOLT Nn_ 1 . Tormi nA 1 Any -nn Ile -r -cc- Rnarl. qt -A 1 r"M nnTJTXrr_ T nr Project Lubbock International Airport Location -. Lubbock, Texas °aW/!5%92 v Surface Elevation Unknown Depth: Diameter 10' 6" n�r, w/ r iighit Augers s"' N°' 971 Client Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas Dclsh to GVfr a° e^ tP s 8 s S" No. No. Of Blows s ag s 1st 2nd 3rd :i l h ? TS SILTY SAND, dark brown, SM 3.4 NO -PL TIC = 37.3 w/organics and gravel 2:5 SILTY CLAY W/SAND, pink, CL- 10.9 22 16 6 - 3.9 3 7 7 w/trace of caliche ML 5. SILTY CLAY w/BAND, pink, tCL- 110.3 3 3 4 w/trace of caliche ML 10 SILTY CLAY W SAND, brown, CL- 10.5 9 w/trace of caliche ML TERRA ENGINEERS, INC. — 'rVc•r uni.1P N() _ „ BORING LOG Pro* �oads:Construction, Lubbock International Aiiport �C'Lubbock, Texas "'UYM92 SudaeeElevation Unknown Depth: Diameter 5' tt 13onth w% �1q"Vt Augers Str.No. 971 Mr. Roger Gras, P.E.. 011er Engineering, Inc., Lubbock, Texas pePtl,tNcwr 4!5 Description � W 8 sib No Blows , Wh a vi 1st 2nd 3rd TS SILTY SAND, brown w/organics SM 2.7 NOJ -PL TIJ 38.0 and gravel 2.5 SANDY LEAN CLAY, brown w/caliche CL 6.6 1 1 2 5— SANDY LEAN CLAY, light brown„ CL 7.9 24 15 9 - 3.3 1 1 1 w/trace of caliche TERRA ENGINEERS, INC. TORT I-inI,O NO- -z _ et, i n.lnn Ptojcct LV1\l1V\l LVV Roads -Construction,. Lubbock International Airport E Location Lubbock, Texas D' '13§"t%92 Surface Mevation Unknown DcPth: Diameter 5' 6" Bori w/ ilicg'it Augers Str. No. 971 Client Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas Depth to GWf Description s° U t? to 8 ctgSPT .+ No. Of Blows 1st 2nd 3rd 6 H ° 6• 6• TS SILTY SAND, dark brown, SM 6.5 w/organics and gravel 2' CLAYEY SAND, light reddish SC 14.2 28 19 9 40.5 4 6 7 brown, w/caliche -5 SILTY CLAYEY SAND, reddish SC- 21 15 6 - 46.8 8 8 12 gray, w/trace of caliche SM 112.9 TERRA ENGINEERS, INC. TEST HOLE NO. 4 _ e*� '3n�nn 1.BORING LOG Roads Construction, Lubbock Internati6nal airport .-- Vabbock, Texas Da10"5y92 Surface Elevation Unknown Depth: Diameter 5' 611 11 y�, w/1C ig'�it Augers Sir. No. 971 Client Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas Dcpth to GWT r Description tP V W t$ °oR S ok SPT Na Of Blows « lat 2nd 3rd aLC h 6" 6" TS SILTY SAND, dark brown SM 6.6 w/organics 2.5CLAYEY SAND, yellowish red SC 12.8 27 17 10 47.7 3 3 4 ,-5-SILTY SAND, reddish gray, SM 9.9 -PL TIC - 35.2 1 2 4 w/trace if caliche TERRA ENGINEERS, INC. TEST Hni,F NO- S. ct. -4n.inn " - - - Projcct LVA\111\lJ Roads Construction., Lubbock International Airport Location Lubbock, Texas Datrq�ASY92 L Surface Elcwtion Unknown 137FO Diamctcr 101 611 n}}� �d w/ r figtlt Augers Str. NVo7� 971 aicnt Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas Dcpth to GVW w Description t u 5 pe 8 d to z SPT » V s+ No. Of Blows h 1st 2nd 3rd 6. 6" TS SILTY SAND, brown, w/organics SM 5.0 and gravel 2.5 SILTY SAND, dark brown, w/trace SM 8.7 4 5 4 of organics -5 SILTY SAND, red SM11.5 NO -PL TI J - 36.7 2 3 4 10 SILT, res ML 12.4 NO -PL TI - 52.1 4 3 3 TERRA ENGINEERS, INC. -- TEST HOLE NO. r.. cf-. ra.�nn nnnrWn r nn_ Roads .Construction, Lubbock International Airport aLubbock, Texas. 5. Surface Mevatien Unknown nnnrWn r nn_ Roads .Construction, Lubbock International Airport aLubbock, Texas. VF/i5Y92Y v °a Surface Mevatien Unknown Dept+:Diameter 5' 6" Mi'Og�it Augers Ste' No.971 Client Mr. Roger Gras,-P.E., 011er Engineering, Inc., Lubbock, Texas Depth to GWr t? Description t? y SVr No OfBlowa )at 2nd 3rd 1E a TS SILTY SAND, dark brown, SM 2.6 NON -PLASTIC 32.9 w/orgaincs and gravel -2:1. CLAYEY SAND, yellowish red SC 8.6 24 15 9 - 2.5 5 4 11 -5- CLAYEY SAND, yellowish red Sc 10.5 4 7 -7 TERRA ENGINEERS, INC. TT: CT WnT V TQn 17 c4— '70-LnO BORING LOG Pm'ect goads Construction, Lubbock International Airport Lubbock, Texas Dat'rdFAtY92 Surface mevation Unknown Depth: Diameter a 10' 6 Bon th w/��igilit Augers Str. No. 971 Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas= Dept to GWr - - tA 8 Description C a No. Of Blows 1 A l6 2nd 3rd :7 !C "' a' TS SILTY SAND, dark brown SILTY CLAYEY SAND, red SC- 14.4 22 17 5 - 41.9 1 1 2 2: 5 SM -5 SILTY CLAYEY SAND, yellowish SC- 14. 1 2 3 red, w/trace of caliche SM 10 SANDY LEAN CLAY, red CL 3.5 27 16 11 - 50.0 2 3 5 1 CKKA LNU1lYttK�, IM0. TEST HOLE NO. R. :eta caS+nn nn11>TXT1"11 T r%fll Protect .:. Roads .Construction, Lubbock Interriatib Ai Airpoet �eunbbock, Texas ..� �. ���.... D"t`d3°/I5Y92 surface r-lcvation Unknown Depth= Diameter 5' 6tt wftig�it Augers str'No. 971 Clicnt Mr. Roger Gras, P.E., O11er Engineering, Inc., Lubbock, Texas Dcpth to GWr k, tR V S d eR Slrl Description a m, No. Of Blows 1st 2nd 3rd a 6 h 5. 6. TS SILTY SAND, brown, w/organics SM 2.5 and gravel. 2.5 SILTY SAND, red SM 8.7 3 3 6 _5_ SWEY SAND, red, w race of SM__ -PL TIC 35.2 4 4 5 caliche TERRA ENGINEERS, INC. rrV4Zr' T-T(1T .F NO 0 _ c4-- i rvi4nn BORING LOG Project Roads Construction, Lubbock International Airport "aLubbock, Texas natdMt�'92. Surface Elevation Unknown ikPthDiameter t� 5' 6 Bon Wf g'nt Augers Str. Na 971 Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas Dept - ui GWT -- W 8 w Description U T y No. Of Blows w 1st 2nd 3rd 0 p' 6. 6" 6" TS SILTY SAND, dark brown SM .7 N PL TIC - 30.6 SILTY SAND, red SM 10.6 2 2 2 2` -5- SILTY SAND, red SM 10.2 NTLA3TIC 33.2 2 2 3 I t:hhA t:HU1N1=t:K,-J, lNk;. Project Roads Construction, Lubbock International Airport TEST HOYN N[l_ Surface Elevation Depth: Diameter Unknown 10' 611 Mori w% lig` ht Augers Project Roads Construction, Lubbock International Airport Location : Lubbock, Texas Surface Elevation Depth: Diameter Unknown 10' 611 Mori w% lig` ht Augers S"'Na 971 Client Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas DcpthtocWr ti Description ' 8 d t? SPT » v c .4 No. Of Blows y � a Ist 2nd 3rd 6" 6" TS SILTY SAND, dark brown, SM 2.0 DnfPL TIC - 34.4 w/organics 2.5 SILTY CLAYEY SAND, brown - 11.4 19 15 4 - 44.4 2 3 3 M -5- SILTY CLAYEY SAND, reddish 12.1 4 5 7 yellow, w/trace of caliche SM 10 SILTY CLAZEY SAND, reddish SC- 15.3 6 9 10 gray TERRA ENGINEERS, INC. Tnv'r LTnT % mn i t na._ BORING LOG atcq�y92 .._. 1 t_HHA t:WU1lVCCr10, 1 %'. Project Roads Construction, Lubbock International Airport atLubbock, Texas Surface Elevation Depth: Diameter Dori g �ig�it Augers Str. No. 971. . Unknown 5' 6" Client er Gras, P.E., Oiler Engineering, Inc., Lu Mr. RogerLubbock, Texas Depth to GWl' --- tR � • 8 a Z � srr Of Blows » w Description � 11 m No. a � o ;� 'ni a. Ist 2nd 3rd 6" 6" 61 TS SILTY SAND, dark brown, -SM 6.8 NON PL TIC - 45.5 w/organics and gravel 2.5 SILTY CLAYEY SAND, red, SM- 13.4 5 8 10 w/caliche -5- CLAYEY SAND, red, w/caliche SC 10..0 25 16 9 4.1.7 6 9, 9 1 t_HHA t:WU1lVCCr10, 1 %'. TEST HOLE Nn_ t 9. ct-A i T AT711A � Project aJVl\!t\V LVV Roads.Construction, Lubbock International'Airport t Location Lubbock, Texas Surface ElevationP Unknown 6th: 5 t Diameter n Bot' w%t 1igVt Augers Str. No. 971 Client Mr. R er Gras, P.E., 011er Engineering, Inc., Lubbock, Texas Dcpth to GWP Descriptionr ee b s 8 a e^ z srr » b Vy No. Of Blows fA Iat 2nd 3rd rs. h b" 6" TS SILTY SAND, brown, w/organics SM 6.3 and gravel 2.5 CLAYEY SAND, red, w/caliche SC 1.3 22 13 9 - 45.2 3 2 6 _5 SANDY LEAN CLAY, reddish gray, CL 12.8 22 14 8 - 63.6 4 5 5 w/caliche TERRA ENGINEERS, INC. T1PQ'P Af1i .F NO i -a o,. , 1 -7n -.nn BORING LOG Project Roads Construction, Lubbock International Airport � Lubbock, Texas °'t`CS�/�t%92 Surface Elevation Unknown DCpth: Diameterw 10 611 jVUd%vdAugers % lightg Str. No. 971 Client Mr. Roger Gras, P.E.,.011er Engineering, Inc., Lubbock, Texas DerAh to GWr --- � b t?a 8 a SFr» Description mP h No. otBlows o a 1st 2nd 3rd h a 6" b" TS SILTY SAND, dark.brown, SM 3.5 w/organics and gravel 2.5 SILTY SAND, dark brown, SM 12.8 NO -PLA 3TIC - 41.7 3 3 3 w/gravel -5 CLAYEY SAND, dark brown SC 12.3 23 15 8 - 41.0 3 5 6 10 CLAYEY SAND, dark brown SC 12.1 3 5 8 TERRA ENGINEER5, INC:. -- TEST HOT,F Nth_ m. gra iaa+nn Prof DV!'Cll�Ih LVIi Roads Construction, Lubbock International Airport Location Lubbock, Texas p"i%g2 Surface Elevation Depth: Diameter Unknown 51 6" Bori �d wj� !'lt Augers Str' No. 971 Client Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas MrAhtoGWr Description tP e? t� 8 N % p rx' ; 00 No. Of Blows tst 2nd 3rd lC T� h c£ TS SILTY SAND; brown, w/organics SM 5.4 2.5 SANDY LEAN CLAY, yellowish red CL 4.8 26 15 11 - 61.9 2 3 4 -5- SANDY LEAN CLAY, yellowish red CL 10.6 30 14 16 - 68.4 3 4 5 TERRA ENGINEERS, INC. TEST HOLE NO 15, Sta 200+00 BORING LOG TERRA ENGINEERS, INC. P'°'"` po Roads Construction, Lubbock International Air rt . LocaLubbock, Texas Surface Elevation Depth: t Diameter 10 6" IIori M119'hVt Augers Str.No. 971 Unknown Client Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas Depth to GWT --- t? _ x d 8 o tP SPT Description G sin No. Of Blows a o Ll W. y 1z H :l P 1st 2nd 3rd 6" 6" TS SILTY SAND, dark brown, SM 7.2. w/organics and gravel .2' SANDY LEAN CLAY, pink, w/trace CL 8.5 7 8 8 of caliche CLAYEY SAND, red, w/trace of SC 7.8 4 4 6 caliche 10 CLAYEY SAND, red, w/caliche SC 7.9 25 14 11 - 36.7 4 5 8 TERRA ENGINEERS, INC. TEST HOLE NO. 16, Sta 215+00 project U V D►lIV t7 LV lT Roads Construction, Lubbock International Airport Location -.Lubbock, Texas °"��"/'�5%92 Surface Elevation Unknown nth: Diameter 51 6" w% � g"A Augers sa' N°' 971 Client Mr. Roqer Gras, P.E., 011er Engineering, Inc., Lubbock, Texas Depth ecwr ti Description W s v ti? d tia SPT No. Of Blows 5m 1st 2nd 3rd GO 0.ii 6" 6" TS SILTY SAND, dark brown.. SM 10.9 -PL TIC - 47.3 w/organics 2.5 SANDY LEAN CLAY, red, w/trace CL 12.2 25 16 9 67.0 10 13 6 of caliche -5- SANDY LEAN CLAY, red, w/caliche CL 12.1 2 5 6 TERRA ENGINEERS, INC. TEST HOLE NO. 17, Sta 225+00 BORING LOG Roads Construction, Lubbock International Airport •11��tliqVt -aLubbock, Texas t`d 5y92 Surfacc ilcvation Depth: Diamctcr 10' 6" Augers Str.Unknown 971 Clicnt Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas Dcpth to GWr wtP OQ De o 8 d el Slyr No orDlows Description 5' V, a 1st 2nd 3rd l h 6" 6" 6" TS SILTY SAND, dark brown, SM 7.9 w/organics and gravel LEAN,CLAY WITH SAND, pink, CL 8.0 28 17 11 -. 70.9 7 6 7 2.5: w/caliche -5- .. LEAN CLAY , pink, w/caliche CL 9.2 3 4 4 10,SANDY LEAN CLAY, red CL 11.1 33 19 14 - 59.4 4 110 16 TERRA ENGINEERS, INC. -' TTOT TTl1T T V'7l% .""" ...,A-,aJ BORING LOG Roads Construction, Lubbock International Airport � ocatio lLunbbock, Texas DaW/I5S/92 Surface Elevation Unknown Depth: 5 t lliamctcr 611 w%P� 90l Str. No. t Augers 971 client Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Texas 5 Description e ' d ti° SP7 No. Of Blows ., � V. ►� E °' 1st 2nd 3rd TS SILTY SAND, dark brown, SM 3.0 61 w/organics 12.51 SANDY LEAN CLAY, dark brown SANDY LEAN CLAY, dark brown, w/caliche CL I11.31 25 116 1 9 1- 168.31 4 17 1 7 CL 113.4129 119 110 1- 165-51 2 16 TERRA ENGINEERS, INC. TEST HOLE NO. 1 A. Sr_a 285+00 BORING LOG Roads.Construction, Lubbock International Airport .L'c Lubbock, Texas °iICFAt%92 Surface Elevation Unknown Cpl: Diameter n 5t 6 Dori t t Augers Str. Na 971 Mr en . Roger Gras, P . E . , Ol ler Engineering, Inc . , Lubbock, Texas rAh �` to cwr " • Description a tF 8 o e s SI'r No. Of Blows h lst 2nd 3rd �. 6. TS SILTY SAND, dark brown, SM 5.3 w/organics and gravel SANDY LEAN CLAY, ,pink, w/caliche CL 10.5 26 16 10 53.6 4 8 16 2.5 -5- SANDY LEAN CLAY, pink, w/caliche CL 10.5 27 14 13 58..4 4 8 6 TERRA ENGINEERS, INC. -- y Tlnnr" Trni T 111 j r 4, TERRA ENGINEERS, INC. rrr. cm WAY r< WO „n�nn BORING LOG G1 V4.0 Project Roads.Construction, Lubbock International -Airport . Lubbock, Texas ° Surface Elevation Unknown Depth: Diameter�� 5 6 Boti th w7MIgnt Augers Str. No. 971 Mr. Roger Gras, P.E., 011er Engineering, Inc., Lubbock, Mr Texas to GWP Depth-- to aQ pe 8 tR SPT f+' Description . .Gr .. u a ,o . o L -.9 No. Of Blows o ;3 IE 1E h p 1st 2nd 3rd 6 G TS SILTY SAND, dark brown, SM 10. w/organics 2.5 SANDY LEAN CLAY, yellowish CL 9.6 24 15. 9 - 51.1 2 2 2 red, w/trace of caliche -5 CLAYEY SAND, yellowish red, SC 10 .0 28 15 13 - 40.1 3 4 8 w/trace of caliche 1 t:HHA t=NU1Nt:r-r1J, 1M.P. — TEST HOIX Nn_ 77. .era -4-4rw %n Project DViC11Vls LVLT I «ation Roads.Construction, Lubbock International Airport :: Lubbock, Texas D't§M 92 Surface Elevation Depth: Diameter Unknown 10' 6" Mliigtvit Augers str'N°' 971 Qicnt Mr. Roger Gras, P.E.t 011er Engineering, Inc., Lubbock, Texas nePtlt`°cwr t � w Description a >, G be5d t?SPT Na Of WOWS w a Ist 2nd 3rd h b" 6" TS SILTY SAND, dark brown, SM 4.6 w/organics and gravel -2.5 SILTY SAND, red. SM 9.2 5 5 4 t:5— CLAYEY SAND, reddish gray, SC 7.0 23' 15 8 — 42.7 3 3 3 w/trace of caliche 10 CLAYEY SAND, red, w/trace of SC 9.2 3 10 10 caliche TERRA ENGINEERS, INC. TRRT 140T.T. N0_ -)-.a c+, -Adr,.a_nn BORING LOG Ptojcctation Roads .Construction, Lubbock International Airport LocLubbock, Texas. Da 7W/�5%92 Surface Elevation Unknown Depth: Diameter13ori 51 6°. Migvt Augers Str. No. 971 Mr. R er Gras, P.E., O1ler Engineering, Inc., Lubbock, Texas rAh to D` cwr . tx t>? PR ti' 8 a'p SIYf a Description 4No G )f Blows M W h 1st 2nd 3rd 6. 6" TS SILTY SAND,, dark brown, SM .4.3 NON-PLAcTIC - 28.0 w/organics and.gravel 2.5 CLAYEY SAND, red, w/trace of SC 10.3 2 6. 5 caliche -5 - SANDY LEAN CLAY, reddish gray, 'CL 10.5 27 ` 15 12 - 0'.2 3 2 1 w/caliche TERRA ENGINEERS, ING. — TL'Clr L7l1T T Tve% I ttifiA ENGINEERS, INC. TEST HOLE NO. 9r,. F.—W rnnnrzr•f-inn RnaA. MiAAIa BORING LOG Da � � 8 _ Roads.Construction, Lubbock International Airportct -aLubbock, Texas t`d5/92 Surface Elevation Unknown Depth: Diameter 51 611 Bon w% 1g�it Augers Str. No. 971 Mr. Roger Gras/ P.E., 011er Engineering, Inc., Lubbock, Texast9 neptltt�cwr tR 8 d a° SPT » Description �r Na Of slows 4 H a Ll lst 2nd 3rd �. 6. TS SILTY SAND, dark brown, SM 5.5 NU -PLASTIC TIC - 1.7 w/organics and gravel 1 1 SILTY SAND, yellowish red, SM 8.5 5 7 7 2.5 w/trace of caliche -5 SILTY SAND, yellowish red, SM 6.9 NO -PL TIC 36.0 5 7 9 w/trace of caliche TERRA ENGINEERS, INC.