Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 3961 - Contract - Gilbert Texas Construction - Runway Improvements, LIA - 09/10/1992
Resolution No. 3961 September 10, 1992 Item 434 ,RESOLUTION BE JT 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 for construction of runway 17R -35L shoulders and airfield signage improvements at Lubbock International Airport, 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 detail. Passed by the City Council this ATTEST: APPROVED ,AS TO , Pltrchas i ng APPROVED AS TO FORM: retary anaaer V44 -0 -a - era ar , ss s anCity Attorney Rw:js/G1UzR4.RES D2-Agenda/August 31. 1992 Of�^—'tptember , [&y of Lubbock, Texas Lubbock International Airport Specifications and Contract Documents f RUNWAY 17R 35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS AIP Project No 3-48-0138-11 & -13 City of Lubbock Bid No. 12159 August, 1992 ADDENDUM NO. 3 August 14, 1992 Attention of all Bidders is directed to the following modifications to the referenced Plans and Specifications. SPECIFICATIONS: 1, p8e log.a. Modifications to ITEM L-109, INSTALLATION OF AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT In modification number 7, delete the third sentence- The Emergency Power Generator and Control shall be included under Item GEN, of these specifications. Insert the following: "This item shall also include furnishing and installing the new automatic transfer switch, specified under Item GEN, of these specifications." 2, gage 109-b. Modifications to ITEM 109 INSTALLATION OF TRANSFORMER VAULT AND VAULT EOUIPMENT In modification number 8, delete the last sentence in the first subpara- graph. The Emergency Power Generator and Control shall be included under Item GEN, of these specifications. Insert the following new subparagraph after the first subparagraph: "This item shall also include furnishing and installing the new automatic transfer switch, specified under Item GEN, of these specifications. The Contractor shall furnish and install the new automatic transfer switch regardless of whether or not Deductive Alternate "A" is awarded." 3. Modifications to ITEM GEN EMERGENCY POWER GENERATOR AND CONTROL In modification number 1, add the following: "Furnishing and installing the new automatic transfer switch specified in Paragraphs 2.7.2 and 2.7.3 of this item, shall be Addendum No. 3 Page 1 of 2 included under Item L-109, INSTALLATION OF TRANSFORMER VAULT AND VAULT EQUIPMENT, of these specifications." 4. Modifications to ITEM GEN EMERGENCY POWER GENERATOR AND CONTROL In modification number 2, add the following: "Furnishing and installing the new automatic transfer switch specified in Paragraphs 2.7.2 and 2.7.3 of this item, shall be included under Item L-109, INSTALLATION OF TRANSFORMER VAULT AND VAULT EQUIPMENT, of these specifications. The Contractor shall furnish and install the new automatic transfer switch regardless of whether or not Deductive Alternate "A" is awarded." This Addendum becomes a part of and shall be attached to the referenced Plans and Specifications. This Addendum shall be acknowledged by the Bidder and shall be attached to the Proposal submitted. ACKNOWLEDGED: C1IBERT MM CONST TION CORP By: -- 411A PARKHILL, SMI & COOPER, INC. By Lawrence ( ) Valdez, P. E. Addendum No. 3 Page 2 of 2 City of Lubbock. Texas Lubbock International Airoort Specifications and Contract Documents RUNWAY 17R 35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS AIP Project No. 3-48-0138-11 & -13 City of Lubbock Bid No. 12159 August, 1992 ADDENDUM NO. 2 August 13, 1992 Attention of all Bidders is directed to the following modifications to the referenced Plans and Specifications. SPECIFICATIONS: 1, Page IB -7. INSTRUCTIONS TO BIDDERS Delete Paragraph IB -10, BASIS OF AWARD, and insert the following new paragraph: "IB -10. BASIS OF AWARD Award will be made for this contract on the basis of the low, responsive, responsible bid, including the total Base Bid and any combination of Deductive Alternates "A", "B", "C" and/or "D", based on the availability of funds." 2. Page 125-A Modifications to INSTALLATION OF AIRPORT LIGHTING SYSTEMS In Modification Item 5, adding Paragraph 125-2.5, NEW INTERNALLY -LIGHTED DIRECTION, MANDATORY OR LOCATION SIGNS, add the following new paragraph: "All new internally -lighted direction, mandatory and location signs shall utilize quartz lamps, in lieu of the manufacturer's standard incandescent lamp option. The sign manufacturer shall be approved by the FAA for the production of the specified L -858Y, L -858R and L - 858L signs with quartz lamps. The quartz lamps shall be standard, non-proprietary 45 watt' lamps, readily available from multiple manufacturers. Other electrical equipment, including but not limited to, isolation transformers and light bars shall be compat- ible for use with quartz lamps and the existing lighting system." Addendum No. 2 Page 1 of 2 This Addendum becomes a part of and shall be attached to the referenced Plans and Specifications. This Addendum shall be acknowledged by the Bidder and shall be attached to the Proposal submitted. ACKNOWLEDGED: GIIBERT M=01 COAD By: PARKHILL, SM;TH & COOPER, INC. By Addendum No. 2 Page 2of2 (LqVry) Valdez, P. E. City of Lubbock Texas Lubbock International Airvort Specifications and Contract Documents or RUNWAY17R 35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS NTS Project No 3-48-0138-11 & -13 City of Lubbock Bid No. 12159 August, 1992 ADDENDUM NO.1 August 11, 1992 Attention of all Bidders is directed to the following modifications to the referenced Plans and Specifications. PECIFICATIONS 1, Pages C-1 through C-8. PROPOSAL Delete Pages C-1 through C-14, and insert the revised Proposal, attached. The revised Proposal includes provisions for Deductive Alternate "A", which deletes Item GEN, Emergency Power Generator and Controls, from the Proposal; Deductive Alternate "B", which changes the base course material to TxDOT Item 292, Asphalt Stabilized Base; Deductive Alternate "C", which deletes paved shoulders from Taxiways B, D, J, N, Q, S and T; and Deductive Alternate "D", which deletes paved shoulders from Taxiways A, C, F, South M and North M. 2. Pages D-1 through D-3. CONTRACT Delete Pages D-1 through D-3, and insert the revised Contract, attached. The revised Contract includes provisions for Deductive Alternates "A", *Be, "C" and "D". 3, Pave SP -4 SPECIAL PROVISIONS At the bottom of this page, after the two paragraphs describing Runway Shoulders Phase 2, insert the following new paragraphs: "If Deductive Alternate "C" is awarded, the construction period allowed for Runway Shoulders Phase 2 shall be reduced to sixty (60) calendar days. If Deductive Alternate "C" and "D" are awarded, the construction period allowed for Runway Shoulders Phase 2 shall be reduced to fifty-five (55) calendar days." Addendum No. 1 Page 1 of 3 4. Page SP -13. SPECIAL PROVISIONS Add the following new subparagraph to Paragraph SP -6, CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S): "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 of aggregate per 95 to 115 square yards of pavement. The exact application rates shall be determined by the Engineer at the time of 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 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." 5. Page 152-b. Modifications to ITEM P-152 EXCAVATION AN1) EMBANKMENT Add the following new modification item: "12a. Insert the following new paragraphs: 152-2.12 DRYING WET SUBGRADE. If the existing subgrade contains excessive moisture, in amounts that will not allow satisfactory compaction of the subgrade course as specified, the Contractor shall dry the wet subgrade by applying lime. The Engineer shall approve the use of lime. The lime shall be in hydrated, dry bagged, or commercial slurry form, and shall be applied at a maximum rate of three (3) percent lime, based on the dry weight of the soil to be treated. The Contractor shall demonstrate the effectiveness of the type of lime applied prior to approval for full use. The application of blowing or drifting operation or storage. +� during periods when, speed or direction ar dry lime shall be accomplished to minimize of the material to areas of aircraft Lime application shall not be allowed in the opinion of the Engineer, the wind e not acceptable. Addendum No. 1 Page 2 of 3 The lime shall be mixed into the wet subgrade immediately after spreading using a disc harrow, scarifier, rotary mixer, or other approved equipment. The Contractor shall exercise extreme caution during mixing to avoid damaging underground conduits, ducts, wires, or other existing facilities. The lime treated subgrade shall be compacted as specified in this section. Measurement and payment for processing and compacting the lime treated subgrade shall be included under Item P-152, Excavation, Grading and Subgrade Preparation for New Shoulder Pavement, per square yard. Measurement and payment for furnishing and spreading lime shall be included under: Item P-152, Lime for Use in Wet Subgrade Areas, per ton." 6. Technical Specifications Add the new technical specification, TxDOT ITEM 292, ASPHALT STABILIZED BASE (PLANT MIX), Texas State Department of Highways and Public Transportation, 1982 Standard Specifications for Construction of Highways, Streets and Bridges, and the modifications, to the project specifications. The new technical specification modification sheets are attached. This Addendum becomes a part of and shall be attached to the referenced Plans and Specifications. This Addendum shall be acknowledged by the Bidder and shall be attached to the Proposal submitted. ACKNOWLEDGED: Gll9 ?SAS CONS COP By: . PARKHILL, SM TH & COOPER, INC. By Lawrenc rry) Valdez, P.E. Addendum No. 1 Page 3 of 3 PROPOSAL TO: The Mayor and City Council City of Lubbock Lubbock, Texas Gentlemen: August 18 , 1992 Pursuant to the foregoing Notice to Bidders, the undersigned Bidder hereby proposes to do all work and furnish all necessary superintendence, labor, machinery, equipment, tools, and materials, and whatever else may be necessary to complete all work upon which he bids, as provided by the attached specifications and shown on the plans, and binds himself on acceptance of this proposal to execute a Contract and Bonds according to the accompanying forms, for performing and completing the said work within the time stated, and furnishing all required guarantees, for the following prices to -wit: LUBBOCK INTERNATIONAL AIRPORT RUNWAY 17R -35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS PROPOSAL - BASE BID Item Quantity No & Unit Description of Item and Unit Prices Total Amount FAA Participating 1. 78,500 Item P-152, Excavation, Grading and S.Y. Subgrade Preparation for New Shoulder Pavement, per square yard: One Dollars and Fifty Cents ($ 1.50 ) $ 117.750.00 2. 450 Item P-152, Lime Used in Drying Wet Ton Subgrade, per ton: Two Hundred Dollars and No Cents ($ 200.00 ) $ 90.000.00 3. 110,000 Item P-152, Excavation, Grading and, S.Y. Topsoiling in Unpaved Areas, per square yard: No Dollars and Fifty Cents ($ 0.50 ) $ 55.000.00 Addendum No. 1 C - 1 Item Quantity No & Unit Description of Item and Unit Prices_ Total Amount 4. 23,400 Item P-602, Bituminous Prime Coat, Gal. per gallon: One Dollars Addendum No. 1 C - 2 and Fifty Cents ($ 1.50 ) $ 35.100.00 5. 11,500 Item P-603, Bituminous Tack Coat, Gal. per gallon: One Dollars and No Cents ($ 1.00 ) $ 11.500.00 6. 28,000 Item P-401, Bituminous Base Course, Ton per ton: Thirty -Four Dollars and Fifty Cents ($ 34.50 ) $ 966.000.00 7. 9,500 Item P-401, Bituminous Surface Course, Ton per ton: Forty -Four Dollars and ,Sixty-five Cents ($ 44.65 ) $ 424.175.00 8. 26,000 Item P-605, Saw Cut and Seal Joint L.F. in New Bituminous Pavement, per linear foot: One Dollars and Five Cents ($ 1.05 ) $ 27.300.00 9. 6,100 Item P-620, Obliterate Existing Run- S.F. way and Taxiway Marking, complete, per square foot• One Dollars and Fifty Cents ($,1.50 ) $ 9.150.00 Addendum No. 1 C - 2 Item Quantity No & Unit Description of Item and Unit Prices_ Total Amount 10. 92,000 Item P-620, Runway and Taxiway Painting, S.F. complete, per square foot: No Dollars and Fifty-five Cents ($ 0.55 ) $ 50.600.00 11. 23 Item T-901, Soil Preparation, Seed - Acre ing and Fertilizing, per acre: Seven Hundred Dollars and No Cents ($ 700.00 ) $ 16.100.00 12. 1,500 Item L-108, Underground Electrical L.F. Cable, 1/c, #8 AWG, SKV, installed in conduit or duct, per linear foot: No Dollars and Seventy Cents ($ 0.70 ) $ 1.050.00 13. 500 Item L-108, Counterpoise Wire, #8 AWG, L.F. installed in trench, per linear foot: One Dollars and Sixty Cents ($ 1.60 ) .$ 800.00 14. 1 Item L-109, Electrical Equipment and L.S. Wiring Installed in Electrical Vault and Air Traffic Control Tower, including removing or relocating specified existing equipment, complete, for the lump sum price of: One Hundred Thousand Dollars and No Cents ($ 100.000.) $ 100.000.00 15. 1 Item GEN, Emergency Power Generator L.S. and Control, complete, for the lump sum price of: Fifty-six Thousand Five Hundred Dollars and No Cents ($ 56.500. ) $ 56.500.00 Addendum No. 1 C - 3 Item Quantity No & Unit Description of Item and Unit Prices Total Amount 16. 400 Item L-110, 1 -way, 2 -inch Underground L.F. Electrical Conduit, furnished and in- stalled in trench, including trenching and backfilling, per linear foot: Ten Dollars and No Cents ($ 10.00 ) $ 4.000.00 17. 7 Item L-125, 1- or 2 -Character Inter - Each nally Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each: Fifteen Hundred Dollars and No Cents ($ 1.500.00) $ 10.500.00 18. 42 Item L-125, 3- or 4 -Character Inter - Each nally Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each: Sixteen Hundred Dollars and No Cents ($ 1.600.00) $ 67.200.00 19. 11 Item L-125, 5- or 6 -Character Inter - Each nally Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each: Twenty -Five Hundred Dollars and No Cents ($2.500.00) $ 27.500.00 20. 17 Item L-125, 7- or 8 -Character Inter - Each nally Lighted Mandatory, Directional or Location Sign, including base mounting. and concrete slab, complete, per each: Three Thousand Dollars and No Cents ($ 3.000.00) $ 51.000.00 Addendum No. 1 C - 4 Item Quantity No & Unit Description of Item and Unit Prices Total Amount 21. 3 Item L-125, 13- or 14 -Character Inter - Each nally Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each: Forty -Five Hundred Dollars and No Cents ($ 4.500.00) $ 13.500.00 22. 88 Item L-125, Remove Existing Internally Each Lighted Sign, Base, and Slab including splicing existing lighting circuit, completing per each: _ Seventy Dollars Addendum No. 1 C - 5 and No Cents ($ 70.00 ) $ 6.160.00 23. 4 Item L-125, Remove Existing Unlighted Sign Each and Concrete Slab, complete per each: Five Hundred Dollars and No Cents ($ 500.00 _) $ 2.000.00 24. 4 Item L-125, 3- or 4 -Character Unlighted Each Mandatory, Directional or Location Sign, including Concrete Slab, complete, per each: Thirteen Hundred Dollars and No Cents ($ 1.300.00 _) $ 5.200.00 25. 2 Item L-125, 7- or 8 -Character Unlighted Each Mandatory, Directional or Location Sign, including Concrete Slab, complete, per each: Twenty-two Hundred Dollars and No Cents ($ 2.200.00 ) $ 4.400.00 26. 4 Item L-125, 9- or 10- Character Unlighted Each Mandatory, Directional or Location Sign, including Concrete Slab, complete, per. each: Twenty-five Hundred Dollars and No Cents ($ 2.500.00 ) $ 10.000.00 Addendum No. 1 C - 5 Item Quantity No & Unit Description of Item and Unit Prices Total Amount 27. 1 Item L-125, Unlighted Taxiway Ending Marker, Each including concrete slab, complete per each: Seventeen Hundred Dollars and No Cents ($ 1.700.00 ) $ 1.700.00 28. 12 Item L-125, 1 - or 2 -Character lighted Each Mandatory, Directional, or Location Sign Replacement Face, complete, per each: Two Hundred Dollars and No Cents ($ 200.00 _) $ 2.400.00 29. 7 Item L-125, 3- or 4 -Character lighted Each Mandatory, Directional, or Location Sign Replacement Face, complete, per each Four Hundred Dollars and No Cents ($ 400.00 _) $ 2.800.00 30. 2 Item L-125, Blank Replacement Sign Face, Each complete, per each: Eizht Hundred Dollars and No Cents ($ 800.00 _) $ 1.600.00 31. 22 Item L-125, L-867 Junction Box, Class Each 1, Size B, concrete encased, complete, per each: Six Hundred Fifty Dollars and No Cents ($ 650.00) $ 14.300.00 BASE BID - FAA Participating - Subtotal (Items 1 through 31, Inclusive) $2.185.285.00 Addendum No. 1 C - 6 Item Quantity No & Unit Description of Item and Unit Prices Total Amount FAA NON -PARTICIPATING 32, 1 Cost for Insurance Policy, as spec- L.S. ified in Paragraph SP -17 of the Special Provisions, for the lump sum price of: One Thousand Dollars and No Cents ($ 1.000.00) $ 1.000.00 TOTAL BASE BID (Items 1 through 32, Inclusive) $2.186.285.00 The Bidder is required to separate the cost of materials to be incorporated into this project. Such material costs is separated from the other costs so that the Bidder is a seller of such materials to the City. The Bidder shall be required to issue a resale certificate on such materials in lieu of paying the sales tax on such materials at the time of purchase. The City will provide the successful Bidder with a sales tax exemption certificate for such materials. The labor and materials charges shall be separated as follows: MATERIALS - BASE BID $ 1,840.952.00 LABOR - BASE BID $ 344 333.00 TOTAL BID - BASE BID $ 2,186,285.00 Addendum No. 1 C - 7 LUBBOCK INTERNATIONAL AIRPORT RUAWAY 17R -35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS DEDUCTIVE ALTERNATE "A" Item Quantity No &Unit Description of Item and Unit Prices Total Amount A-1 1ED DUCT_ - Item GEN, Emergency Power L.S. Generator and Control, complete, for the lump sum price of (SAME AS ITEM 15 OF BASE BID PROPOSAL): Fifty -Six Thousand Five Hundred Dollars and No Cents ($ 56.500.00 ) $< 56.500.00> TOTAL DEDUCTIVE ALTERNATE "A" (Item A-1) $< 56.500.00 The Bidder is required to separate the cost of materials to be. incorporated into this project. Such material costs is separated from the other costs so that the Bidder is a seller of such materials to the City. The Bidder shall be required to issue a resale certificate on such materials in lieu of paying the sales tax on such materials at the time of purchase. The City will provide the successful Bidder with a sales tax exemption certificate for such materials. The labor and materials charges shall be separated as follows: MATERIALS - DEDUCTIVE ALTERNATE "A" LABOR - DEDUCTIVE ALTERNATE "A" TOTAL BID - DEDUCTIVE ALTERNATE "A" Addendum No. 1 C - 8 $< 56.500.00 > $< 0.00 > $< 56.500.00 > LUBBOCK INTERNATIONAL AIRPORT RUNWAY 17R -35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS DEDUCTIVE ALTERNATE "B" Item Quantity No & Unit Description of Item and Unit Prices Total Amount B-1 28,000 DEDUCT - Item P-401, Bituminous Ton Base Course, per ton (SAME AS ITEM 6 OF BASE BID PROPOSAL): Thirty-four Dollars and Fifty Cents ($ 34.50 ) $<966.000.00> B-2 24,500 ADD, - TxDOT Item 292, Asphalt Stab - Ton ilized Base Course in accordance with Texas Department of Trans- portation 1982 Standard Specifi- cations for Highways, Streets and Bridges, as herein modified, per ton: Thirty-one Dollars and Ninety-five Cents ($ 31.95 ) $ 782.775.00 TOTAL DEDUCTIVE ALTERNATE "B" (Items B-1 through B-2, inclusive) $<183.225.00> The Bidder is required to separate the cost of materials to beincorporated into this project. Such material costs is separated from the other costs so that the Bidder is a seller of such materials to the City. The Bidder* shall be required to issue a resale certificate on such materials in lieu of paying the sales tax on such materials at the time of purchase. The City will provide the successful Bidder with a sales tax exemption certificate for such materials. The labor and materials charges shall be separated as follows: MATERIALS - DEDUCTIVE ALTERNATE "B" LABOR - DEDUCTIVE ALTERNATE "B" TOTAL BID - DEDUCTIVE ALTERNATE "B" Addendum No. 1 C - 9 $< 172.472.00 > $ 53.00 > $< 183.225.00 > Addendum No. 1 C - 10 LUBBOCK INTERNATIONAL AIRPORT RUNWAY 17R -35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS DEDUCTIVE ALTERNATE "C" Item Quantity No & Unit Description of Item and Unit Prices Total Amount C-1 9,900 DEDUCT - Item P-152, Excavation, S.Y. Grading and Subgrade Preparation for New Shoulder Pavement, per square yard: One Dollars and Fifty Cents ($ 1.50 ) $< 14.850.00> C-2 50 DEDUCT - Item P-152, Lime Used in Ton Drying Wet Subgrade, per ton: Two Hundred Dollars and No Cents ($ 200.00 ) $< 10.000.00> C-3 10,000 DEDUCT - Item P-152, Excavation, S.Y. Grading and Topsoiling in Unpaved Areas, per square yard: No Dollars and Fifty Cents ($ 0.50 ) $< 5.000,00> C-4 2,900 DEDUCT - Item P-602, Bituminous Prime Gal. Coat, per gallon: One Dollars and No Cents ($ 1.00 ) $< 2.900.00> C-5 1,400E� DUCT - Item P-603, Bituminous Tack Gal. Coat, per gallon: No Dollars and Fifty-eight Cents.($ 0.58 ) $< 812.00> C-6 3,450 DEDUCT - Item P-401, Bituminous Base Ton Course, per ton: Thirty Dollars and Sixty Cents ($ 30.60 ) $<105.570.00> Addendum No. 1 C - 10 DEDUCTIVE ALTERNATE "C" (Continued) Item Quantity No & Unit Description of Item and Unit Prices Total Amount C-7 1,150 DEDUCT - Item P-401, Bituminous Sur - Ton face Course, per ton: Thirty-three Dollars and Eighty- Cents ($ 33.80 ) $< 38.870.00> C-8 3,300 DEDUCT - Item P-605,*Saw Cut and Seal L.F. Joint in New Bituminous Pavement, per linear foot: One Dollars and No Cents ($ 1.00 ) $< 3.300.00> C-9 11,500E�,DUCT - Item P-620, Runway and Taxi- S.F. way Painting, complete, per square foot:• No Dollars and Forty Cents ($ 0.40 ) $< 4.600.00> C-10 2ED DUCT - Item T-901, Soil Preparation, Acre Seeding and Fertilizing, per acre: Six Hundred Eighty Dollars and No Cents ($ 680.00 ) $< 1.360,00> TOTAL DEDUCTIVE ALTERNATE "C" (Items C-1 through C-10, inclusive) $<187.262.00> The Bidder is required to separate the cost of materials to be incorporated into this project. Such material costs is separated from the other costs so that the Bidder is a seller of such materials to the City. The Bidder shall be required to issue a resale certificate on such materials in lieu of paying the sales tax on such materials at the time of purchase. The City will provide the successful Bidder with a sales tax exemption certificate for such materials. The labor and materials charges shall be separated as follows: MATERIALS - DEDUCTIVE ALTERNATE "C" LABOR - DEDUCTIVE ALTERNATE "C" TOTAL BID - DEDUCTIVE ALTERNATE "C" Addendum No. 1 C - 11 $< 150.052.00 > $< 37.210.00 > $< 187.262.00 > LUBBOCK INTEkNktiONAL AIRPORT RUNWAY 17R -35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS DEDUCTIVE ALTERNATE "D" Item Quantity No & Unit Description of Item and Unit Prices Total Amount D-1 7,600ED DUCT - Item P-152, Excavation, S.Y. Grading and Subgrade Preparation for New Shoulder Pavement, per square yard: One Dollars and Fifty Cents ($ 1.50 ) $< 11,400,00> D-2 40 DEDUCT - Item P-152, Lime Used in Ton Drying Wet Subgrade, per ton: Two Hundred Dollars and No Cents ($ 200.00 ) $< 8.000,00> D-3 11,700ED DUCT - Item P-152, Excavation, S.Y. Grading and Topsoiling in Unpaved Areas, per square yard: No Dollars and Forty-six Cents ($,0.46 ) $< 5.382.00> D-4 2,250 DEDUCT - Item P-602, Bituminous Prime Gal. Coat, per gallon: One Dollars and No Cents ($ 1.00 ) $< 2.250.00> D-5 1,100 DEDUCT - Item P-603, Bituminous Tack Gal. Coat, per gallon: No Dollars and Fifty-eight Cents ($ 0.58 ) $< 638.00> D-6 2,650 DEDUCT - Item P-401, Bituminous Base Ton Course, per ton: Thirty Dollars and Sixty Cents ($ 30.60 ) $< 81.090.00> Addendum No. 1 C - 12 DEDUCTIVE AttEkkATE "b" (Continued) Item Quantity No & Unit DescriRtion of Item and Unit Prices Total Amount D-7 900ED DUCT - Item P-401, Bituminous Sur - Ton face Course, per ton: Three -three Dollars and Eighty Cents ($ 33.80 ) $< 30.420.00> D-8 2,500 DEDUCT - Item P-605, Saw Cut and Seal L.F. Joint in New Bituminous Pavement, per linear foot: One Dollars and No Cents ($ 1.00 ) $< 2.500.00> D-9 8,900Ep DUCT - Item P-620, Runway and Taxi- S.F. way Painting, complete, per square foot: No Dollars and. Forty Cents ($ 0.40 ) $< 3.560,00> D-10 2 DEDUCT - Item T-901, Soil Preparation, Acre Seeding and Fertilizing, per acre: Six Hundred Eighty Dollars and No Cents ($ 680.00 ) $< 1.360,00> TOTAL DEDUCTIVE ALTERNATE "D" (Items D-1 through D-10, inclusive) $<146.600.00> The Bidder is required to separate the cost of materials to be: incorporated into this project. Such material costs is separated from the other costs so that the Bidder is a seller of such materials to the City. The Bidder shall be required to issue a resale certificate on such materials in lieu of paying the sales tax on such materials at the time of purchase. The City will provide the successful Bidder with a sales tax exemption certificate for such materials. The labor and materials charges shall be separated as follows: MATERIALS - DEDUCTIVE ALTERNATE "D" LABOR - DEDUCTIVE ALTERNATE "D" TOTAL BID - DEDUCTIVE ALTERNATE "D" Addendum No. 1 C - 13 $< 117.042.00 > $< 29 558.00 > $< 146.600.00 > LUBBOCK INTERNATIONAL AIRPORT RUNWAY 17R -35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS BID SUMMARY BASE BID (Items 1 through 32, inclusive) $ 2.186.285.00 DEDUCTIVE ALTERNATE "A" (Item A-1) DEDUCTIVE ALTERNATE "B" (Items B-1 through B-2, inclusive) DEDUCTIVE ALTERNATE "C" (Items C-1 through C-10, inclusive) DEDUCTIVE ALTERNATE "D" (Items D-1 through D-10, inclusive) $< 56.500.00 > $< 183.225.00 > $< 187.262.00 > $< 146,600.00 > The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the Plans, Specifications and Contract Documents pertaining to the work covered by the above bid, and that the prices bid herein are based on the minimum wage rates included in the specifications. The Bidder hereby agrees to commence work under this contract within 10 days of a date to be specified in written "Notice to Proceed" and to complete the work if awarded within the time frames specified in Paragraph SP -3 of the Special Provisions. Bidder further agrees to pay as liquidated damages, the sums stated in Paragraph SP -3 of the Special Provisions for each consecutive calendar day thereafter as provided in the General Conditions. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Bidder acknowledges receipt of the following addendum: Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 1 C - 14 Enclosed with this Proposal is a Cashier's or Certified Check for Dollars ($ ) or, a Proposal Bond in the sum of Five Percent of the Total Amount Bid Dollars ($ 5% of Bid ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the Proposal is accepted by the Owner within sixty (60) days after the date advertised for the. reception of bids and the undersigned fails to execute the contract or required bonds with the Owner, under the conditions hereof, within ten (10) days after the date said proposal is accepted; otherwise, said check or bond shall be returned to the undersigned upon demand. (Seal if Bidder is a Corporation) ATTEST: Z=Z,�� - Secretarygaq-nS GILBERT TEXAS CONSTRUCTION CORP. Cor trac or By 800 Paloma Drive, Suite 160 Round Rock. Texas 78664 Address NOTE: Do not detach this Proposal from this binding but submit intact. Fill in all blank spaces in this and accompanying forms and include proper bid security. Addendum No. 1 C - 15 (7 'I LIST OF SUBCONTRACTORS This form shall be completed and submitted with the Bidder's Proposal. Minority Owned Addendum No. 1 C - 16 Yes No t. Floyd Construction and Trucking X 2• Phung Emmons Trucking X _ 3. Stripe -A -Zone X _ 4. Blue Bonnet Turf x _ 5. Primate Construction X 6. Greer Electric X 7. 8. 9. 10. Addendum No. 1 C - 16 REQUIRED LANGUAGE IN PROPOSALS FOR AIP CONTRACT'S Section 60-1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and if so, whether it has 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 1092S, 11114. or 11246 has not riled a report due under the applicable riling documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FM or the Director, OFCCP. Bid or Proposal Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid or proposal form a statement substantially as follows: The bidder (proposer) shall complete the following statement by cbecidng; the appropriate space. The bidder (proposer) has X has not _ participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The bidder (proposer) has X has not _ submitted all compliance reports in connection with any such contract due under the applicable 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 riling 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 Addendum No. (2/92) C — 17 2 Certification Regarding Debarment, Suspension, Indigiibility and Voluntary Fadnsion (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 in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. Certification Regarding Foreign Trade Restrictions (49 CF3t PART 30) The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that It: a. Is not owned or controlled by one or more citizens or nationals of a foreign country Included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are 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 V 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. (17 Ibis certification is a material representation of fact upon which reliance was placed when making the award. u 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 shalt 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 Addendum No. 1 (2/92) C — 18 3 Information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. ?bis 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 America Csrtification (Aviation Safety and Capra tly Fspaasioa Act or 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 N/A (insert sponsor representative) lists of articles. materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN (2192) Addendum No. 1 C — 19 CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORT[TNITY GENERAL BIDDER'S NAME GILBERT TEXAS CONSTRUCTION CORP. ADDRESS 800 Paloma Drive 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 eta 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 510,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Addendum No. (1192) C — 20 2 CERTIFICATION OF NONSEGREGATED FACIIJI S The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated fadIlties at any of his establishments, and that he does not permit his employees to pefform 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 not permit his employees to perform their services at any location, under his control, where segregated facilities art 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 faculties' means any malting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timadocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The federally assisted construction 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 Me 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. Date NOTE: The penalty for making false statements in offers Is prescribed in 18 US.C.1001. (I/92) Addendum No. C — 21 CONTRACT STATE OF TEXAS § § COUNTY OF LUBBOCK § THIS AGREEMENT, made and entered into this --,� day of A.D. 1992, by and between the City of Lubbock, of the County of Lubbock and the State of Texas, acting through the City of Lubbock thereunto duly authorized so to do, Party of the First Part, hereinafter termed Owner, and Gilbert Texas Construction Corp. of the City of Round Rock , County of Travis and State of ' Texas Party of the Second Part, herein -after termed Contractor. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part (Contractor) hereby agrees with said Party of the First Part (Owner) to commence and complete the construction of certain improvements described as follows: BASE BID - Construct approximately 72,000 square yards of bituminous runway shoulder pavement, construct airfield signage, vault and emergency generator improvements and other related items of work. DEDUCTIVE ALTERNATE "A" - This contract shall (shall not) include Deductive Alternate "A" which consists of deletiniz Deductive Alternate "A" Item A-1, Specification Item GEN, Emergency Power Generator and Control. DEDUCTIVE ALTERNATE "B" - This contract shall (s'va:al3 net) include Deductive Alternate "B" which consists of deletDeductive Alternate "B" Item B-1, Specification Item P-401, Bituminous Base Course, andda ding Deductive Alternate. "B" Item B-2, TxDOT Specification Item 292, Asphalt Stabilized Base (Plant Mix). DEDUCTIVE ALTERNATE "C" - This contract shall (abell neti) include Deductive Alternate "C" which consists of deleting Deductive Alternate Items C-1 through C-10, inclusive, in the quantities indicated. Addendum No. 1 D - 1 DEDUCTIVE ALTERNATE "D" - This contract shall (shall not) include Deductive Alternate "D" which consists of delet n Deductive Alternate "D" Items D-1 through D-10, inclusive, in the quantities indicated. These improvements are shown on the plans entitled "City of Lubbock, Texas, Lubbock International Airport Runway 17R -35L Shoulders and Airfield Signage Improvements," dated August, 1992, and the specifications attached hereto. This contract shall include all extra work in connection, therewith, under the terms as stated in the General Conditions of the Agreement; and at his (or their) owner proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in he Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, and in accordance with the plans, which includes all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the Specifications therefor, as prepared by Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, E1 Paso and Midland, Texas, herein entitled the Engineer, each of which has been identified by the endorsement of the Contractor and the Engineer thereon, together with the Contractor's written Proposal, and General Conditions of the Agreement, and the Performance Bond and Payment Bond hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. The Contractor hereby agrees to commence work under this contract within 10 days of a date to be specified in a written "Notice to Proceed" of the Owner and to complete the project within the time frames specified in Paragraph SP -3 of the Special Provisions. The Contractor further agrees to pay, as liquidated damages, the sums stated in Paragraph SP -3 of the Special Provisions for each calendar day thereafter as hereinafter provided in the General Conditions. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefor, subject to additions and deductions, as provided in the specifications, and to make payments on account thereof as provided therein. Addendum No. 1 D - 2 IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. APPROVED AS TO CONTENT: APPROVED AS TO FORM: Affix Corporate Seal, if any ATTEST: Corporate Secretfw /4/len 9- Nvarns Party of the Second Part (Contractor) Gilberit Tekas Co .ruc io Co t B 2citi - sr`ch► U1esi nj omplete Address: 800 Paloma Drive, Suite 160 Round Rock Texas 78664 Addendum No. 1 D - 3 REQUIRED CONTRACT PROVISION REGARDING BUY AMERICAN BUY AMERICAN •STEEL AND M bWACTUJRED PRODUCTS FOR CONST RUCTION CONTRACTS (a) The Contractor agrees that only domestic steel and manufactured products wM 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 anal 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 anal assembly labor costs. Addendum No. (2/92) D — 4 Modifications to TxDOT ITEM 292 ASPHALT STABILIZED BASE (PLANT MIX TxDOT Item 292, Asphalt Stabilized Base (Plant Mix), of the project specifications, shall be modified as follows: 1. Paragraph 292.2.(1)(a) Mixture. Delete the first two sentences in this paragraph, and insert the following: "Asphalt for the paving mixture shall be Viscosity Grade AC -10, in accordance with ASTM D3381." 2. Paragraph 292.2.(1)(b) Tack Coat. Delete this entire paragraph. Tack coats shall meet the requirements of Item P-603, Bituminous Tack Coat, of these specifications. 3. Paragraph 292.2.(2)(b) Grades. The gradation of the aggregate material shall conform to Grade 1. 4. Paragraph 292.4.(5) Motor Grader. Delete this entire paragraph. Spreading and/or finishing the asphalt stabilized base course material with a motor grader will not be approved. 5. Paragraph 292.6.(1) Prime Coat. Delete this entire paragraph. Prime coats shall meet the requirements of Item P-602, Bituminous Prime Coat, of these specifications. 6. Paragraph 292.6.(2) Tack Coat. Delete this entire paragraph. Tack coats shall meet the requirements of Item P-603, Bituminous Tack Coat, of these specifications. 7. Paragraph 292.6.(7) Protection of the Work and Opening, to Traffic. The completed asphalt stabilized base course shall not be opened to aircraft traffic. Construction traffic may be allowed on the course, however, the Contractor shall be responsible for protecting the course from damage due to traffic. The Contractor shall repair all areas damaged prior to application of the P-401 Bituminous Surface Course. 8. Paragraph 292.7. In -Place Density. Add the following new subparagraph: "The asphalt stabilized base material shall be accepted for density in accordance with the requirements for acceptance sampling and testing in Item P-401, Plant Mix Bituminous Pavements, of these specifications. Table 6, Sliding Scale Pay Factors, shall be revised as follows: Average Percent Density Recommended Percent Payment 96.0 and greater 100 percent 95.0 - 95.9 75 percent Less than 95.0 percent Reject" Addendum No. 1 292 - 1 9. Paragraph 292.8. Measurement. Asphalt stabilized base shall be measured for payment by the composite weight method. 10. . Paragraph 292.9.(2) Delete this entire paragraph. Tack coats and prime coats shall be measured and paid for under Item P-602, Bituminous Prime Coat, or Item P-603, Bituminous Tack Coat, of these specifications. Addendum No. 1 292 - 2 M Specifications and Contract Documents for CITY OF LUBBOCK, TEXAS LUBBOCK INTERNATIONAL AIRPORT RUNWAY 17R -35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS A.I.P. PROJECT NO. 3-48-0138-11 & 13 BID NO. 12159 AUGUST 1992 7� CoAv --T r /N-u/NNNnN -NNNNNNN-- -////--N----/--- /////1////////././--/ memo Parkhill. Smith & Cooper. Inc. .-.N :N.N---G- Engineers Architects Planners THESE SPECIFICATIONS REQUIRE THAT PLANS AND SPECIFICATIONS MUST BE RETURNED WITHIN 10 DAYS OF BID OPENING FOR REFUND OF DEPOSIT. NO REFUNDS OF DEPOSITS WILL BE MADE FOR DOCUMENTS RECEIVED AFTER THE 10 DAY PERIOD. PARKHILL, SMITH & COOPER, INC. TABLE OF CONTENTS ADVERTISEMENT FOR BIDS . . . . . . A-1-2 GENERAL INSTRUCTIONS TO BIDDERS. . IB -1-12 BID BOND . . . . . . . . . . . . BB -1-2 FEDERAL AVIATION ADMINISTRATION Contractor MANDATORY CONTRACT PROVISIONS FAA -1-26 CITY OF LUBBOCK DISADVANTAGED GC -1 BUSINESS ENTERPRISE POLICY . . . . 1-40 PROPOSAL . . . . . . . . . . . . . C-1-14 CONTRACT . . . . . . . . . . . . . . D-1-3 PERFORMANCE BOND . . . . . . . . . . E-1-2 PAYMENT BOND . . . . . . . . . . . . F-1-2 CERTIFICATE OF INSURANCE . . . . . . G-1 EXPERIENCE RECORD. . . . . . . . . . H-1-2 EQUIPMENT SCHEDULE . . . . . . . . . I-1 GENERAL PROVISIONS . . . . . . . . GP -1-54 GENERAL CONDITIONS OF THE AGREEMENT Paragraph Page GC -01 Owner GC -1 GC -02 Contractor GC -1 GC -03 Owner's Representative GC -1 GC -04 Contract Documents GC -1 GC -05 Interpretation of Phrases GC -1 GC -06 Subcontractor GC -1 GC -07 Written Notice GC -2 GC -08 Work GC -2 GC -09 Substantially Completed GC -2 GC -10 Layout GC -2 GC -11 Keeping of Plans and Specifications Accessible GC -2 GC -12 Right of Entry GC -2 GC -13 Lines and Grades GC -3 GC -14 Owner's Representative's Authority and Duty GC -3 GC -15 Superintendence and Inspection GC -3 GC -16 Contractor's Duty and Superintendence GC -4 GC -17 Contractor's Understanding GC -4 GC -18 Character of Workmen GC -4 GC -19 Construction Plant GC -4 GC -20 Sanitation GC -4 GC -21 Observation and Testing GC -5 GC -22 Defects and Their Remedies GC -5 GC -23 Changes and Alterations GC -5 GC -24 __ .._Extra. Work -_ _ GC -6 GC -25 Discrepancies and Omissions GC -7 GC -26 Right of Owner To Modify Methods and Equipment GC -7 GC -27 Protection Against Accident to Employees and the Public GC -7 GC -28 Contractor's Insurance GC -8 GC -29 Protection Against Claims of Subcontractors, Laborers, Materialmen, and Furnishers of Machinery, Equipment and Supplies GC -9 Paragraph GC -30 Protection Against Royalties or Patent Invention GC -31 Laws and Ordinances GC -32 Assignment and Subletting GC -33 Time For Completion and Liquidated Damages GC -34 Time and Order of Completion GC -35 Extension of Time GC -36 Hindrance and Delays GC -37 Quantities and Measurements GC -38 Protection of Adjoining Property GC -39 Price for Work GC -40 Payments GC -41 Partial Payments GC -42 Final Completion and Acceptance GC -43 Final Payment GC -44 Correction of Work Before Final Payment For Work GC -45 Correction of Work After Final Payment GC -46 Payment Withheld GC -47 Time of Filing Claims GC -48 Arbitration GC -49 Abandonment by Contractor GC -50 Abandonment By Owner GC -51 Bonds GC -52 Special Conditions GC -53 Losses From Natural Causes GC -54 Independent Contractor GC -55 Cleaning Up Notice of Acceptance SPECIAL PROVISIONS SP -1 Scope of Work SP -2 Contract Documents SP -3 Time and Order of Completion SP -4 Limitation of Operation SP -5 Airport Operations Security SP -6 Contractor's Plant Site, Storage and Office Area(s) SP -7 Protection of Property SP -8 VlectrtPower-and Natural Gas SP -9 Lines and Grades SP -10 Water for Construction SP -11 Material Tests SP -12 Barricades, Signs, and Hazard Markings SP -13 Prevention of Air and Water Pollution SP -14 Progress Schedule SP-15 --PubHci -.Convenience -and. Safety - SP -16 Final Cleaning Up SP -17 Insurance SP -18 Removal and Disposal of Structures, Utilities and Obstructions SP -19 Conformity with Plans and Allowable Deviations SP -20 Removal of Defective and Unauthorized Work SP -21 Disputed Claims for Extra Work SP -22 Federal Participation rage GC -10 GC -10 GC -10 GC -10 GC -11 GC -11 GC -11 GC -12 GC -12 GC -12 GC -12 GC -13 GC -13 GC -13 GC -13 GC -13 GC -14 GC -14 GC -14 GC -15 GC -16 GC -16 GC -16 GC -17 GC -17 GC -17 GC -18 SP -1 SP -1 SP -1 SP -5 SP -8 SP -12 SP -13 SP -13 SP -14 SP -14 SP -14 SP -15 SP -15 SP -16 SP -16 SP -16 SP -17 SP -17 SP -17 SP -18 SP -18 SP -18 Paragraph SP -23 Indemnification SP -24 Opening of Section of Airport to Traffic SP -25 Contractor's Responsibility for Work SP -26 Correction of Faulty Work After Final Payment SP -27 Separate Contracts SP -28 Shop Drawings SP -29 Engineer SP -30 Trench Safety SP -31 Engineer's Field Office SP -32 Progressing Meeting ITEM P-152 EXCAVATION AND EMBANKMENT j".e SP -19 SP -19 SP -20 SP -20 SP -20 SP -20 SP -21 SP -21 SP -21 SP -22 152-a 152-1 152-1 152-7 152-8 152-9 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION. SOIL EROSION. AND SILTATION CONTROL Modifications 156-a 1. Description 156-1 2. Materials 156-1 3. Construction Requirements 156-1 4. Method of Measurement 156-3 5. Basis of Payment 156-3 ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS Modifications 1. Description 2. Construction Methods 3. Method of Measurement 4. Basis of Payment 5. Testing Requirements j".e SP -19 SP -19 SP -20 SP -20 SP -20 SP -20 SP -21 SP -21 SP -21 SP -22 152-a 152-1 152-1 152-7 152-8 152-9 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION. SOIL EROSION. AND SILTATION CONTROL Modifications 156-a 1. Description 156-1 2. Materials 156-1 3. Construction Requirements 156-1 4. Method of Measurement 156-3 5. Basis of Payment 156-3 ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS Modifications 401-a 1. Description 401-1 2. Materials 401-1 3. Composition 401-3 4. Construction Methods 401-8 5. Method of Measurement 401-16 6. Basis of Payment 401-16 7. Testing. -Requirements 401-16 8. Material Requirements 401-17 ITEM P-602 BITUMINOUS PRIME COAT ITEM P-603 BITUMINOUS TACK COAT Modifications 602-a 1. Description 602-1 2. Materials 602-1 3. Construction Methods 602-1 4. Method of Measurement 602-2 5. Basis of Payment 602-2 6. Material Requirements 602-2 7. Testing Requirements 602-3 ITEM P-603 BITUMINOUS TACK COAT Modifications 603-a 1. Description 603-1 2. Materials 603-1 3. Construction Methods 603-1 4. Method of Measurement 603-2 5. Basis of Payment 603-2 6. Material Requirements 603-2 JOINT SEALING FILLER Modifications 605-a 1. Description 605-1 2. Materials 605-1 3. Construction Methods 605-2 4. Method of Measurement 605-3 5. Basis of Payment 605-4 6. Testing Requirements 605-4 7. Material Requirements 605-4 ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE Modifications 610-a 1. Description 610-1 2. Materials 610-1 3. Construction Methods 610-3 4. - Method -of •Measurement- 610-6 5. Basis of Payment 610-6 6. Testing Requirements 610-6 7. Material Requirements 610-6 ITEM T-901 SEEDING ITEM T-905 TOPSOILING Modifications 905-a 1. Description 905-1 2. Materials 905-1 3. Construction Methods 905-1 4. Method of Measurement 905-2 5. Basis of Payment 905-2 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Paragraph Page Modifications 108-a 1. Description 108-1 2. Equipment and Materials 108-1 3. Construction Methods 108-2 4. Method of Measurement 108-5 5. Basis of Payment 108-6 6. Material Requirements 108-6 STEM L-109 SIGNAGE IMPROVEMENTS LUBBOCK INTERNATIONAL AIRPOR Paragraph Luke Modifications 109-a 1. Description 109-1 2. Equipment and Materials 109-1 3. Vault and Prefabricated Metal Housing 109-1 4. Construction Methods 109-3 5. Installation of Equipment in Vault or Prefabricated Metal Housing 109-5 4. Method of Measurement 109-6 5. Basis of Payment 109-6 6. Material Requirements 109-7 Modifications 901-a 1. Description 901-1 2. Materials 901-1 3. Construction Methods 901-2 4. Method of Measurement 901-4 5. Basis of Payment 901-4 6. Material Requirements 901-5 ITEM T-905 TOPSOILING Modifications 905-a 1. Description 905-1 2. Materials 905-1 3. Construction Methods 905-1 4. Method of Measurement 905-2 5. Basis of Payment 905-2 ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Paragraph Page Modifications 108-a 1. Description 108-1 2. Equipment and Materials 108-1 3. Construction Methods 108-2 4. Method of Measurement 108-5 5. Basis of Payment 108-6 6. Material Requirements 108-6 STEM L-109 SIGNAGE IMPROVEMENTS LUBBOCK INTERNATIONAL AIRPOR Paragraph Luke Modifications 109-a 1. Description 109-1 2. Equipment and Materials 109-1 3. Vault and Prefabricated Metal Housing 109-1 4. Construction Methods 109-3 5. Installation of Equipment in Vault or Prefabricated Metal Housing 109-5 4. Method of Measurement 109-6 5. Basis of Payment 109-6 6. Material Requirements 109-7 1. 2. 3. 4. 5. 6. STEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT Modifications Description Equipment and Materials Construction Methods Method of Measurement Basis of Payment Material Requirements ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS 110-a 110-1 110-1 110-1 110-4 110-4 110-4 Modifications 125-a 1. Description 125-1 2. Equipment and Materials 125-2 3. Construction Methods 125-3 4. Method of Measurement 125-3 5. Basis of Payment 125-4 ITEM GEN GEN EMERGENCY POWER GENERATION AND CONTROL ITEM RF --BUILT-UP--ASPHALT BITUMINOUS ROOFING- Modifications OOFING Modifications RF -a 1. General RF -1 2. Products RF -3 3. Execution RF -4 Modifications GEN -a 1. General GEN -1 2. Products GEN -2 3. Execution GEN -6 ITEM MS MECHANICAL SYSTEMS Modifications MS -a 1. Description MS -1 2. General Methodology MS -1 3. Equipment and Materials MS -1 4. Testing, Adjusting and Balancing Mechanical Systems MS -3 5. Hangers and Supports MS -4 6. Insulation MS -5 7. Temperature Regulation MS -6 ITEM RF --BUILT-UP--ASPHALT BITUMINOUS ROOFING- Modifications OOFING Modifications RF -a 1. General RF -1 2. Products RF -3 3. Execution RF -4 APPENDIX SW5200.5A Airport Safety During FAA -Funded Airport Construction and FAA Facilities Maintenance. ` AC 150/5370-2C Operational Safety on Airports During Construction e NOTICE TO BIDDERS ADVERTISEMENT FOR BIDS NOTICE TO BiDDERS Sealed proposals addressed to the Honorable Mayor and City Council of Lubbock, Texas, will be received at the office of Gene Eads, Purchasing Manager, Municipal Building,162543th Street, Room L-04, Lubbock, Texas 79401 until 2:00 p.m, Tuesday. gust 18. 1992 for furnishing all necessary materials, machinery, equipment, superintendence, and labor for constructing certain improvements at Lubbock International Airport, Lubbock, Texas. These improvements are contained in the plans and specifications entitled, "City of Lubbock, Texas, Lubbock International Airport, Runway 1711-351_ Shoulders and Airfield Signage improvements,' dated August, 1992. Immediately following the dosing time for receipt of bids, proposals will be publicly opened and read aloud. Any bid received after dosing time will be returned unopened. The items of work Included in the project consist of construction of approximately 72,000 square yards of bituminous runway shoulder pavement, construction of airfield signage, vault and emergency generator Improvements and other related items of work. A bid proposal guaranty is to accompany the bid, thereby guaranteeing they good faith of the bidder and that the bidder will enter Into the written contract The guaranty Is to amount to five percent (5%) of the total bid and must be In the form of cash or certified check, Issued by a bank satisfactory to the City of Lubbock, or a bid bond. If in the form of cash or certified check, it is hereby expressly understood and agreed the City of Lubbock Is given the right to retain such as liquidated damages if such bidder withdraws its bid anytime after such bid Is opened and before official rejection of such bid, or, If successful in securing the award thereof, such bidder falls to enter Into the contract and furnish satisfactory performance bond and payment bond. If a bid bond is submitted, It shall be executed on forms contained in these contract documents by a corporate surety authorized to do business In the State of Texas, acceptable to the City of Lubbock and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States of America. Proposals submitted without bid guaranty In the form of cash, certified check or bid bond for 5% of time maximum bid will not be considered. The successful Bidder will be required to fumish a Performance Bond and a Payment Bond each In the amount of the contract, written by a responsible Surety Company authorized to do business in the State of Texas, and satisfactory to the Owner, as required by Article 5160, V.A.T.C,.S., as amended by H.B. 344, passed by the 56th Legislature, Regular Session, 1959. All lump sum and unit prices must be stated in both script and figures. The Owner reserves the right to reject any or all bids and to waive formalities. In case of ambiguity or lack of dearness In stating the prices In the bids, the Owner reserves the right to consider the most advantageous construction thereof, or to reject the bid. Unreasonable (or 'unbalancedl unit prices will authorize the Owner to reject the bid. Bidders are expected to inspect the site of the work and to inform themselves regarding all local conditions. This project Is an AIP Project The proposed contract Is under and subject to Executive Order 11246 of September,_ 24, 1965, as amended, and to the equal _ opportunity clause. contained In these specifications. The Bidder's (Proposees) attention Is called to the 'Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity construction Contract Specifications" set forth In the specifications. The Bidder must supply all the Information required by the proposal form. 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 of such a Certification where the subcontract exceeds $10,000. Samples of the Certification and the Notice to Subcontractors appear in the specifications. A•1 In all areas of employment women and men will be afforded equal opportunity for employment. The employment of women shall not diminish the stantartls nr requirements for the employment of minorities. Minimum wages and labor rates for the construction of the proposed work have been established by the Secretary of labor. A schedule of labor classifications and wage rates to be paid are Included in the specifications and will be made a part of the contract. The bid form shall contain a statement that the prices bid are based on such wage rates. This project Is subject to Equal Opportunity, Affirmative Action, Minority Business Enterprise Contract Provisions, and other requirements stated in the Instructions to Bidders and other sections of the project specifications and contract documents. Policv. 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. All bidders and proposers shalt make good faith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract ten (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 American 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 falls 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. 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. The Owner reserves the right to reject any or all bids, 9 it is deemed to be In the best interest of the public. Information for bidders, proposal fomes, specifications and plans are on file In the office of the Director of Aviation and Purchasing Manager, Lubbock, Texas, and at the office of Parkhill, Smith & Cooper, Inc., Consulting Engineers, 4010 Avenue R, Lubbock, Texas 79412, 806-747-0161. Copies of the Pians and Specifications may be secured from Parkhill, Smith & Cooper, Inc., Consulting Engineers, 4010 Avenue R, Lubbock, Texas 79412, upon deposit of SEVENTY FIVE DOLLARS ($75.00) as guarantee of the safe return of the plans and specifications. The full amount of the deposit will be returned to the Bidder upon return of the documents to the Engineer in good condition within ten (10) days after the date for receiving bids. A pre-bld conference concerning this project will be held at 10:00 a.m. on the 10th day of August, 1992 at Lubbock International Airport, Blue Room. CITY OF LUBBOCK TEXAS By Gene Eads, C.P.M. Purchasing Manager A-2 GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS i. SCOPE OF WORK The work to be done under the contract documents shalt consist of the following: Construct appraadarately 72,000 square yards of bites runway shoulder pavement. Construct airfield signage, vault and emergency generator improvements. Other related items of work. The contractor shalt furnish all labor, superintendence, machinery, equipment and alt materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shalt be done in accordance with contract documents described in the Gen- eral Conditions. All bidders shall be thoroughly familiar with ail of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 6. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within * , calendar days from the date specified in the Notice to Proceed issued by the City of Lubboek to the successful bidder. The Contractor wilt 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.A� YMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. AFFIDAVITS OF BILLS PAID (17 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemptated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. * As specified in the paragraph Time and Order of Completion of the Special Provisions. IB 1 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES it shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of:alt 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 tines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shatt be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's'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.fallure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall 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 shall assume full responsibility for alt 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 shalt be required'to furnish the /�. name, address and telephone number where such local representative may be reached during the time that the work contemptated by this contract is in progress. 16. INSURANCE The Contractor shalt 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 shalt be furnished to the City and written IB -2 T. 14ATERIALS 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 shalt be guaranteed against de- fective materials and workmanship. --Prior to final acceptance, the Contractor shalt 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 will be furnished 5 sets 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 matert- ats, 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. 11. TEXAS STATE SALES TAX This contract is issued by`an orga"nUition which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas limited sales, Excise and Use Tax Act. The Contractor not obtain a limited sales, e=lse 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. IB -3 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 no the City as an additional insured and shalt further state f' 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 aunt be paid on this project shall not be less than specified in the sehedule of general prevailing rates of per dies 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 law that may be applicable. Construc- 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 wilt 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 beim done under this contract which is hazardous or dangerous to property or life, the: Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors 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 shalt 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 shorn 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. IB -4 The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each Laborer, workman, or mechanic employed for each calendar day, or portion thereof, such 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. 14. 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 shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he 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 duty 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 seated 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 RL=ay 17i -35L Shoulders and Airfield Silage impr+ovenents, Lubbock International Airport 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 shalt 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 available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. IB —5 ADDITIONAL INSTRUCTIONS TO BIDDERS IB -1. BID FORMS Bid shall be submitted on the Proposal form in the bound specifications. The complete bound documents shall be submitted and plans shall be returned as specified herein. In addition to the completed Proposal, bid forms shall include Bid Security, Financial Statement, and other specified documents. Failure to submit a complete bid as specified will be considered as sufficient cause for rejection of the bid. IB -2. EXPERIENCE RECORD, EQUIPMENT SCHEDULE AND FINANCIAL STATEMENT The Experience Record and Equipment Schedule included herein, shall be filled in, showing completed jobs, of a similar nature to the one covered by the Proposal, and the work in progress with contract and bond amounts and percent complete. A sworn statement of the current financial condition of the Bidder shall also be enclosed with the Proposal, in order to provide the Owner with information relative to the responsibility of bidders and their ability to finance and construct the work. This statement shall be enclosed with the Proposal in a separate envelope and will be returned to the Bidder upon return of his bid security. . IB -3. BID SECURITY Each proposal must be accompanied by a Bid Bond, Certified Check, or cash in the amount of not less than five percent of the maximum bid submitted, payable without recourse to the City of Lubbock, Texas.. If a Bid Bond is submitted as bid security, it shall be executed by an approved surety company authorized to do business in the State of Texas, and accepted according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States of America. Such bid security shall be so conditioned that if the Bidder is awarded the Contract and is unable or fails to furnish performance and payment bonds and execute the Contract within ten days after date of award, the security shall revert to the Owner as compensation for damages which the Owner suffers because of such failure by the Bidder. IB -4. PERFORMANCE AND PAYMENT BONDS With the execution and delivery of the contract documents, the Contractor shall furnish, on the forms provided herein, bonds, as required by the General Conditions, in the sum of 100% of the total contract price, executed by an approved surety company authorized to do business in the State of Texas, and accepted according -to -the_ latest list. -of -companies holding -certificates of authority from the Secretary of the Treasury of the United States of America. IB -5. INTERPRETATION OF BIDS No bid will be considered which fails to supply all information indicated, or which has any limitation or provisions placed upon it by the Bidder. In case of a difference between the written words and the figures in the Proposal, the amount stated in written words will be considered as the bid price. without recourse on the part of the Contractor. In case of ambiguity or lack of IB 6 clearness in the Proposal, the Owner will adopt the most advantageous construction thereof or reject the bid. The Owner reserves the right to accept or reject any or all bids, if it is deemed to be in the best interest of the public. Further, the Owner reserves the right to reject any bids because of irregularity or to waive such irregularity if such action is in the public interest. IB -6. DISPOSITION OF BIDS The Owner expects to make award of the contract as soon as possible after the opening of bids, but specifically reserves the right to hold all Proposals for a period not to exceed sixty (60) days, before making an award. No Proposal, having been opened, may be withdrawn prior to expiration of this sixty day period. Bid security -of all but the successful Bidder will be returned upon making an award. IB -7. EXAMINATION OF SITE, PLAN AND SPECIFICATIONS Prior to submission of a Proposal, each Bidder shall have made a thorough examination of the site of work and of the plans and specifications, and shall become informed as to the location and nature of the proposed construction, labor conditions and all other matters that may affect the cost and time of completion of the work upon which he bids. Bidders shall make such investigations of the nature of the project as they deem necessary and shall assume all responsibility for fully informing themselves of the character of materials which will be encountered. The submission of a Proposal shall be prima facie evidence that the Bidder has made such an examination. Contact Bern Case, Director of Aviation (806-767-3125), to schedule a site examination visit. IB -8. INTERPRETATION OF SPECIFICATIONS PRIOR TO BIDDING Any questions arising during the advertising period as to the meaning or intent of the specifications will be answered by an addendum which will be sent to all who have placed a deposit and have been furnished plans and contract documents. The receipt of each addendum shall be acknowledged by the Bidder in the space provided and each addendum shall be enclosed with the Proposal when it is submitted. All addenda shall become a part of these contract documents. IB -9. PRE-BID CONFERENCE A pre-bid conference is scheduled as noted in the Notice to Bidders. At this time, all interested bidders will be requested to appear and present any questions they may have pertaining to this project. All bidders are urged to attend' the pre-bid conference if scheduled because they will be charged with notice of the matters discussed therein. IB -10. BASIS OF AWARD Award- will ---be --made--•-for--this -contract on -the--basis of the low responsive, responsible bid. IB -11. AVAILABILITY OF PLANS A. For Bidders It is intended that all parties with an interest in the type of work included in the project covered by these documents be given a reasonable opportunity to examine the documents and prepare a bid or subbid. Documents may IB -7 be examined without charge as noted in the Notice to Bidders. Drawings for general distribution are full-size (24" x 36") drawings. Complete sets of documents may be obtained from the Engineer upon request, accompanied by a deposit of $75.00. Upon return of the documents to the Engineer in good condition within 10 days after the date for receiving bids, the full amount of the deposit will be returned. B. For the Contractor The Contractor will be "furnished five (5) sets of full-size drawings and five (5) sets of specifications for his use during construction. This shall include all -plans and specifications furnished to material suppliers and subcontractors but does not include the executed contract copies. Plans and specifications for use during construction will be- furnished directly only to- the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors, or others, as required for proper execution of the work. Should additional sets of documents be desired, they may be purchased, by the Contractor only, at the following prices, exclusive of postage or freight charges: Full-size Drawings $35.00 per set Single Sheets of Drawings $ 3.00 per sheet Specifications $50.00 per set IB -12. SPECIAL PROVISIONS Attention of Bidder's is directed to SPECIAL PROVISIONS included in these documents for requirements concerning scope of work, labor, wage schedule, insurance and similar subjects. IB -13. PLANT LOCATION AND STORAGE AREA Contractors bidding on the work included in this contract who desire to locate a material storage area, or other similar facility on the airport property may secure such site, buildings or areas by direct negotiation with the Director of Aviation. IB -14. DISQUALIFICATION OF BIDDERS ,Any one or more of the following causes may be considered as sufficient for the disqualification of bidder and the rejection of his bid or bids: More than one Proposal for the same work from an individual firm, partnership, or corporation under the same or different name. Evidence of collusion among bidders. Participants in such collusion may not receive -recognitfon-as-Bi-riders-for-any future work. - Unbalanced Proposals in which the prices for some items are out of proportion to the prices for other items. Failure to submit a unit price for each item of work for which a bid price is required by the Proposal. Lack of competency as revealed by the financial statement submitted. IB -8 Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. Uncompleted work which, in the judgment of the Owner, might hinder or prevent the prompt completion of additional work if awarded. For being in arrears on existing contracts, in litigation with the Owner, or having defaulted on a previous contract. IB -15. MATERIAL GUARANTY Before any contract is awarded, the Bidder maybe required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. IB -16. EXECUTIVE ORDER -EQUAL OPPORTUNITY "CLAUSES A. Required Notices for Contracts Over $10,000. The regulations and orders of the Secretary of Labor, OFCC, AND FAR 152.61 require the following notices: 1. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause, and 2. The Bidder (Proposer) must supply all the information required by the bid or proposal form. 3. The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a Certification where the subcontract exceeds $10,000. Samples of the Certification and Notice to Subcontractors appear in the specifications. 4. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. 5. Notice of requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended). a. The Offeror's or Bidder's 'attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. b;---- -The --goals -and- timetables --for -minority -and female �►, participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Goals for female participation in each trade 6.9% IB -9 Goals for minority participation in each trade 19.6% These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training mustbe substantially uniform throughout the length of the contract, and in each trade, and the women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. C. The contractor shall provide written notification to the Director, OFCCEP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employee identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. d. As used in this notice and in the contract resulting from this solicitation, the "covered area" is City of Lubbock, Lubbock County, Texas. B. Contracts in Excess of 50_.000. For bids relating to contracts of $50,000 or more, a contractor having 50 or more employees, and his subcontractors having 50 or more employees, and who may be awarded a -subcontract -of--$50;000 -or more; will -be required -to maintain an affirmative action program within 120 days of the commencement of the contract. C. Additional Notices for $1 Million Contracts. For each contract which results in a bid of $1 million or more: 1. Preward Eg_ual 0ovortunity Compliance Reviews. Where the bid of the apparent low responsible bidder is in the amount of $1 IB - 10 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. The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. IB -17. CONTRACTOR'S CERTIFICATION OF AFFIRMATIVE ACTION The Contractor assures that it will undertake an affirmative action program as required by 14 CFR Part 152, Subpart E, to insure that no person shall on the grounds of race, creed, color, national origin, or sex be excluded from participating in any employment activities covered in 14 CFR part 152, Subpart E. The Contractor assures that no person shall be excluded on these grounds from participating in or receiving the services or benefits of any program or activity covered by this subpart. The Contractor assures that it will. require that its covered suborganizations provide assurances to the Contractor that they similarly will undertake affirmative action programs and that they will require assurances from their suborganizations, as required by 14 CFR Part 152, Subpart E, to the same effect. IB -18. DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS PART A Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements--of-419-CFR Part -23 --apply to this --agreement. - DBE Obliation. 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 IB - 11 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 offer further subcontracting opportunities. PART -B it is further understood and agreed: The award selection procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45(1) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals. Notification is hereby given that DBE contract goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disadvantaged individuals is ten percent of the dollar value of this contract. After opening of bids, the apparent successful bidder will be required to submit the names and addresses of DBE firms that will participate in the contract along with a description of the work and dollar amount for each firm.. If the responses do not clearly show DBE participation will meet the goals above, the apparent successful bidder must clearly demonstrate, to the satisfaction of the airport sponsor, that a good faith effort has in fact been made and that meeting said goals is not reasonably possible. A bid that fails to meet these requirements will be considered nonresponsive. Arrangements between bidder/proposer and a DBE in which the DBE promises not to provide sub -contracting quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith effort to replace a DBE sub -contractor that is unable to perform successfully with another DBE sub -contractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress, in achieving DBE sub -contract goals and other DBE affirmative action efforts. IB -12 BID BUND THE STATE OF TEXAS ) SURETY'S NO. COUNTY OF LUBBOCK ) KNOWN ALL MEN BY THESE PRESENTS, THAT (hereinafter called the Principal), as Principal, and (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of Lubbock, a home rule municipal corporation of Lubbock County (hereinafter called the Obligee), in the amount of DOLLARS ($ ), for the payment whereof the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a Bid or Proposal to enter into a certain written contract with the Obligee to NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall. --faithfully,- enter. -into such --written Contract, then this obligation shall be void; otherwise to remain in full force and effect. BB -1 IT IS EXPRESSLY UNDERSTOOD AND AGREED that if said Principal should withdraw its Bid anytime after such Bid is opened and before official rejection of such Bid or, if successful in securing the award thereof, said Principal should fail to enter into the Contract and furnish satisfactory Performance Bond and Payment Bond, the Obligee, in either of such events, shall be entitled and is hereby given the right to collect this Bid Bond as liquidated damages. PROVIDED further that if any legal -action be filed upon this Bond venue shall lie in Lubbock County, Texas. IN WITNESS WHEREOF, the said Principal and Surety do sign and seal this instrument, this day of , 19_. Principal By Address APPROVED AS TO FORM: City Attorney NOTE: Attach Power of Attorney BB - 2 By Address Surety WAGE, LABOR, EEO,SAFETY AND GENERAL' R -EM R - NTS ,SEMON A (Federal ATiatim Ad:lalot rafir (FAA) ) A•1 Airport and Ahvay Iapr+oT MMM PrMMM P The work in this contract Is included in Airport Improvement Project No. 1-0138-11 & 13 which is being undertaken and accomplished by the City of Lubbock (Sponsor) In accordance +aitb 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. 47.248) as amended by the Airport and Airway Safety and Capacity Expansion Act of 198T(P.L.100=223) and Part 1S2 of the Federal Aviation Regulations (14 CFR Part 1S2), pursuant to which the United States has agreed to pax a certain percentage of the costs under those Acts. Tie United States Is not a party to this contract and no reference in this contract to the FAA or Ian* representative thereof, or the United States, by the contract, makes the United States a party to this contract. A-2 ! Consent to Assigwamt. The contractor shall obtain the prior written consent of the Sponsor to :any proposed assignment of any Interest in or 'partof this 'contract. i A-3 Convict XAbor. No convict labor maybe employed under this contract. Amt : Veterans' Prefeneaoe. 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 Acta However, Tbis preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. MS Withholding Sponsor [rom Coah'9ctor• Whether or not payments or advances to the City of Lubbock (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 say subcontractor on the work, the full amount of wages required by this contract. A4 Nonpayment of Wages. If the contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work'any of the wages'required by this contract, the City of Lubbock (Sponsor) may, after written' notice to the contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease.' (2192) FAA - 1 2 A-7 FAA Inspectim aad 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. A3 Sabcoatrsett 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 tura be made. AA Coatrsd terMLIaatioa. 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 contractor such other action which may be necessary to enforce the rights of the parties of this agreement. (49 CFR Part 18). A40 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 wfiich 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 Chil Rights Pra Woos. 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 'S20, Airport and Airway Improvement Act of 1982). `. i (2192) FAA — 2 J SECTION B DAVIS-BACON ACT (29 CFR PART S) B-1 Misias+saa wages. (a) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereon 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 are considered wages paid to laborers or mechanics, subject to the provisions of paragraph (B -1)(d) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part S5(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 tinder (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 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 officershall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations; and (11) 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 Admfiilstrator 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 (2/92) FAA — 3 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 benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the conbscting officer or will notify the contracting officer within the 30 -day period that additional time Is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (B -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 wbieh 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 ride 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 WitkUddiag. 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. B-3 Payn s a" basic Pree 41 (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 ride fringe benefits or cash equivalents thereof of the types described in 1(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) FAA — 4 3 mechanic Include the amount of any costs reasonably anticipated In providing benefits under a plan or program described In section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records Which show that the commitment to provide such benefits Is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated In writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurral 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 prognans, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (29 CFR S.S(a) (3) (i) (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215.4017). (b) (1) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph SS(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH -347 Is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. 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 1215-0149). (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following. (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; (i) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth In Regulations 29 CFR Part 3; (Iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified In the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph B-3 (b)(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 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 Interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further (2/92) FAA — 5 payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR S.12. R4 Appreatices and Trainees. (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered In a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his 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 hinge 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. (2/92) FAA — 6 5 (c) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. B-5 Complisace Witt, Copeland Ad Rap rm+eats. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. B-6 SaiaortnKt& The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(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 SS. 13-7 Coarpliamz WHk Davis-Bwoa and Related Act ItnQaixs>�ts- All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 84 Disputes Com sing Labs' 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 accordana! with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. BA Catifxatioa of Elig-bi ft (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 US. Criminal Code, 18 US.C.1001. B-10 Coatrad Ta laatioas Debaiownt. 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 deli went as a contractor and a subcontractor as provided In 29 CFR 5.12. (2/92) FAA — 7 SECTION C CONTRACT WORIHOURS AND SAFETY STANDARDS ACT RFAKMtEMEMS (29 CFR PART S) C-1 Overtime Regereswta. 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 one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. C-2 Violatioa, Liability for Unpaid Wages, Ugwidated Dames. 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 L2gaidaLed 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 C4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower der subcontractor with the clauses set forth in paragraphs C-1 through C4. C-5 Woridag Conditions. No contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work In surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) Issued by the Department of Labor. _... (2192) FAA — 8 SECTION D EQUAL EMPLOYMNr OPPOitIUNM (41 CFR PART 4+t1-L4(b)) During the performance of this contract, the contractor agrees as follows: D-1 The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, seat, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall Include, but not be limited to the following.- Employment, ollowing: Employment, upgrading, demotion,ortransfer, recruitment orrecruitmentadver7ising; layoff or termination; rates of pay or other forms of compensation; and selection for training, Including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. D-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. D-3 The contractor will send to each labor union or representative of workers with which be has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of tine 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, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. D-5 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 !rather 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, 1%5, or by rule, regulation, or order of the Secretary of tabor, or as otherwise provided by law. (2/92) FAA — 9 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 IBbor issued pursuant to section 204 of Executive Order 11M of September 24, 196S, 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: Provider!, 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) FAA — 10 SECTION E CLEAN AIR AND WATER POIL nON CONTROL REQUI7RF.11 EN S &1 Any other provision herein to the contrary notwithstanding, the contractor in carrying out work under this contract, shall at atl 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 inn implementation at 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. 205:90. 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) List 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. SECTION F STANDARD FEDERAL EQUAL EMP MMENT OPPORTUNr1Y CON.S'IRUCTION CONTRACT SPECIFICATIONS (41 CFR 60.43) 1. As used In these specifications: a. "Covered area• means the geographical area described In the soticltation from which this contract resulted; b. 'Director" means Dirator, Office of Federal Contract Compliance Programs (OFCCP), US. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, US. Treasury Department Form 941; d. 'Minority" includes: (1) Black (all) persons having origins In any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work Involving any construction trade, it shall physically Include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60-45) In a Hometown Plan approved by the U.S. Department of Gabor 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 under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal In an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth In the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade In which It has employees in the covered area. Covered construction contractors performing construction work In a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals (1/92) FAA — 12 H established for the geographical area where the work is being performed. Coals are published periodically in the Federal Register In notice form, and such notices may 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. 3. 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 coanted 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 maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from si 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 file 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) FAA — 13 3 E 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, etc4 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 speMc review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained Identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. 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. a. Ensure that all facilities and company activities are nonsegregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (1/92) FAA — 14 p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. S. Contractors are encouraged to participate in voluntary associations which assist in fulnlling one or more of their affirmative action obligations (7a through p). 7be efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor Is a member and participant, may be asserted as fulfilling any one or more of its obligations under 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 wosidorce 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. 11). 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 11546, as amended. 13. The contractor, in fulfilling Its obligations under these specifications, shall Implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from Its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 604.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes In status, hours worked per week in the indicated trade, rate of pay, and locations at which 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). (1192) FAA — 15 SECTION G CONTRACTUAL REQUIRENDUM PURSUANT TO CIVIL RIGHTS ACT OF 1964, 7TnX 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: 1. 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 44, 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 daring the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, Including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21S of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed undera subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the 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 compiles, and/or 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 1 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 In the event a contractor becomes Involved In, or is threatened with, (2191) FAA — 16 (2/92) 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. FAA — 17 -SEMON H TERNONATION OF CONTRACT' (49 CFR PART 19) 1. The Sponsor may, by written notice, terminate this contract In whole or in part at any time, either for the Sponsor's convenience or because of failure to falfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination 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. If, alter 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. (2192) FFA — 18 SECTION I BUY AMERICAN - STM- AND MANUFACTURED PRODUC35 FOR CONSTRUCTION CONTRACT'.] (Aviation Safety and Capsddy Egansioa Act of I")) (a) Ile Contractor agrees that only domestic steel and manufactured products Bili 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 mesas those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. Ills means the cost for production of the components, exclusive of final assembly labor costs. (2/92) FFA 19 DISADVANTAGED BUSINESS MRP'RISE CONTRACT PROVISIONS (49 CFR PART 23) PART A Poli It is the policy of the Department of Transportation (DOT) that diasdvantaged business enterpce of as defined in 49 CFR Part 23 shall have the maximum opportunity to participateperformance 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 23.45(1) 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 teI 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 clearly demonstrating, to the satisfaction of the airport sponsor, that it made good faith efforts in attempting to do so and that meeting said goals is not reasonably possible. A bid that falls to meet these requirements will be considered nonresponsive. Agreements between bidder/proposer and a DBE In which the DBE promises not to provide subcontracting 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) FFA — 20 CURRENT WAGE DETERMINATIONS FFA - 21 07-24-1992 15:37 817 624 5128 AIRPORTS PROGRAMMING General Decision Number TX910028 Superseded General Decision No. TX900023 State: TEXAS Construction Type: Highway County(ies): ECTOR MIDLAND RANDALL LUBBOCK POTTER TAYLOR P.02 ^'1 TOM GREEN HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not include building structures in rest area projects). Modification Number Publication Date 1 12/13/1991 FFA - 22 07-24-1992 15:38 817 624 5128 AIRPORTS PROGRAMMING COUNTY(ies): ECTOR MIDLAND RANDALL LUBBOCK POTTER TAYLOR Craft Group Name: P.03 TOM GREEN Craft/Rate Text Block: SUTX2037A l 11/13/1991 Basic- Fringe Hourly Benefits Rate ASPHALT HEATER OPERATOR $7.467 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 PAVING 6.500. CONCRETE FINISHER STRUCTURES 8.148 CONCRETE FINISHER HELPER STRUCTURES 6.987 ELECTRICIAN 10.000 ELECTRICIAN HELPER ,9.500 FLAGGER 5.500 FORM BUILDER -STRUCTURES 8.021 FORM BUILDER HELPER STRUCTURES 7.000 FORM SETTER - PAVING & CURB 8.300 FORM SETTER HELPER -PAVING & CURB 6.307 FFA - 23 07-24-1992 1S:38 817 624 S128 AIRPORTS PROGRAMMING FORM SETTER -STRUCTURES 7.839 FORM SETTER HELPER STRUCTURES 6.479 LABORER -COMMON 6.018 -, LABORER UTILITY 7.102 MECHANIC 10.282 MECHANIC HELPER 8.000 OILER 8.233 SERVICER 7.823 PIPE LAYER 7.000 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 CURING MACHINE 9.100 CONCRETE PAVING FINISHING MACHINE 8.075 CONCRETE PAVING JOINT SEALER 7.750 CONCRETE PAVING SAW 10.063 CONCRETE PAVING SPREADER 9.100 RRTNFnRCTHG STEEL MACHINE. 6.500 SLIPF'ORM MACHINE OPERATOR 9.000 CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL LESS THAN 1 1/2 C.Y. 8.574 CRANE, CLAMSHELL, BACKHOE DERRICK, DRAGLINE, SHOVEL 1 1/2 C.Y. & OVER 10.043 CRUSHER OR SCREENING PLANT OPERATOR 7.500 FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 9.000 FFA - 24 07-24-1992 15:38 817 624 5128 AIRPORTS PROGRAMMING P.05 .FOUNDATION DRILL OPERATOR ti TRUCK MOUNTED 10.750 FOUNDATION DRILL OPERATOR HELPER 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 9.150 PLANER OPERATOR 10.458 ROLLER, STEEL WHEEL PLANT MIX PAVEMENTS 6.828 ROLLER, STEEL WHEEL OTHER, FLATWHEEL OR TAMPING 6.474 ROLLER, PNEUMATIC 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 HP At:D LESS 7.290 TRACTOR -CRAWLER TYPE OVER 150 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 FFA - 25 07-24-1992 15:38 817 624 5128 STEEL WORKER - STRUCTURALS' STEEL WORKER HELPER STRUCTURAL SPREADER BOX OPERATOR BARRICADE SERVICER WORK ZONE TRUCK DRIVER -SINGLE AXLE LIGHT TRUCK DRIVER -SINGLE AXLE HEAVY TRUCK DRIVER -TANDEM AXLE SEMI TRAILER TRUCK DRIVER-LOWBOYJFLOAT TRUCK DRIVER -TRANSIT MIX WELDER WELDER HELPER AIRPORTS PROGRAMMING 9.000 6.250 7.332 6.500 6.592 6.791 7.130 8.868 6.891 11.827 8.290 P.06 Unlisted classifications nodded for work not included within the scope of the cl�heilaborions standardslisted contractadded clausesafter (29aCFR only as provided in 5.5(a) l(ii)). END OF GENERAL DECISION FFA - 26 City of Lubbock Disadvantaged Business Enterprise Policy 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) 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; (D) Native Americans, which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; (E) Asian -Pacific Americans, Njhich 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 S(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 -2- 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 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 Department of 1 3- Aviation, in developing, administering, and implementing the City's Disadvantaged Business Enterprise Program. APPROVED AS AMENDED this day of 1988 by: CITY OF LUBBOCK, TEXAS C B. C. Mc NN, MAYOR E� Date APPROVED-AS TO FORM: Date -4- -52 City Manager 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. B. The review of all contract language and supporting data submitted in all phases of project administration 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" DBE 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. -5- 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, -6- C. Evaluating approved grants for potential DBE participation, and D. Involving the DBE Liaison 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 DBE requirements have been met. 3. Notifying the Officer of the time and place for all pre-bid conferences if any, so that the DBE requirements can be explained and questions answered. 4. Making sure that the Liaison Officer has an opportunity to evaluate all bids received in an effort to assure the validity of the degree of DBE participation 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. -7- TO INSURE EQUITABLE OPPORTUNITY TO COMPETE rvA l.V1V11'itil.l►� H1vL guts-I:VIV'1'KHC:'1'S 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. V. DBE•ELIGIBILITY AND JOINT VENTURES INVOLVING DBE's To insure that the DBEP only benefits firms owned and controlled by socially and economically disadvantaged 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 contractortthat is unable to perform successfully with another DBE. 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 I 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. -10- 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 reasonably wider area. VII. PROCEDURES TO REQUIRE THAT DBE'S BE IDENTIFIED BY NAME BY COMPETITORS FOR CONTRACTS r In solicitations for DOT -assisted contracts that provide opportunities for DBE participation, the City shall indicate its goals 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 C which provides: 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. -11- D. Agreements between a bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. VIII. SELECTION TO E Edi 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. TO IX. COMPLIANCE OF SUBRECIPIENTS CONTRAQTORS AND SUBCONTRACTORS TO THE DBE REQUIREMENTS 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. -12- 3. Specific efforts to identify and award contracts to DBE's. C. Records shall be available, upon request, 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 reports include any SBA contractors that are not members of socially and economically disadvantaged groups, information concerning these contractors shall also be recorded and reported separately. -13- 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 Obligation. The City of Lubbock or its contractor I 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. 4. In addition, the following 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 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 ofcontracts 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. 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 -15- 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. -16- t APPENDIX (To be included in all Bid Solicitations) ATTACHNIENT 1 Page 2 of 3 A "Disadvantaged Business" means a small business concern which is owned and controlled by one or more socially and economically disadvantaged individuals. 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 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 portion of this attachment and supplying whatever other supplemental information necessary. In any event, the lowest bidder, meeting the DBE requirements will 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 VALUE OF.THIS PROJECT FOR DISADVANTAGED INDIVIDUAL -OWNED BUSINESSES. GILBERT TEXAS CONSTRUCTION CORP. NAME OF COMPANY SIGNATURE DATE VICE.PRF-Sff-C'T TITLE -18- 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 DEE goals is outlined in Attachment 2. 2. The method for counting DBE participation toward meeting 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 5. 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. -19- ATTACHMENT 2 Page 1 of 4 SELECTION CRITERIA TO INSURE THAT PRIME CONTRACTORS ARE AWARDED TO COMPETITORS THAT MEET DBE 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. SELECTION CRITERIA TO INSURE THAT PRIME CONTRACTORS AR A. If any competitor offering a reasonable price meets the ] contract goal, the City of Lubbock shall presume that al: competitors that failed to meet the goal have failed to E sufficient reasonable efforts and consequently are inelic be awarded the contract. B. To implement this presumption, the City shall determine v the competitor offering the lowest price of firms meetinc contract goal has offered a reasonable price for the cr�. 1. If it is determined that this competitor has offeree reasonable price, the City shall award the contract firm; 2. If the City determines that this competitor's price reasonable, it shall consider the next price offered competitor with the highest percentage of DBE partic of those firms that failed to meet the goal. If the determines that this price is reasonable, it shall a contract to this competitor; 3. If it is determined that this price is not reasonabl City shall consider the other competitors that faile meet the goal in order of their percentage of DBE participation until it selects one with a reasonable and 4. If it is determined that no competitor with DBE participation has offered a reasonable price, the Ci award the contract to any competitor that demonstrat it has made sufficient reasonable efforts to meet th contract goal. C. To decide whether a price offered by a competitor is reas the City of Lubbock shall use the same criteria that it w to determine whether, if the competitor had made the only to perform the contract, the City would award the contras -20- ATrACIMENT 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 meeting 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 5. 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. -19- A'ITACIOE NT 2 Page 2 of 4 D. To demonstrate sufficient reasonable efforts to meet the DBE contract goal, a contractor shall 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; 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; (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. -21- ATrACHMENr 2 Page 3 of 4 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 Citypof 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. -22- CHART 1 Selection Process For DBE Contracts- Did.any Bid Meet DBE Goal at Reasonable Price Yes Reasonably Priced BUT AWARD to Lowest Failed to Meet DBE Goal Responsive Bidder in This Group , 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 -23- ATTACEMW 2 Page 4 of 4 Not Reasonably Priced REJECT Bids No DBE Participation No Bidder Can Prove Reasonable Efforts AND is Reasonably Priced REJECT Bids AT i,,:HmENT 3 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 goal 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. ATTACHMENT 3 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. . t -25- ATTACHMENT 4 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 -26- AWACHMEW 4 Page 2 of 3 r 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 herd 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. (6) 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 City shall give special consideration to the following circumstances in determining 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. -27 ATI'ACIR-E NT 4 Page 3 of 3 C. A joint venture is eligible under this part if the DBE partner of the joint venture meets the standards for an eligible DBE 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. F. Except as provided in Attachment 1,?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 regarded as confidential business information, consistent with Federal, State and local law. -28- AWACR UM 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 During the Investigation 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. E. Determinations The Secretary makes one of the following determinations and informs the DBE or joint venture in writing of the reasons for the determination: (1) The DBE 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. -29- SCHEDULE A Page 1 of 5 CITY OF LUBBOCK DISADVANTAGED BUSINESS ENTERPRISE CERTIFICATION.FORM -1, 1. Name of Firm 2. Address ------ 3. Phone Number 4. Legal Structure: Sole -Proprietorship C� Joint Venture Partnership Corporation Other, Specify 5. 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 Percentage -30- Name 8. S=ULE 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: Money Equipment Real Estate Expertise 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 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 8, provide a brief summary of the person's experience and number of years with the firm, indicating the person's qualifications for the responsibilities given him/her. 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. -31- SCHEDULE A Page 3 of ' 5 11. Identify any owner (see -item 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 of the 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 Q Licenses Held: MrW 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 a Date of Certification (or Denial) { -32- I SCHEDULE 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 _FILBERT TEXAS CONSTRUCTION CORP. (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 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 befo=re 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. Signitur KEITH N. SASICH Name VICE-PRESIDENT Title SCHEDULE A Page 5 of S 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 -34- SCHEDULE B Page 1 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 of 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. -35- SCHEDULE 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 individ4als (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 -36- SCHEDULE B Page 3 of 6 Note: If, 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. -37- SCHEDULE B Page 4 of 6 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 -38- 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) -39- SCHEDULE B Page 6 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 to execute the affidavit and did so as his/her free act and deed. Notary Public Commission Expires (Seal) -40- b U O O� U cd W C0) ta 4-) •ri U � b VW 41 tr! q U O AOU 4J M >~ A O O 54 a to r -I $4 r -I b A°a3 U ro � 0 r -I O AOU e•-) Q co 4J O 00 Cd r. C O •rt a 4 •� ro to41 w 0 A O C) Cd 44 i•+ O Q7 O O L7 a 0 P4 W a a a w H Ot z 0 H H Q a H U H aHa Q a w a V C E 41 $4 b O td G) .V R+.� td N U AAV) b U O O� U cd W C0) ta 4-) •ri U � b VW 41 tr! q U O AOU 4J M >~ A O O 54 a to r -I $4 r -I b A°a3 U ro � 0 r -I O AOU e•-) Q co 4J O 00 Cd r. C O •rt a 4 •� ro to41 w 0 A O C) Cd 44 i•+ O Q7 O O L7 V I w O W4 c z° O C 44E4O O 41 U •rt 34 Q) V a) rt •n cd 4s"OU rti(1)w0 AAwa 44 0 O 9 41 U rd w 1~ O U to V O Ea 4 P4 a z H A QO a Irl 0 -2: w awa 4Eaw UHW H UQA 0HEO-1 WUO W aAa ©zW 3�CE-1 w -, O • cn U E-1 WE -1a wWa a A W t7 Q E•+ >O AH Q U In 4 Ha A E4 `z. WO OU -as r, En A V R .rt V aD M .r, x 3 O 44 ta $4 A b 0 a) C >14 tT O UO � >1t7b to C 4.) }4 (1) a) e-1 N 'd ra •r! •[ H $4 U O al W 04 E-+ 40 r. a) a z O 40 U 4� to WE+a a) A rd to > �44 •.-4 (d �a3 �d 44 x to to U >~ >c •r1 0 O) AAA b Q a 2: .3 � O b 00 V >1 .OG 3 a) •N U E -,4 Q U rT4 a) U W a) ar 4 b (d 4J A H4zW C r I .0 4 cd Cd 4J In A E EA O f -c 44 4J a) (1) W EAQ 7 4J M cd O cd w A .-f O 4J cd "zA V G O GO 'do •rl U Q) OW W w to :3 a). O -ri 10 4J .-i a2: . LO a) O to •rt •rl N .-i* V Q) U a ri : a •rt U •ri a) a z H A QO a Irl 0 -2: w awa 4Eaw UHW H UQA 0HEO-1 WUO W aAa ©zW 3�CE-1 w -, O • cn U E-1 WE -1a wWa a A W t7 Q E•+ >O AH Q U In 4 Ha A E4 `z. WO OU -as r, En A V R .rt V aD M .r, x 3 O 44 ta $4 A b 0 a) C >14 tT O go � >1t7b to C 4.) }4 (1) a) e-1 N 'd ra •r! •[ H $4 U O al W 04 E-+ 40 r. a) a z O 40 U 4� to .0 •� a) A rd to > �44 •.-4 (d �d 44 x to to U >~ >c •r1 0 O cd AAA b Q a .3 � O b V >1 .OG 3 a) •N U E -,4 Ill a) U W a) ar 4 b (d 4J A C r I .0 4 cd Cd 4J In A E EA O f -c 44 4J a) (1) U 7 4J M cd O cd w A .-f O 4J cd V G O GO 'do •rl U Q) 41 Q) W w to :3 a). O -ri 10 4J .-i C C . LO a) O to •rt •rl N .-i* V Q) U ri : a •rt U •ri a) b Q) A b 0 C >14 tT O go •ri P4 Q VI to C }4 (1) a) e-1 N 'd ra al W 04 E-+ 40 O E-4 U) z BID PROPOSAL PROPOSAL TO: The Mayor and City Council City of Lubbock Lubbock, Texas Gentlemen: , 1992 Pursuant to the foregoing Notice to Bidders, the undersigned Bidder hereby proposes to do all work and furnish all necessary superintendence, labor, machinery, equipment, tools, and materials, and whatever else may be necessary to complete all work upon which- he bids, as provided by the attached specifications and shown on the plans, and binds himself on acceptance of this proposal to execute a Contract and Bonds according to the accompanying forms, for performing and completing the said work within the time stated, and furnishing all required guarantees, for the following prices to -wit: LUBBOCK INTERNATIONAL AIRPORT RUNWAY 17R -35L SHOULDERS AND AIRFIELD SIGNAGE IMPROVEMENTS Item Quantity No. & Unit Description of Item and Unit Prices Total Amount BASE BID FAA ParticiRating 1. 78,500 Item P-152, Excavation, Grading and S.Y. Subgrade Preparation for New Shoulder Pavement, per square yard: Dollars and Cents ($ ) $ 2. 110,000 Item P-152, Excavation, Grading and, S.Y. Topsoiling in Unpaved Areas, per square yard: Dollars and Cents ($ ) $ 3. 23,400 Item P-602, Bituminous Prime Coat, Gal. per gallon: Dollars and Cents ($ ) $ 2695-92 C - 1 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount 4. 11,500 Item P-603, Bituminous Tack Coat, Gal. per gallon: Dollars and Cents ($ ) 5. 28,000 Item P-401, Bituminous Base Course, Ton per ton: Dollars and Cents ($ ) 6. 9,500 Item P-401, Bituminous Surface Course, Ton per ton: Dollars and Cents ($ ) 7. 26,000 Item P-605, Saw Cut and Seal Joint L.F. in New Bituminous Pavement, per linear foot• Dollars and Cents ($ ) 8. 6,100 Item P-620, Obliterate Existing Run- S.F. way and Taxiway Marking, complete, per square foot: Dollars and Cents ($ ) 9. 92,000 Item P-620, Runway and Taxiway Painting, S.F. complete, per square foot: Dollars and,__. Cents ($ ) 2695-92 C - 2 $ Item Quantity No. & Unit Description of Item and Unit Prices Total Amount 10. 23 Item T-901, Soil Preparation, Seed - Acre ing and Fertilizing, per acre: Dollars and Cents ($ ) $ 11. 1,500 Item L-108, Underground Electrical L.F. Cable, 1/c, #8 AWG, 5KV, installed in conduit or duct, per linear foot: Dollars 14. 1 Item GEN, Emergency Power Generator L.S. and Control, complete, for the lump sum price of: Dollars and Cents ($ ) $ 15. 400 Item L-110, 1 -way, 2 -inch Underground L.F. Electrical Conduit,.furnished and in- stalled in trench, including trenching and backfilling, per linear foot: Dollars and Cents ($ ) $ 2695-92 C - 3 and Cents ($ ) $ 12. 500 Item L-108, Counterpoise Wire, #8 AWG, L.F. installed in trench, per linear foot: Dollars and Cents ($ ) $ 13. 1 Item L-109, Electrical Equipment and L.S. Wiring Installed in Electrical Vault and Air Traffic Control Tower, including removing or relocating specified existing equipment, complete, for the lump sum price of: Dollars and Cents ($ ) $ 14. 1 Item GEN, Emergency Power Generator L.S. and Control, complete, for the lump sum price of: Dollars and Cents ($ ) $ 15. 400 Item L-110, 1 -way, 2 -inch Underground L.F. Electrical Conduit,.furnished and in- stalled in trench, including trenching and backfilling, per linear foot: Dollars and Cents ($ ) $ 2695-92 C - 3 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount 16. 7 Item L-125, 1- or 2 -Character Inter - Each nally Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each: Dollars and Cents ($ ) $ 17. 42 Item L-125, 3- or 4 -Character Inter - Each nally Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each: Dollars and Cents ($ ) $ 18. 11 Item L-125, 5- or 6 -Character Inter - Each nally Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each: Dollars and Cents ($ ) $ 19. 17 Item L-125, 7- or 8 -Character Inter - Each nally Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each: Dollars and Cents ($ ) $ 20. 3 Item L-125, 13- or 14 -Character Inter - Each nally Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each: Dollars and Cents ($ ) $ 2695-92 C - 4 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount 21. 88 Item L-125, Remove Existing Internally Each Lighted Sign, Base, and Slab including splicing existing lighting circuit, ` completing per each: _ Dollars and Cents ($ ) $ 22. 4 Item L-125, Remove Existing Unlighted Sign Each and Concrete Slab, complete per each: Dollars and Cents ($ ) $- 23. 4 Item L-125, 3- or 4 -Character Unlighted Each Mandatory, Directional or Location Sign, including Concrete Slab, complete, per each• Dollars and Cents ($ ) $- 24. 2 Item L-125, 7- or 8 -Character Unlighted Each Mandatory, Directional or Location Sign, including Concrete Slab, complete, per each• Dollars and Cents ($ ) $- 25. 4 Item L-125, 9- or 10- Character Unlighted Each Mandatory, Directional or Location Sign, including Concrete Slab, complete, per each: Dollars and Cents ($ _) $- 26. 1 Item L-125, Unlighted Taxiway Ending Marker, Each including concrete slab, complete per each: Dollars and Cents ($ ) $- 2695-92 C - 5 Item Quantity No Unit Description of Item and Unit Prices Total Amount 27. 12 Item L-125, 1 - or 2 -Character lighted Each Mandatory, Directional, or Location Sign Replacement Face, complete, per each: Dollars and Cents ($ ) $ 28. 7 Item L-125, 3- or 4 -Character lighted Each Mandatory, Directional, or Location Sign Replacement Face, complete, per each:— Dollars and Cents ($ ) $ 29. 2 Item L-125, Blank Replacement Sign Face, Each complete, per each: Dollars and Cents ($ ) $ 30. 22 Item L-125, L-867 Junction Box, Class Each 1, Size B, concrete encased, complete, per each: Dollars and Cents ($ ) $ BASE BID - FAA Participating - Subtotal (Items 1 through 30, Inclusive) $ 2695-92 C - 6 Item Quantity No. & Unit Description of Item and Unit Prices Total Amount FAA NON -PARTICIPATING 31. 1 L. S. Cost for Insurance ified in Paragraph Special Provisions sum price of: Policy, as spec - SP -17 of the for the lump Dollars and Cents ($ ) $ TOTAL BASE BID (Items 1 through 31, Inclusive) $ The Bidder is required to separate the cost of materials to be incorporated into this project. Such material costs is separated from the other costs so that the Bidder is a seller of such materials to the City. The Bidder shall be required to issue a resale certificate on such materials in lieu of paying the sales tax on such materials at the time of purchase. The City will provide the successful Bidder with a sales tax exemption certificate for such materials. The labor and materials charges shall be separated as follows: MATERIALS $ LABOR $ TOTAL BID $ The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the Plans, Specifications and Contract Documents pertaining to the work covered by the above bid, and that the prices bid herein are based on the minimum wage rates included in the specifications. The Bidder hereby agrees to commence work under this contract within 10 days of a date to be specified in written "Notice to Proceed" and to complete the work if awarded within the time frames specified in Paragraph SP -3 of the Special Provisions. Bidder further agrees to pay as liquidated damages, the sums stated in Paragraph SP -3 of the Special Provisions for each consecutive calendar day thereafter as provided in the General Conditions. 2695-92 C - 7 Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. Bidder acknowledges receipt of the following addendum: Enclosed with this Proposal is a Cashier's or Certified Check for Dollars ($ ) or, a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the Proposal is accepted by the Owner within sixty (60) days after the date advertised for the: reception of bids and the undersigned fails to execute the contract or required bonds with the Owner, under the conditions hereof, within ten (10) days after the date said proposal is accepted; otherwise, said check or bond shall tie returned to the undersigned upon demand. Contractor (Seal if Bidder is a By Corporation) Address ATTEST: Secretary NOTE: Do not detach this Proposal from this binding but submit intact. Fill in all blank spaces in this and accompanying forms and include proper bid security. 2695-92 C - 8 LIST OF SUBCONTRACTORS This forrmshali be eomaleted and submitted with the Bidder's Procosel. 1. 2. 3. 4. 5. 6. 7. B. 9. 10. C - 9 Minority Owned Yes No REQUIRED LANGUAGE IN PROPOSALS FOR AIP CY11V1'KACI'S Section 60-1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and if so, whether it has riled with the joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which which participated in a previous contract subject to Executive Order 10925, 11114. or 11246 has not filed a report due under the applicable riling documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FM or the Director, OFCCP. Bid or Proposal Form. To effectuate the foregoing requirements, the sponsor is required to include In the bid or proposal form a statement substantially as follows: The bidder (proposer) shall complete the following statement by checlang; the appropriate space. The bidder (proposer) has _, has not_participated in a previous contract subject to the tgnal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The bidder (proposer) has _ has not _ submitted all compliance reports in connection with any such contract due under the applicable 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 (2192) C — 10 K Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (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 in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant Is unable to axtify to this statement, it shall attach an explanation to this solicitation/proposal. Certifcatioo Regarding foreign Trade Restrictions (49 CFR PART 30) The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that It: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are 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. U 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 R learns that Us 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) C — 11 3 Information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may cinder the maker subject to prosecution under Title 18, United States Code, Section 1001. Bay American Cwtifieation (Aviation Safeq 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 to 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) C — 12 CE1c1IF7CA770N OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDER'S NAME ADDRESS INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS (dl CFR -60 -IA) (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. (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. (1192) C — 13 2 CERTIFICATION OF NONSEGREGATED FACEL IM 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 segued facilities are maintained. The federally assisted construction certifies further that be will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, when 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, dmeclocks, locker rooms and other stocsge or dressing areas, parking lots, drinking fountains, recreation or entertainment arras, transportation, and boning facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin, because of habit, local custom, or any other reason. The federally assisted construction agrees that (except where 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. Name and Title of Signer (Please Type) Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 US.C..1001. (1192) C — 14 STATE OF TEXAS § § COUNTY OF LUBBOCK § THIS AGREEMENT, made A.D. 1992, by and between the State of Texas, acting thereunto duly authorized termed Owner, and of the City of and State of termed Contractor. and entered into this day of the City of Lubbock, of the County of Lubbock and through so to do, Party of the First Part, hereinafter , County of , Party of the Second Part, herein -after WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part (Contractor) hereby agrees with said Party of the First Part (Owner) to commence and complete the construction of certain improvements described as follows: Construct approximately 72,000 square yards of bituminous runway shoulder pavement, construct airfield signage, vault and emergency generator improvements and other related items of work. These improvements are shown on the plans entitled "City of Lubbock, Texas, Lubbock International Airport Runway 17R -35L Shoulders and Airfield Signage Improvements," dated August, 1992, and the specifications attached hereto. This contract shall include all extra work in connection, therewith, under the terms as stated in the General Conditions of the Agreement; and at his (or their) owner proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in he Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, and in accordance with the plans, which includes all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the Specifications therefor, as prepared by Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, E1 Paso and Midland, Texas, herein entitled the Engineer, each of which has been identified by the endorsement of the Contractor and the Engineer thereon, together with the Contractor's written Proposal, and D - 1 General Conditions of the Agreement, and the Performance Bond and Payment Bond hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. The Contractor hereby agrees to commence work under this contract within 10 days of a date to be specified in a written "Notice to Ptoceed" of the Owner and to complete the project within the time frames specified in Paragraph SP -3 of the Special Provisions. The Contractor further agrees to pay, as liquidated damages, the sums stated in Paragraph SP -3 of the Special Provisions for each calendar day thereafter as hereinafter provided in the General Conditions. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefor, subject to additions and deductions, as provided in the specifications, and to make payments on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. Party of the First Part (Owner) ATTEST: CITY OF LUBBOCK. TEXAS Secretary APPROVED AS TO CONTENT: APPROVED AS TO FORM: Affix Corporate Seal, if any ATTEST: Corporate Secretary D - 2 By, Party of the Second Part (Contractor) By Complete Address: REQUIRED CONTRACT PROVISION REGAn ING BUY AMERICAN 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, matecialmen, 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. frost of Components. This means the cost for production of the components, exclusive of final assembly labor costs. (2/92) D — 3 PERFORMANCE BOND 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. (S -2334-A) 8-86 CAT. 715700 PRINTED IN U.S.A. L021C TME ANNA CAA T AND SURETY COMPANY Connecticut 06156 LIFE ✓I, CASUALTY a s POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTOIRNEY(SHN-FACT KNOWALLMEN BYTHESEPRESENTS. THATTWE KrNA CASUALTY ANDSURETYCOMFANY,acorporationdutyorganizedunderthelaws ofthe State of Connecticut, and having its principal office in the City of Hartford. County of Hartford. State of Conneco;eut, hath made, constituted and appointed, and does by these presents make, constitute anct appoint Robert 0. Lembke, P. A. Foss, Philip G. Oehn, Terry K. Bartel or Patricia A. Larson - - of Omaha., Nebraska its true and lawful Attomey(sirn-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following one be filled in, within the area there desig- nated , the following instruments): 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 felly and to the same eaten as if the.same were signed by the duly authorized officers of THE*TNACASUALTY AND SURETY COMPANY, and all the acts of SaIdAttorney(s)4ri-Fact, 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 effect: VOTED: That each ofthe following officers: Chairman, ViceChairman. Presider,Arty Executive Vice president, Any Senior Vice President.Any, Vice President. Any Assistant Vice President. Any Secretary, Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident Assists nSecretaries. AttornoWn.Fact, and Agents to actfor and on behalf of the Company and may give any such appointee such authority as his certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and arty of said officers or the Board of Directors may at any time remove any such appointee 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, roeognizance, or conditional undertaking shall be valid and binding upon the Company when (al signed by the Chairman, the Vice Chairman, the President~ an Executive Vice President, a Senior Vice President, 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 President);, and duly attested and sealed with the Company's seat by a Secretary or Assistant Secretary or by a AesidentAssistant Secretary, Purauantto the powerprescribed in the cerdfiatedfauthorityafsuch ResidentAssistantSecretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fad pursuant to the power prescribed in his or their certificate or certificates of authority. This Poorer of Attomey and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Board of Ofredors of THE *7NA CASUALTY AND SURETY COMPANY which Resolution is now in full force and effect: VOTED: That the signature of "chat the following officers: Chairman, Vice Chairman, Presider, Any Executive Vice President, Any Senior Vice President, Any Vice President, Any Assistant Vice President, Any Secretary. Any Assistant Secrmr%and the seal of Che Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resider Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fsdfor purposes only of executing and attesting bonds and undertakings and otherwritings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall bevs9d and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with raped to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, THE AT'NA CASUALTY AND SURETY COMPANY has caused this inittrumertt to be signed by its Senior Vice President and its corporate seal to be hereto affixed this 6th day of July 19 92 �. THE AiTNA CASUALTY Am URETY COMPANY State of Connecticut 9y eph . Kierna County of Hartford as. Hartfordmar Vice President On this 6th day at July , 19 92 before me personally come 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 ~ETNA CASUALTY AND SURETY COMPANY, the corporation described in and which executed Che above instrument; that he/she knows the seat of said corporation; thatthe seal affixed to the said instrument is such corporate seal; and that he/she executed the said instrument on behalf of the corporation by authority of his/her office under the Standing Resolutions thereof. .•„ori"% CERTIFICATE ~ Rosalind R.�Chris•tie Notary Public I, the of C undersigned, Secretary _ of THE ETNA CASUALTY AND SURETY COMPANY, a stock corporation of the State of Connecticut. DO HEREBY CERTIFY Matthe foregoing and attached Power of Attorney &W CartiRcate of Authority remains in full force and has not been revoked: and furthermore, that the Standing Resolutions of the Board of in force. Directors, as aetform in the Certificate of AuMonry, are now Signed and Sealed at the Nome Office of the Company, in the City of Hartford, State Connecticut. Dated this .19 day of c0 .) By a..l.i IS-1922-FI(MI 9189 •.....•..•..: • Welch W.• PRINTED IN ' U.S.A. 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 Gilbert Texas Construction Corp. . KNOW ALL MEW BY THESE PRESENTS, that �_ (hereinafter called the Principal(s), as Principal(s), and TL- A 1 n (hereinafter called the Surety(s), as Surety(s), are held and firmI to thhee�N99K (h re'naft called the Obligee), in the amount of OM million ei-ot+t bUndred �oTra�s fuT-no ey t United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adninistra- tors, executors, successors and assigns, jointly and severalty, firmly by these Ipresents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of , 19_, to Construct approximately 72,000 square yards of bituminous runway shoulder _pavement. Construct airfield signage, vault and emergency generator improvements. Other related items of work. and said principal trader the taw is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if"copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully per- form the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and alt liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 19 THE AETNA CASUALTY AND SURETY COMPANY ly Surety :By: Ck�rZ / Mtle) f�rn�Y- in• E - 1 Gilbert Texas Construction Corp., Principal By: r Y12 i � SO S ZA W-14 4115 QeA (Title) (Title) BY: f�,, - QQ r n S (Title) Se C r4. a r �( The undersigned surety company represents that it is duty qualified to do business In Texas, and hereby designates Oatba 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. Ilse AEINA CASUALTY ANR SURETY GIDWANY Surety r Approved as to Form City of Lubbock City Attorney *Hy: �jitt /J x45 Kas ��c�e�rF f-/�en� *Note: If signed by an officer of the Surety Company, there must be on fate a certified extract from the by -taws showing that this person has authority to sign such obtigation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. E — 2 PAYMENT BOND �►S +�ac.r.e� i�rT��►po't�rS C�',durS4►�?-►�r7! 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 Gilbert Texas Construction Corp. KNOW ALL MEN BY THESE PRESENTS, that / (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound o the Ci of LVaw einaf e jjcalled the Obligee), in the amount of one million a ght hundred fifteenl o ars (Sj u y o 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 , 19_, to Construct approximately 72,000 square yards of bituminous runway shoulder pavement. Construct airfield signage, vault and emergency generator improvements. Other related items of work. and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a sub -contractor in the prosecution of the work provided for in said con- tract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. F - 1 IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 19 SU1tETY COMPANY - Principal Gilbert Texas By: C By: tion rp. v �dS� s 14 a " r.1 (Title f�-e►1 R, By: 50- C-,re4 0, r (Title) s lit ASTM CAQVm4 4 AND Surety , (Title aorn-e - i n ._i Y The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des- ignates _ -.e4-M 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. TfiR AETNA CASUALTY AND SURETY COMPANY Surety Approved as to form: City of Lubbock f By: G� City Attorney *By: ( le) 1 _¢ )(cs 'Q Sid-eni ASfn"7� *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. F — 2 THE AETNA CASUALTY AND SURETY COMPANY Hartford, Connecticut 06156 *216"' -. * LIFE & CASUALTY POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(SHN-FACT KNOW ALL MEN BY THESE PRESENTS. THATTHE /ETNA CASUALTY AND SURETY COMFANY, s corporation duly organized underthe laws of the State of Connecticut, and having its principal office in the City of_Hartford, County of Hartford. State of Connecticut. hath made, constituted and appointed. and does by these presents make. constitute and�appoint Robert D. Lembke, P. A. Foss, Philip G. Dehn, Terry K.. 'Bartel or Patricia A. Larson - - of Omaha, Nebraska , its true end lawful Attorney(sNn-PacLwith full powerand authority hereby conferred to sign, execute and acknowledge. at any place within the United States, or, if the following Has be filled in, within the area there desig- nated , the following instruments): by his/her sole signature and act, any and all bonds. recognizances• contracts of indemnity, and otherwritings obligatory in the nature of s bond. recognizance, or conditional undertaking, and any and all Consents incidents thereto and to bind THE AETNA CASUALTY AND SURETY COMPANY, thereby as fully and to the same extent as if the.same were signed by the duly authorized officers of THE /ETNACASUALTY AND SURETY COMPANY, andall the am of acidAttortey(s)-in-Fact, pursuamto the authority herein given, are hereby ratified and confirmed. This appointment is made under on; by authority of the following Standing Resolutions of said Company which Resolutions aro now in full force and effect: VOTED: That each of the following officers: Chairman. Vice Chairman, President, Any Executive Vice Proslden4 Any Senior Vice PresiderrL Any Vice President. AnyAssistant Vice Prosident, Any Secretary, Arty Assistant Secretary• may from lime to lime appointResident Vice Presidents. Resident Assistant Secretaries. ARomeys-in-Fact. and Agents to actfor and on behalf ofthe Company and may give "such appointee such authority as his certificate of authority may prescribe to sign with the Company's name and seat with the Company's seal bonds• recognizances, contracts of indemnity• and otherwritings obligatory in the nature of s bond, recognizance. orconditional undertaking, andany of said officers or the Board of Directors may at any time remove any such appointee and revoke the power and authority given him. VOTED: That any bond, recognizance, contract of indemnity, orwriting obligatoryin the natureof a bond, recognizance, orconditional undertaking shall be valid and binding upon the Company when istsigned by the Chairman, the Vice Chairman, the President, an Executive Vice President. a Senior Vice Prosiderm, a Vice President• an Assistant Vice President or by a Resident Vice Prosident, pursuant to the power prescribed in the certificate of authority of such Resident Vice Presider);, and duty atteeted snd sealed with the Company's seal by s Secretary or Assistant Secretary or by aResidemAssistant Secretary, pursuanttothe powerpresc: bad in the certificate ofauthaf efsuchResident Assistant Secretary; or(b)duly executed (under seat, if required) by one or more Attorneys -in -Fact purse rm W the power proscribed 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 force and effect: VOTED: That the signature of each of the following officers: Chairman, Vice Chairman, Prosidem, Any Executive Vice President, Any Senior Vice President, Any Vice President, Any Assistant Vice Prosidem,Any Secretary, Any Assistant Secretary, and the seal oftne Company may be affixed by facsimile to any power of atomey or to any certificate relating thereto appointing Resident Vice Presidents. Resident Assistant Secretaries or Attorneys-in-Fadforpurposm only of executing and attesting bonds and undertakingsand othefwridngsobiigatory in the nature thereof, and any such power of attomev or certificate bearing such facsimile signature or facsimile semi shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall 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 AETNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by its Senior Vice President 19 92 and its corporate seal to be hereto affixed this 6th day July s �`Y THE AETNA CASUALTY YAJYOIE7 COMPANY State of Connecticut ~ �.. eph . Kierna County of Hartford I. as. Hartford fpr Vice President: On this 6th day of July 1992 , 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 Vitae President of THE /ETNA CASUALTY AND SURETY COMPANY• the corporation described in and which executed lite above instrument; that he/she knows the seal of said corporation; that the seal affixed to the said instrument Issuch corporate seal: and that he/she executed the said instrument on behalf of the corporation by authority of his/her office under the Standing Resolutions thereof. 0;40& ami ve March 31, TW UJ •Notary Pubiic cERTIFICATt: Rosalind R. Christie 1, the undersigned, Secretary of THE AETNA CASUALTY AND SURETY COMPANY• a stock corporation of the State of Connecticut. DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked: and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority• are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State Connecticut. Dated this day of .19 By p W. Welch IS•1922.F)(M)9/99 .-•.• $ PnINTE01NU.5.4 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. S (S -2334-A) 8-86 PRINTED IN U.S.A. CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: _9 Type of ! a k -4rS Q nd, Lubbock, Texas1 n ` Project:,4t., 4-,2)-, StYlq yv-- l, Gr(60-'I TMs rhvem�r'�s THIS i5 TO CERTIFY THAT (Name and Address of Insured) is, at the date oyrf th�s certificate, in- sured by this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of liability ----------------•------•----..........-------•---......------•--------•-----------------------.......--•----- Workmen's O C �5 �' x � <I / / Compensation � b d 3 -1-5z 3 -1-9-3 x54.71 t, Oar,/ Owner's Protec- Per Person S tive or Contin- Per Occurrence S gent Liability Property Damage $ ------------------•-----------•---------------------•----------------------.....---•-------------------------------- Contractor's Per Person S Protective or Per Occurrence S Contingent Property Damage $ Liability xx ��d�QU-�'orn()ir1�� l��oo0j000 ----- -------✓ .....---- --- -------•-------}-ger Person Automobile ap J ! O %,2 9 s Lk .3-1-9Z —/ 9 Per Occurrence $ Property Damage S Comprehensive ------06'1. ,�l�N�3gSttA-•-'I`�z-----^�i---------•---------' Mn".DSS 6eneraE Liabilit � �� �.Q� --------•--------------------------------------•------------------------- �.........---------- - C Yiei Umbrella liability S The foregoing Policies ----(do - (do not) -cover all sub -contractors---- --------------- ----------------------•-- > w Locations Covered l^ 4 L b ac - DESCRIPTION of Operations Covered I e Pro � V0 3-48- ¢ /3 The above policies either in the ba6y thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THIS CERTIFICATE MUST BE SENT TO THE OWNER. G - 1 IM AETNA CASUALTY AND SURETY COMPANY (Name of Insurer) !rte Title Aix4o1rf 12--e Y EXPERIENCE RECORD List of Projects similar to that covered by Proposal which Bidder has successfully completed: Amount of Date Name and Address Contract Award Tyne of Work Completed of Owner See attached Exhibits A and B. List of Projects Bidder is now engaged in completing: Amount of Percent Name and Address Contract Award Type of Work Complete of Owner H - 1 List of Surety bonds in force on the above uncompleted work: Amount of Contract Award Amount of Bond Name of Surety Company GILBERT TEXAS CONSTRUCTAION CORP. Bidde DY illw-g- VICE -PRESIDE Title 800 Paloma Drive, Suite 160 Round Rock, Texas 78664 Business Address H - 2 (7 (j , n Z O LJcJ Ch r• 0 Q C Vf W C) � � C 7 rcr- V W m •.J Z O x x N a ui a'i 47% cam% al m ou C3%m rn sc Q �. ••• w� A Ln N m 40.1 ,. . h-• Fx� 7►C L •1 ..04 _ C 14 C1 tU � �6 C S W O F- Ln M CD w CL G s {!� 4.1 La cn CO 4= N h- AJ im L. //3 •r T Q Z Rt C. H .0 d Qcc # E C w 4u 0 h- bl CO © O P-% s qw M co Cr1 ++ Z co A o!• t! It7 A C I H as cz i r •+. , tV ac v V 'o NA. V Q C 4 M lV co Ch cm fn G C Q 0 f+9 W V-4 •..I 0 CQ m K Z O x x N r- h- CP sc • 4-C �- ac y.c 01 � � ~ h-• Fx� 7►C L L _ C 14 C1 tU � �6 C S W W O w V t" w CL G s {!� C 9C h- AJ im L. //3 •r T Q Z Rt C. H .0 d Qcc # E C w 4u 0 #a 44 G y1y, U *a � '_ r Cr1 ++ 3 Z r rte•• SC. L lCti L ii. i r •+. tV ac v V 'o NA. V A G C t 161 N CP L1' 4-C 01 � � 0 _ C 14 C1 tU � �6 C S W W O C CL) t V O R �r G �N C,1 W a. AJ im L. Q Z Rt C. H .0 .- # E O N 4u 0 #a 44 G y1y, U *a � '_ � Cr1 ++ , .�C Qt 1 so 'v Fav 0 ac et7 E .r 'o NA. V wo d L. 0 CQ m L- 41 to 4 L' r: =6 tS N .Q 0 P" N N C2 C .+w r+ N N LO LO Ln in w in LO Ln 90 ..•► rt on d• i .�•.. O O N .•-� .IN LO N N '? m Cf1 P" .may Ln Ln a7 Ch ipY a• t�.7 f�� �p U CCD CO tV Cn.1 y, a N N RS Q /d h V1 N L• L Rf � RS fC {Q ~ T .�� p � c: H Q a. a LAJd a d o cm -cc .i cw c.� � a a n O N N VJ LL O p Q1 N y N b M rC QJ Z CL a LL rp x do x IQ x 1- H- F•- b G GI- Cl L w-- tp N C C� � G .ya v U n� N .-4 G O N v v. a: c x o W i r-- a L4J t v%J u cn O v A C% - . m O 2 G'G O O V-� W N N Ln Ln Ln C%j r 1d' Qti u X C" LAJ in Ch z 0 ..r V Cl. a a H Vi �E cc; CL a L J w of 0� C1 � H � � � oma+ va <1 Ir r z n �Q� LU ch ra. Ln W o cm �- 2 yr � �LLJ z o L' CD cc v cWJ C. N LU ch H n CA Z o v ►- ms's r Ln Lai nr W k •7t 7� cd W to J H U' Ln W o cm �- 2 yr � �LLJ z o L' CD cc v cWJ C. N EXHIBIT B GILBERT TEXAS CONSTRUCTION CORP. Projects Completed 1991 D/FW International Airport Board P.O. Drawer D/FW D/FW Airport, TX 75251 Grading & paving for taxilane $1,375,000 Mutual of Omaha Dodge at 33rd St. Omaha, NE 68175 Office remodeling $298,000 Delta Air Lines, Inc. Atlanta International Airport Atlanta, GA 30320 Employee parking lot $3,528,000 City of Midland 300 N. Loraine Street Midland, TX 79702 Grading & asphalt paving $1,716,000 D/FW International Airport Repairing taxiwa tie-ins $2,554,000 Pavement Specialists Inc. P.O. Box 610327 0/FW Airport, TX 75261-0327 Repair taxiway $369,000 Projects Completed 1990 EQUIPMENT SCHEDULE The Bidder should list the major equipment which is available and serviceable for use on this work. See attached Exhibit C Portion of work bidder proposes to sublet, if any: Dated at this day of 9 1992. Gilbert Tex Co �truc on Cor . r By Title VICE-PRESIDENT I - 1 EXHIBIT C EQUIPMENT SCHEDULE The Bidder should list the major and serviceable for use on this work. 1988 Bituma Model 400 equipment which is available Asphalt Hot Plant 1989 Slaw Knox PF -200 Asphalt Paver 1989 Dynapac CC50A11 Double Drum Vib Roller 1984 Tampo RS 188A Double Drum Vib Roller 1983 Ingram 9-600-5A Pneumatic, 9 wheel 27 TN 1985 (2) Caterpillar 14G Motor Grader 1988 Caterpillar 815E Sheepfoot Compactor 1988 Case 9170 4X4 Tractor w/disc 1990(10) Kenworth T-800 End Dump All necessary miscellaneous equipment. Portion of work bidder proposes to sublet, if any: Electrical and signage items. Soil preparation, seeding and fertilizing items. Runway and taxiway painting items. Dated at 11:00 AM this 15th day of August 1P 92. By Title Vice -President GENERAL PROVISIONS GENERAL PROVISIONS (FAA AC 150/5370-10A, STANDARDS FOR SPECIFYING CONSTRUCTION OF AIRPORTS) Section 10 Definition of Terms Paragraph Page 10-01 AASHTO 1 10-02 Access Road 1 10-03 Advertisement 1 10-04 AIP- 1 10-05 Air Operations Area 1 10-06 Airport 1 10-07 ASTM 1 10-08 Award 1 10-09 Bidder 1 10-10 Building Area 1 10-11 Calendar Day 1 10-12 Change Order 2 10-13 Contract 2 10-14 Contract Item (Pay Item) 2 10-15 Contract Time 2 10-16 Contractor 2 10-17 Drainage System 2 10-18 Engineer 2 10-19 Equipment 2 10-20 Extra Work 2 10-21 FAA 2 10-22 Federal Specifications 3 10-23 Inspector 3 10-24 Intention of Terms 3 10-25 Laboratory 3 10-26 Lighting 3 10-27 Major and Minor Contract Items 3 10-28 Materials 3 10-29 Notice to Proceed 3 10-30 Owner (Sponsor) 4 10-31 Pavement 4 10-32 Payment Bond 4 10-33 Performance Bond 4 10-34 Plans 4 10-35 Project 4 10-36 Proposal 4 10-37 Proposal Guaranty 4 10-38 Runway 4 10-39 Specifications 4 10-40 Structures 4 10-41 Subgrade 5 10-42 Superintendent 5 10-43 Supplemental Agreement 5 10-44 Surety 5 10-45 Taxiway 5 10-46 Work 5 10-47 Working Day 5 Section 20 Proposal Requirements and Conditions Paragraph LqZe 20-01 Advertisement (Notice to Bidders) - Deleted 6 20-02 Prequalification of Bidders 6 20-03 Contents of Proposal Forms 6 20-04 Issuance of Proposal Forms 7 20-05 Interpretation of Estimated Proposal Quantities 7 20-06 Examination of P1ans,.Specifications and Site 7 20-07 Preparation of Proposal 8 20-08 Irregular Proposals 8 20-09 Bid Guarantee 9 20-10 Delivery of Proposal 9 20-11 Withdrawal or Revision of Proposals 9 20-12 Public Opening of Proposals 9 20-13 Disqualification of Bidders 9 Section 30 Award and Execution of Contract 30-01 Consideration of Proposals 11 30-02 Award of Contract 11 30-03 Cancellation of Award 11 30-04 Return of Proposal Guaranty 11 30-05 Requirements of Contract Bonds 12 30-06 Execution of Contract 12 30-07 Approval of Contract 12 30-08 Failure to Execute Contract 12 Section 40 Scope of Work 40-01 Intent of Contract 13 40-02 Alteration of Work and Quantities 13 40-03 Omitted Terms 13 40-04 Extra Work 14 40-05 Maintenance of Traffic 14 40-06 Removal of Existing Structures 15 40-07 Rights in and Use of Materials Found in the Work 16 40-09 Final Cleaning Up 16 Section 50 Control of Work 50-01 Authority of the Engineer 18 50-02 Conformity with Plans and Specifications 18 50-03 Coordination of Contract, Plans and Specifications 19 50-04 Cooperation of Contractor 19 50-05 Cooperation Between Contractors 20 50-06 Construction Layout and Stakes 20 50-07 Automatically Controlled Equipment 20 50-08 Authority and Duties of Inspectors 20 50-09 Inspection of the Work 21 Cont. Section 50 Control of Work Paragraph kage 50-10 Removal of Unacceptable and Unauthorized Work 21 50-11 Load Restrictions 22 50-12 Maintenance During Construction 22 50-13 Failure to Maintain the Work 23 50-14 Partial Acceptance 23 50-15 Final Acceptance 23 50-16 Claims for Adjustment and Disputes 23 Section 60 Control of Materials 60-01 Source of Supply and Quality Requirements 25 60-02 Samples, Tests and Cited Specifications 25 60-03 Certification of Compliance 26 60-04 Plant Inspection 26 60-05 Engineer's Field Office and Laboratory 27 60-06 Storage of Materials 27 60-07 Unacceptable Materials 28 60-08 Owner Furnished Materials 28 Section 70 Legal Regulations and Responsibility to Public 70-01 Laws to be Observed 29 70-02 Permits, Licenses and Taxes 29 70-03 Patented Devices, Materials and Processes 29 70-04 Restoration of Surfaces Disturbed by Others 29 70-05 Federal'Aid Participation 30 70-06 Sanitary, Health and Safety Provisions 30 70-07 Public Convenience and Safety 30 70-08 Barricades, Warning Signs and Hazard Markings 31 70-09 Use of Explosives 32 70-10 Protection and Restoration of Property and Landscape. 32 70-11 Responsibility for Damage Claims 33 70-12 Third Party Beneficiary Clause 33 70-13 Opening Section of the Work to Traffic 33 70-14 Contractor's Responsibility for Work 34 70-15 Contractor's Responsibility for Utility Service and Facilities of Others 34 70-16 Furnishing Rights -of -Way 36 70-17 Personal Liability of Public Officials 36 70-18 No Waiver of Legal Rights 36 70-19 Environmental Protection 36 70-20 Archaeological and Historical Findings 36 Section 80 Prosecution and Progress 80-01 Subletting of Contract 38 80-02 Notice to Proceed 38 Cont. Section 80 Prosecution and Progress Paragrap Page 80-03 Prosecution and Progress 38 80-04 Limitation of Operations 39 80-05 Character of Workers, Methods and Equipment 39 80-06 Temporary Suspension of the Work 40 80-07 Determination and Extension of Contract Time 41 80-08 Failure to Complete on Time 43 80-09 Default and Termination of Contract 43 80-10 Termination for National Emergencies 44 .Section 90 Measurement and Payment 90-01 Measurement of Quantities 46 90-02 Scope of Payment 49 90-03 Compensation for Altered Quantities 49 90-04 Payment for Omitted Items 49 90-05 Payment for Extra and Force Account Work 50 90-06 Partial Payments 51 90-07 Payment for Materials on Hand 52 90-08 Payment of Withheld Funds 53 90-09 Acceptance and Final Payment 53 GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved -areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if.any. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting.directly or through a duly authorized representative, who submits a proposal for the.work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. Revision Date: 11/01/90 1 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of'payment'and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement;'The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The.Plans, and any addenda issued to bidders 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working' days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees.to complete the contract work. 10-17 DRAINAGE'SYSTEM. The system of'pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-16 ENGINEER. The individual, partnership, firm, or corporation duly authorized,by the owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. .10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work.within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, Revision Date: 11/01/90 2 FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," " required, " "permitted," "ordered," "designated," "prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words '"approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. 10-26 LIGHTING. A system of fixtures providing orcontrolling the light sources used on or near the airport or within the; airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-28 MATERIALS. Any substance specified for use in the construction of the contract work. 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. Revision Date: 11/01/90 3 If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the same meaning as the term owner. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-33 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-34 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-37 PROPOSAL -GUARANTY. The securityfurnished with a proposal to.guarantee that the bidder will enter into a contract if his/her proposal is accepted by the owner. 10-38 RUNWAY. The area on the airport -prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the contract` containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines;.underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; Revision Date: 11/01/90 4 flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within -the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 Revision Date: 11/01/90 5 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTZSEMENT (Notice to Bidders). A copy of the advertisement is included elsewhere in this bid package. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist.of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the.public accountant's statement or report to reflect his/her (bidder's) true financial condition at -the time such qualified statement or report is submitted to the owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the -current "bidder's list-" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be=submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency'.' and evidence of financial responsibility'' to the owner no later than 10 days prior to the specified date for opening.bids. 20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. Revision Date: 11/01/90 6 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal -to a prospective bidder. c. Contractor default under previous contracts with the owner. d. Unsatisfactory work on previous contracts with the owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a'basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The, bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the Revision Date: 11/01/90 7 bidder, was obtained and is intended -for the owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the owner. All blank spaces in the proposal forms must be correctly filled in where indicated .for each and every item for which a quantity is given. The bidder shall state the price.(written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and.post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the owner, or if the owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the owner. Revision Date: 11/01/90 8 The owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of.this section. Revision Date: 11/01/90 9 Revision Date: 11/01/90 10 SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a'bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the owner reserves the right to reject any or all proposals, waive technicalities, if such 'waiver is in the best interest of the owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals;- or proceed with the work otherwise. All such actions shall promote the owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the owner. 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF Revision Date: 11/01/90 11 PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30 -OS REQUIREMENTS OF CONTRACT BONDS. At the time of the` execution of the contract, the successful bidder shall furnish the owner a surety bond or bonds which have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the owner. Unless otherwise specified in this subsection,the.surety bond or bonds shall be in a sum equal to the.full amount of the contract. 30-06 -EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended, 30-09 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds -.that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and,the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. END OF SECTION 30 Revision Date: 11/01/90 12 SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. J Revision Date: 11/01/90 13 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that.is within the general-scope=of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra'work`that is necessary for acceptable completion of the project, but is not within the generalscopeof the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that isnot covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40 -OS MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of 'aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. ` With respect to his/her own operations and.the-operations of all his/her subcontractors, the Contractor shallprovidemarking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. Revision Date: 11/01/90 14 When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be: encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the: work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. Revision Date: 11/01/90 15 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance.with the contract specifications applicable to such use; or, b. Remove such material from the site, uponwritten approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. The Contractor shall not excavate,'remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall Revision Date: 11/01/90 1.6 k remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 Revision Date: 11/01/90 17 SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall'decide any and all questions which may arise as to the quality and �. acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term ""reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict Revision Date: 11/01/90 18 compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineers opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict .conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. . Revision Date: 11/01/90 19 m 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STARES. The Engineer shall. establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or_waive any provisionofthe contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Revision Date: 11/01/90 20 Inspectors employed by the owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract,' plans,.or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner Revision Date: 11/01/90 21 11 in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the'Engineer, work done beyond the lines shown on the plans or as'.given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed ...or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply'forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have,authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of 'equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or.surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. . 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall _.maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or.subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on r' the various contract items, and the Contractor will not be paid an additional amount for such work. Revision Date: 11/01/90 22 , t SO -13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the owner to -correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part,_as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, fie shall notify the Engineer in writing of his/her intention to claim such Revision Date: 11/01/90 23 additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by. the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances: Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute finalpaymentbased on differences in measurements or computations. END OF SECTION 50 Revision Date: 11/01/90 24 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the ello�, contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for .airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-1, Approved Airport Equipment, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The special conditions or plans contain a listing of airport lighting equipment required for this contract. The listed equipment is to be furnished by the Contractor in.accordance with the requirements of this subsection. 60-12 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Revision Date: 11/01/90 25 Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly.is specified by " brand name or equal'' and the Contractor elects to -furnish the specified brand name,'' the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing,. quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an *"or equal'' material or assembly, he shall furnish the, manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of. compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative°may inspect, at its source, any specified material or assembly to be used in the -work. Manufacturing plants may be inspected from time to time for. the purpose of determining Revision Date: 11/01/90 26 compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested, and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for -storage purposes without written permission of the owner or lessee of such property.. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Revision Date: 11/01/90 27 Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or.assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. No rejected material or assembly, the.defects of which have been corrected by the Contractor, shall not be returned to the site of the'work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the owner. Owner - furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner -furnished materials shall be included in the unit price bid for the contract item in which such owner -furnished material is used. After any owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage,'damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of su-.h owner - furnished material. The owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the Contractor's handling, storage, or use of owner -furnished materials. END OF SECTION 60 Revision Date: 11/01/90 28 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70--1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local. laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process,' or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the owner, such authorized work (by others) is indicated in the special conditions, or on the plans. Except as described above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb �^ such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency Revision Date: 11/01/90 29 be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others 'whether or not such work by others is listed above.: When ordered as extra work by the Engineer, the ,Contractor shall make all necessary repairs to the work which are due to such authorized'work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by,others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United Sates Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such -requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH.- AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC'CONDENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors Revision Date: 11/01/90 30 11�. and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own ! operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-06 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office) . When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Marking of Paved Areas on Airports. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370- 2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Revision Date: 11/01/90 31 Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or -other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. Revision Date: 11/01/90 32 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on.account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable' materials in constructing the work; or because of any act or omission, neglect, or,misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the •Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the owner for such purpose maybe retained for the use of the owner or, in case no money is due, his/her surety may be until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-11 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it isnot intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS.OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the owner as described in the special conditions, or on the plans. Upon completion of any portion of the work listed above, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made Revision Date: 11/01/90 33 when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not 'constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As.'provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or Revision Date: 11/01/90 34 facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental ( agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated in the special conditions, or on the plans. it is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service,. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual -owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, inthe Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Revision Date: 11/01/90 35 Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored tothe satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-16 FURNISHING RIGHTS-OF-WAY. The owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or Authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the owner either personally or as an official of the. owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of -,the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such Revision Date: 11/01/90 36 gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND EISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of s building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the.Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 Revision Date: 11/01/90 37 :SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The Contractor shall at all.times when work is in progress be represented either in person, by a qualified superintendent, or byotherdesignated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her°contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approvalofthe owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it isexpectedthe Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the. Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. - Revision Date: 11/01/90 38 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in'the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her (71 operations within an AIR OPERATIONS AREA of the airport, the -work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as described in the special conditions, or on the plans. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and - specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Revision Date: 11/01/90 39 Contractor is free to use any methods or equipment that will accomplish the work'in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others. are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the. reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY sUSPEN8ION OF THE WORK. The Engineer shall"have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise -provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the.period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any Revision Date: 11/01/90 40 other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 60-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the. normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall. apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. Revision Date: 11/01/90 41 (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed l week in which to file a written protest setting forth 'his/her objections to the Engineer's weekly statement. If no objection is 'filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20 Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change orderor supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS -shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days.elapsing between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually. completed quantities bears to the cost'of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either 'cost of work or the extension of contract time that has been covered.by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds°it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of'time setting forth the reasons which he believes will justify the granting of his/her request. The Revision Date: 11/01/90 42 Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any wo;k remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this 'Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in his/her contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "*-Notice to Proceed,," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency,,or Revision Date: 11/01/90 43 g. Allows any final judgment to stand against him unsatisfied for a period of l0 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 60-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be Revision Date: 11/01/90 44 (7 considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be.purchased from the Contractor at actual cost as shown''by.receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out'of the work performed. END OF SECTION 80 Revision Date: 11/01/90 45 SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the'Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or_the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All'materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Revision Date: 11/01/90 46 Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose maybe of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at'the point of delivery. When requested by the Contractor and approved by the Engineer in writing,.material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of.measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure o sum" work) is specified as will be construed to include accessories. r structural unit (in effect, •`lump the unit of measurement, the unit all necessary fittings and Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Revision Date: 11/01/90 47 Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than l pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50 -pound (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales " overweighing " (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals.the scales have " underweighing " (indicating less than correct shall be adjusted, and no additional payment to will be allowed for materials previously weighed been weight), they the Contractor and recorded. Revision Date: 11/01/90 48 All costs in connection with furnishing,,fnstalling, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the,unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The•Contractor shali.receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price ,(price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the.subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the owner. Revision Date: 11/01/90 49 Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or'nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item 'prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK.Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance'.for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. Revision Date: 11/01/90 50 (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (s) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No'partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. Revision Date: 11/01/90 51 It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental.agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON BAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the owner legal title (free of liens or encumbrances`of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the owner evidence that the material so stored or stockpiled is.insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such 'materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract Revision Date: 11/01/90 52 price for the contract item in which the material is.intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. . 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. Revision Date: 11/01/90 53 • 1' t After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and -payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the 'provisions of this subsection, such claims will'be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental ,final estimate. END OF SECTION 90 Revision Date: 11/01/90 54 GENERAL CONDITIONS OF THE AGREEMENT 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 shalt be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractbf, or Ahe expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, cc -partnership or corporation, to -wit: who has-.4reed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to Bern E. 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 particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shalt not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. S. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of tike import shall 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 qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all 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, terse;, or clauses defining the character of the work. fI 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work an 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 took exclusively to Contractor for any payments due Subcontractor. GC — 1 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract docu- ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shalt be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 4. 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 alt 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 workis 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 will 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. GC -2 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shalt be allowed no extra compensation therefore. The Contractor shalt give the Owner's Repre- sentative ample notice of the time and place where lines and grades wilt be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and.to discourage litigation, it is further agreed that the 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 contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representative's estimates and findings shalt 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 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- tion of the Owner's Representative as rendered shalt 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 Contractor a written decision on all claims of the parties hereto and on alt 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 be taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION 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. GC -3 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Ownerls Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by �. competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owners Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the 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. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owneris 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 Representatives written consent.. 19. CONSTRUCTION PLANT 20. 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 completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions -of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 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 Owners Representative and their use shall be strict4y enforced. GC —:4 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 Owners 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 sunt, 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 Representa- 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 Ownerls Representative, it must, if requested by the owner or Owners Representa- tive, be uncovered for observation and testing at the Contractors expense. The cost of alt such inspec- tion, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shalt 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. 22. DEFECTS AND THEIR REMEDIES 23. It is further agreed chat 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 shalt, after receipt of written notice thereof from the Ownerrs Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur- ther agreed that any rIemedial action contemplated as hereinabove set forth shall be at Contractorls expense. The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, farm 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 shalt 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 fairly be classified trader the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In GC -5 case the Owner shall make such changes or alterations as shall make useless any work already done or mate - Hal already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned'by such change, due to actual expenses incurred in preparation for the work as originally planned. 24.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 all 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 shall be determined by the following methods: Method (A) By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - 1f neither Method (A) or Method (e) 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 shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before theworkcommences, 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 terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and cam- pensate him for his profit, overhead, general superintendence and field office expense, and all other ete- menta of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." 'No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive !'^ compensation or an adjustment in the construction time, he shalt 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 shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. GC -6 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 shall include all appurtenances necessary to complete the work in accordance with the Intent of these contract documents as interpreted by Owner's Representative. If the: Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shalt be considered that the Contractor 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 shall 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 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 shall at alt times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal taws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention In Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shalt defend, indem- nify and save harmless the Owner and all of its officers, agents and employees from alt 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 lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the owners or the owner's Representative concerning omissions under this paragraph as the work pro- gresses, are intended as reminders to the Contractor of his duty and shalt not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. GC -7 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole 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 shalt 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 shall 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 shalt 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, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance "The Contractor shall 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 pecific;^job and copy of the endorsement doing to is to be attached to the Certificate of Insurance. D. Builder's Risk insurance The Contractor shall obtain a Builder's Risk policy in the amount of none remdL*ed(t00% of poten- tial loss) naming the City of Lubbock as insured. GC -8 E. Excess or Umbrella Liability insurance The Contractor shall have Excess or Umbretls Liability Insurance in the amount of $510001000.00 01,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Lisbility coverages. 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. F. 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 5100,000 limit. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shalt 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. (T) The certificate or certificates shall 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 wilt indemnify, end save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materistmen and furnishers of machinery and parts thereof, equipment, power toots, 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 shalt 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 GC 9 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 shalt pay all royalties and license fees, and shalt 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 shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any toss on account thereof,,except that owner shall defend all such suits and claims and shalt 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 loss on account thereof. If the material or process specified or required by owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the owner of such infringement. 31. LAWS AND ORDINANCES The Contractor shalt at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the 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 shalt 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 Ownerms Representative, he shall bear all costs arising therefrom. The owner is a municipal corporation of the State of Texas and the law from which it derives its powers, 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, shalt be controlling, and shall 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, shalt 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 thin, contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fait, 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 * PER DAY, not as a penalty, but as liquidated damages for the breach of the * As stated in Paragraph SP -3 of the Special Provisions GC — 10 contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the 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- ( Ity. 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. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 34. TIME AND ORDER OF COMPLETION it is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shalt 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 owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the owner's Representative, schedules which shall show the order in which the Contractor 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- eral 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 of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, 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 Owners 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 shall 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 GC — 11 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 owners 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 shalt 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 shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, Including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 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 shall be for the actual amount of work done and materials furnished on the project. 38. PROTECTION OF ADJOINING PROPERTY The Contractor shalt 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 shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the 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. 39. 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 alt expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 40. PAYMENTS No payments made or certificates given shalt 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 Contractorls 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 Owneras premises by reason of any work under the con- tract. Acceptance by Contractor of final payment of the contract price shalt constitute a waiver of all claims against owner which have not theretofore been timely filed as provided in this contract. GC — 12 41. PARTIAL PAYMENTS on or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shalt prepare a certificate for par- tiat payment showing as completely as practical the total value of the work done by the Contractor up to and Including the Last f, 8jy 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 Representatives Certificate of Partial Payment, less SX of the amount thereof, which SX shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to comptetion, 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 Ownerls 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 owner's Representative and the Owner shall 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 Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL.PAYMENT Upon the issuance of the certificate of completion, the Owners Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or 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 shalt relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions (if any) 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 Owners$ premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractorls expense. 45. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shalt relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shalt appear within a period of one (1) year from the CC - 13 date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner nay, on account of subsequently discovered evidence, withhold or nullify the whole or part of any r---. certificate to such extent as may be necessary to protect himself from toss 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 bake 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 shall be in writing and filed with the Owner's Representative within fifteen (1S) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shalt reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the owner and the acceptance by the Contractor of the final payment shall be a 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 shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall 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- tect 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 fail 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 arbiters are empowered by both parties to take Ex Parte Proceedings. 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- 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. 'GC - 14 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 upon tither 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. 44. 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 owner's Representative, or if the Contractorfaitsto 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 shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the! work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The owner may employ such force of men and use of machinery, equipment, tools, materials and sup- plies as said owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, toots, 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- pleted 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 seated bids, after notice published as required by law, at least twice in a newspa- per having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shad be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shalt be Issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being cofrect 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. GC — 15 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 shatt pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left an the site of the work shall be turned over to the Contractor ardor 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, toots, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shalt release any machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owners 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 York 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 Owners Representative shalt then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shalt be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civit 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 525,000.00, 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. GC 16 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of she nature of the work to be done, or from the action of the elements, or from any unforeseen circ=.tance and the prosecution of the same, or from unusual obstructions or difficulties 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 shalt have the right to ob- serve Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the owner or Ownerls Representative or to the Contractor's own employees or to any other person, firm, or corporation. 55. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his toots, scaffolding, and surplus materials and shalt Leave the work room clean or Its equivalent. The work shall be left in good order and condition. in case of dispute owner may remove the debris and charge the cost to the Contractor. GC - 17 NOTICE OF ACCEPTANCE TO: The City of Lubbock, having considered the proposals submitted and opened on the 18 day of August 199 2, for work to be done and materials to be furnished in and for: Lubbock International Airport Rimway 17R --35L Shoulders and Airfield Signage Improvements AIP Project No. 3-48-0138-11 & 13 as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the day of 199_ at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer- tificates of insurance, and all other documents specified and required to be executed and furnished under the con- tract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such .documents within ten (10) days from your receipt of this Notice The five percent (5X) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be re- tained by the City of Lubbock. CITY OF LUBBOCK Owner's Representative GC - 18 No Text L PROVIS SP -1 SCOPE OF WORK The work to be accomplished under these specifications, including the �** plans, consists of construction work for the Lubbock International Airport, including but not limited to, the construction of paved shoulders on Runway 17R - 35L and associated taxiways, the installation of airfield signage improvements, the installation of electrical vault equipment and emergency generator improvements, and other related items of work. All labor, materials and equipment necessary to complete the work called for in these specifications and shown on the plans shall be furnished by the Contractor. Payment for the various items of work will be made as specified under the various payment paragraphs of the technical sections. SP -2 CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with the Contract Documents described in the General Conditions. The drawings included in the documents consist of the plans entitled "City of Lubbock, Texas, Lubbock International Airport, Runway 17R -35L Shoulders and Signage Improvements," dated August, 1992. All bidders shall be thoroughly familiar with all of the drawings and specifications. The Contractor shall be responsible for the satisfactory completion of all work shown on the drawings or specified. The intent of the plans and specifications is to prescribe a complete work or improvement which the Contractor undertakes to do in full compliance with the plans, the specifications, the special provisions, proposal, and contract. The Contractor shall do all work including such additional, extra, and incidental work as may be considered necessary to complete the project in a satisfactory and acceptable manner, as provided in the plans, proposal, and contract. He shall furnish, unless otherwise provided in the specifications, special provisions, or contract, all materials, equipment, tools, labor and incidentals necessary to prosecute the completion of the work. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance Bond, Special Bonds (if any), Proposal, Special Provisions, Notice to, Bidders, Instructions to Bidders, Technical Specifications, Plans, General Provisions and General Conditions of the Agreement. SP -3 TIME AND ORDER OF COMPLETION The Contractor will be permitted to prosecute certain portions of the work in the order and manner of his own choosing to the best interest of the SP -1 project. However, the work shall be. conducted in such manner and with such materials, equipment and labor as may be required to insure completion in accordance with the plans and specifications within the time stated in the Proposal and in the Contract. The Contractor shall furnish the Engineer with his proposed progress schedule and this schedule shall be approved by the Engineer before work is commenced on the project. Other contractors may be performing work for the Owner in the same general area as that covered under this contract. The Contractor shall be expected to coordinate his work with the work of other contractors as may be required to insure that all work can be carried out with the least possible interference with the operation of other contractors or the Owner. The Contractor's coordination with other contractors shall require the approval of the Engineer. The Engineer reserves the right to control and direct the sequence of operations in the areas where others will be working. Provision shall be made for other contractors to have suitable space to work and for storage of materials, as well as access to these areas. The Contractor shall be responsible for scheduling and implementing two separate construction operations, construction of the paved shoulders on Runway 17R -35L and associated taxiways, and installation of signage and electrical vault improvements. Construction of paved shoulders shall begin on March 1, 1993. Completion shall be within the time frames specified below. Construction of airfield signage, vault and emergency generator improvements shall begin within 10 days of receipt of a written notice -to - proceed. Completion shall be within 170 calendar days from the date of the written notice -to -proceed. Liquidated damages will be assessed for delayed completion in the amount of $1,000.00 per calendar day for each individual phase or subphase below except as provided for Phase 1 shoulder construction. The Contractor will prepare and submit for review his recommended phasing/scheduling plan in accordance with the following general guidelines. In general, the Contractor will be allowed to have a maximum of ten (10) sign bases,, junction boxes and/or slabs under construction at any one time. New signs will be installed and placed in service as soon as practicable after completion of base and slab construction.' Any work within 250 -feet of the centerline of Runway 17R -35L or Runway 8-26 will be performed between the hours of 12:30 a.m. and 6:00 a.m. The installation of equipment in the air traffic control tower shall be performed between the hours of 12:30 a.m. and 6:00 a.m. SP 2 Signage Phase 1 - Signage Phase l shall include the installation of signs and related items of work Taxiway circuits within the limits of construction provided for Runway Shoulders Phase 1, below, including Taxiways M, T, S, N, A, L, C, D, west J, west F, and Q. The work included in Signage Phase l shall be fully complete, accepted and ready for operation prior beginning Signage Phase 2. The construction of Signage Phase l shall be completed within 90 calendar days. and shall be completed prior to beginning Runway Shoulders Phase 1. Signage Phase 2 - Signage Phase 2 shall include the installation of signs and related items of work on Taxiways J, G, north R and H. The work included in Signage Phase 2 shall be fully complete, accepted and ready for operation prior beginning Signage Phase 3. The construction of Siznaee Phase 2 -shall be completed within 45 calendar days. Signage Phase 3 • Signage Phase 3 shall include the installation of signs and related items of work on Taxiways R and F, and the Terminal Apron. The work included in Signage: Phase 3 shall be fully complete, accepted and ready for operation within the time limits established herein. The construction of Signage Phase 3 shall be completed within 35 calendar dares Installation of improvements within the airfield electrical vault shall be completed within the overall time :Limits established herein for Signage Phases 1 through 3 as required to maintain operation of lighting circuits. However, as equipment is received, improvements in the lighting vault will be diligently pursued to completion. Phasing of the Runway 17R -35L shoulder construction shall be accomplished as follows: Runw Shoulders Phase 1 Runway Shoulders Phase 1 is defined as the paved shoulders at the intersection of Runway 17R -35L and Runway 8 within the runway safety area for Runway 8-26. The width of the runway, safety area is 500 feet or as directed by the Engineer. The threshold for Runway 8 will be displaced to allow construction activities within the runway/runway intersection. During Phase 1 the Contractor shall complete the construction of shoulders on Runway 17R -35L and Runway 8-26 within the designated runway safety area for Runway 8- 26. The construction of the work included in Runway Shoulders Phase 1 shall be completed within 15 calendar days. The Contractor shall furnish and install temporary displaced threshold marking and lighting for Runway 8. The threshold displacement will be 1,400 feet to the east or as directed by the Engineer and Director of Aviation. The temporary displacement SP - 3 0 will be marked in accordance with FAA AC 150/5340-1F and Item P- 620, herein. Temporary outboard runway threshold lights shall be furnished and installed and connected to the runway lighting circuit. In addition, the Owner retains the option of requiring temporary displacement of the south threshold of Runway 17R -35L approximately 5,500 feet to the north with temporary outboard runway threshold lights, furnished, installed and connected to the runway lighting circuit by the Contractor. Such displacement will be to allow for landing from the north only. It is not expected that temporary marking will be required for Runway 17R -35L. Runway lights on Runway 8 west of the displacement and on Runway 17R south of the displacement shall be taken out of service for the duration of threshold displacement. After completion of shoulder construction, displaced threshold marking and lighting shall be removed and the runway returned to its original condition. Temporary marking shall be obliterated and marking which is to remain shall be touched up in accordance with Item.P- 620, herein. Payment for temporary marking and obliteration shall be under Item P-620, herein. No direct or separate payment will be made for the provisions of this paragraph for temporary threshold lighting. The contractor shall include the costs for the specified lighting requirements in the various unit prices for items for which payment is allowed. Operations at Lubbock International Airport will be severely affected by the construction operations in Phase 1. The Contractor shall be required to work double shifts and at night during his activities within the limits of Runway Shoulders Phase 1. To insure completion of Phase 1 in a timely manner. the Contractor shall be assessed liquidated damages of One Thousand Five Hundred Dollars ($1.500.00) per calendar day construction activities require the closure of Runway 17R -35L and the displacement of the threshold of Runway 8 beyond the time limit established herein. Runway Shoulders Phase 2 - Runway 17R -35L shall be closed to aircraft operations for the duration of Runway Shoulders Phase 2. During Phase 2, the Contractor shall complete the construction of the shoulders along the full length of Runway 17R -35L and associated taxiways. Runway Shoulders Phase 1 shall be fully complete, accepted and ready for operation prior to beginning Runway Shoulders Phase 2. The construction of the work included in Runway Shoulders Phase 2 shall be completed within 65 calendar days, The construction of the shoulders on the full length of Runway 17R -35L and the associated taxiways shall be completed within 80 calendar days. Any deviation from the above sequences of construction will require the prior approval of the Engineer. SP - 4 } The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation and with other contractors. Portions of the apron, runways and taxiways may be closed as required for proper execution of the work, but at least three: (3) days notice will be required before closing any portion of a runway, taxiway or apron. When closing of the main runways, taxiways and apron areas for construction of lighting work is required, the time closed shall be kept to a minimum time. One of the two main runways, including access taxiways, shall be kept open at all times except as otherwise specified. All operations shall be coordinated, through the Engineer, with the Director of Aviation. Before either of the two main runways can be closed, the Engineer shall approve the length of time of closure and the Contractor's work schedule during closure. The Contractor shall be required to provide, install and maintain approved displaced runway threshold or closed runway and/or taxiway markings in accordance with FAA Advisory Circular 150/5370-2C, FAA Southwest Region Order SW5200.5A, FAA Advisory Circular 150/5370-4, FAA Advisory Circular 150/5370-7, and other applicable FAA regulations. AC 150/5370-2C and SW5200.5A are included in these specifications. No separate measurement or payment shall be made for closed runway or taxiway marking. All operations shall be coordinated through the Engineer. Runways, taxiways and apron areas shall not be closed for construction work until all construction equipment and materials required for that portion of work have been delivered to the site, approved and are ready for installation. Construction activities within the limits specified herein in the intersection of Runway 8-26 and Runway 17R -35L shall be done when no air carrier activities are scheduled, such as at night. Each period of work shall be scheduled to coincide with the periodwhen no air carriers are scheduled. All work shall be such that air carriers can use the runways at the end of the work period. Work in these intersections shall be closely coordinated through the Engineer with the Director of Aviation. Work in the intersections shall not begin until it can be determined that the runways will be usable by the air carriers at the end of each work period. Construction activities in the intersection of Runway 17R -35L and Runway 8-26 shall be as brief as possible. Runways 17R -35L and 8-26 are the instrument runways for the airport. Therefore, one of these, runways shall remain operational during periods of IFR conditions. The normal season for frequent periods of IFR conditions is from November 1 to March 1. During this period, a runway shall be operational, including painting, lighting, grading, etc. Any extra work required to meet this requirement shall be at the Contractor's expense. The Engineer and Director of Aviation shall approve which runway is closed during a certain time period. SP -4 LIMITATION OF OPERATION Each item of work shall be completed without delay and in no instance shall the Contractor be permitted to transfer his forces from uncompleted work to new work without the permission of the Engineer. The Contractor shall be SP -5 required to submit a schedule of operations to the Engineer for approval. The Contractor shall not commence new work to the prejudice of work already started. The Contractor shall take all precautions necessary to insure the safety of operating aircraft and their passengers as well as that of his own equipment and personnel. Special considerations shall be given to flight schedules and other aircraft operations. The Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport area. The Contractor shall provide all such equipment with a flag on a staff so attached to the equipment that the flag will be readily visible. The flag shall be not less than three feet square consisting of a checkered pattern of international orange and white squares of not less than one foot on each side. During nighttime work, the Contractor shall provide such equipment with approved flashing lights so attached to the equipment that the lights will be readily visible. The Contractor shall make his own estimate of all difficulties to be encountered. Equipment not actually in operation shall be kept clear of landing areas; personnel shall not enter areas of the airport where aircraft are operating without specific permission. All operations shall be coordinated, through the Engineer, with the Director of Aviation, to the end that no interference with aircraft traffic on active runways, taxiways or aprons will result from the operations of the Contractor. Construction activities will not be allowed within the safety areas of any active runway or taxiway. The taxiway safety area is defined as the area within 131 feet of the centerline of any taxiway or taxilane. The runway safety area is defined as the area within 250 feet of the centerline of any runway when aircraft are operating under Visual Flight Rule (VFR, clear weather) conditions, or within 570 feet of the centerline of any runway when aircraft are operating under Instrument Flight Rule (I -FR, 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 FAA considers any deviation of more than 3 -inches above or below the existing grade to be a hazard to aircraft operations. The FAA may issue warnings or fine the Airport for these violations. Such fines as may be handed out by the FAA as a result of the Contractor's activities shall be considered the Contractor's responsibility, and shall be promptly paid be the Contractor, at his sole expense. SP - 6 The Contractor shall schedule his work well in advance of actual operations and shall keep the Engineer advised of this schedule so that close coordination can be maintained with the Director of Aviation. Aprons, runways and taxiways will be closed as required for proper execution of the work as provided in above paragraphs The Contractor shall exert every effort to maintain the safety of aircraft traffic and shall acquaint himself with the rules and regulations concerning aircraft traffic safety. Violations of the safety rules by the Contractor's workmen shall result in the discharge of such men in accordance with the General Conditions. Continued violations of safety rules and regulations by the Contractor, after having been notified of such violations by the Engineer, shall constitute grounds for suspending the Contractor's operations until steps are taken that will insure a safe operation. The Contractor shall be required to equip vehicles used by the super- intendent or foremen on the project with a radio receiver/transmitter(s) for maintaining direct communication with the FAA control tower at Lubbock Inter- national Airport. Communication will be required at a frequency of 121.9 MHz for Lubbock ground control. Radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, taxiway, or apron, or as directed by the Engineer. The Contractor shall have an adequate number of radios to maintain communication in all areas of work. - The Contractor shall provide an area for parking all equipment not being used for construction purposes, and for parking of employee vehicles. This area shall be located away from the operational area of the airport in an area approved by the Engineer and the Director of Aviation. No employee or other unauthorized vehicles will be allowed within the operational area of the airport. Hauling routes shall not be along or across any paved airport street, road, apron, taxiway or runway without specific written authorization from the Engineer and the Director of Aviation. Any damage incurred by the Contractor's equipment shall be repaired by and at the expense of the Contractor, and as required by the Engineer and the Director of Aviation. The Contractor shall not permit water to stand in any excavation adjacent to existing pavements. To insure compliance with this requirement the Contractor shall maintain at the site not less than two dewatering pumps in good working condition at all times that any excavation adjacent to existing pavements is open. No work other than dewatering operations will be. permitted on the project at any time water is standing in open excavations The Contractor shall maintain the pavement surfaces of runways, taxiways and aprons, which are allowed to be used as hauling routes, in a clean condition, suitable for use by aircraft, as determined by the Director of Aviation. The successful Bidder shall be ,subject to a pre -award review by the Office of Compliance and Security, Equal Opportunity Division, Federal Aviation Administration, to determine previous compliance status of the Contractor. SP 7 The Contractor shall be subject to .a pre -construction conference to discuss phasing and project safety control after award of contract. SP -5 AIRPORT OPERATIONS SECURITY SP -5.1 General Airport security is a vital part of the Contractor's responsibilities during the course of this project. Airport security, nation- wide, has come under close scrutiny in the last few years. The following security guidelines and the rules and regulations of the Lubbock International Airport Police Department (LIAPD) and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security or safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. SP -5.2 Airport ORerations Area (AOA) The Airport operations area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport terminal building. SP -5.3 LIAPD-Issued Security Badges The Contractor shall be responsible for obtaining a photo - identification security badge issued by the LIAPD for each supervisor or foreman of each work crew working within the AOA. The Contractor shall obtain LIAPD security badges for at least one member of each work crew working in separate areas of the AOA. It is the intent of these specifications that all individuals responsible to the Contractor. including the Contractor's employees, subcontractors, suppliers or representatives. either obtain and display an LIAPD security badge, or obtain and display a Contractor -issued identification badge. as_specified below. AND be escorted or directly supervised by an individual displaying a current LIAPD security badge: The Contractor my obtain LIAPD security badges from the Lubbock International Airport Police Department at the Lubbock International Airport. The LIAPD reserves the right to limit the number of security badges issued to the Contractor. The LIAPD will charge the Contractor a twenty-five dollar ($25.00) fee for each security badge issued. An additional fee will be charged, as noted later in this section, for lost or destroyed badges. The LIAPD security badges shall be worn in an easily visible location on the person issued the badge at all times while working within the AOA. The badge holder shall be familiar with and shall obey all security and safety rules and regulations The LIAPD security badge may be confiscated and all security rights revoked by the LIAPDupon the breach of any securityor 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 SP 8 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 -5.4 Contractor -Issued Identification Badges The Contractor shall be responsible for the identification of each of the Contractor's employees, subcontractors, suppliers and representatives while these individuals operate within the AOA. The Contractor shall be responsible for issuing identification badges to each of the Contractor's employees, subcontractors, suppliers and representatives operating within the AOA. The Contractor shall maintain a record of all persons issued a Contractor's identification badge. This record shall include the home address and telephone number of each person issued a badge. The Contractor's record of all employees issued an identification badge shall be made available upon the request of the LIAPD, the Director of Aviation or the Engineer. The format and content of the Contractor -issued identification badge shall be approved by the LIAPD prior to issuing. The identification badge shall display the Contractor's company name, the employee's name, and the badge's effective and expiration dates, and shall be plastic -laminated with a clip -on or pin -on method of attaching the badge to the holder's outer clothing. The identification badge shall be worn in an easily visible location on the person issued the badge at all times while operating within the AOA. Contractor -issued identification badge shall not be transferable from individual to individual, but shall be issued to and carried by the specific employee, subcontractor, supplier or representative, issued the badge. The Contractor -issued identification badges shall be renewed by the Contractor every thirty (30) days during the project construction period. The Contractor shall be responsible for all Contractor -issued identification badges. All expired identification badges or badges invalidated by termination of the SP -9 holder's employment, completion of construction activities, or other reasons, shall be confiscated by the Contractor and retained by the Contractor until the end of the project. It shall be the Contractor's responsibility to record and account for all Contractor -issued identification badges. All identification badges issued by the Contractor during the project and the records of said badges shall be transferred to the possession of the LIAPD at the completion of the project. The Contractor -issued identification badge does not allow unlimited access to all areas within the AOA, but will permit only escorted or directly supervised access to only those portions of the AOA under construction by the Contractor. Every individual operating within the AOA shall display either an LIAPD issued security badge or a Contractor -issued identification badge at all times. All individual employees, subcontractors, suppliers or representatives, or groups of employees, subcontractors, suppliers or representatives, must be escorted or directly supervised by an individual bearing a valid LIAPD-issued security badge at all times while within the AOA. Persons within the AOA not possessing a valid LIAPD-issued security badge, or escorted or directly supervised by an individual possessing a valid LIAPD-issued security badge, shall be considered in violation of LIAPD security requirements and shall be subject to immediate removal from the AOA and any other disciplinary actions necessitated by LIAPD security arrangements. SP -5.5 Contractor's Entrance Gate The Contractor shall provide an entrance gate to the AOA for the Contractor's employees, subcontractors, suppliers and representatives at a location directed by the Engineer. This entrance gate shall be provided, installed, and, at the end of all construction activities, shall be removed, and the existing fence reinstalled to the satisfaction of the Engineer, by the Contractor at no additional expense to the Owner. Adjacent to the Contractor's entrance gate, outside the AOA, the Contractor shall provide a parking area for the Contractor's employee's personal automobiles. The limits of this parking/storage area shall be as directed by the Engineer. At the.completion of this project, any damage done by the Contractor to this area shall be repaired to the satisfaction of the Engineer at no additional cost to the Owner. Repairs shall include, but not be limited to, regrading and reseeding or repaving any damaged areas. The Contractor shall be responsible for, and shall control all movement through the Contractor's entrance gate. Only authorized personnel and vehicles shall be allowed to enter the AOA through this gate. When not in immediate use by the Contractor, the gate shall be securely locked by the Contractor to prevent entrance by unauthorized persons or vehicles. Upon request, the Contractor shall provide the Director of Aviation and the LIAPD with duplicate keys (for key locks) or combinations (for combination locks) to the lock or locks used to secure the Contractor's entrance gate to the AOA. If construction activities, such as hauling materials, require that the Contractor's entrance gate to the AOA remain open for long periods of time, the Contractor may, upon approval from the Engineer, leave the gate open and provide a full-time watchguard at the `gate. The watchguard shall be approved for and shall possess an LIAPD-issued security badge. If this security SP 10 arrangement is desired and approved, the gate shall be manned by the watchguard as long as the gate remains open. The watchguard shall be the Contractor's representative and shall be responsible for all movement through the gate. Again, only authorized persons and vehicles shall be allowed by the Contractor's watchguard to enter the AOA. At the Contractor's option, and upon approval of �^ the Engineer, an automatic gate operator may be installed in lieu of providing a watchguard. SP -5.6 Vehicle Escorts All vehicles responsible to the Contractor, such as supplier's vehicles, entering the AOA shall be escorted by an approved Contractor escort - vehicle from the point of AOA entry to the construction site. The escort vehicle shall, be clearly identified with standard FAA markings and/or FAA flags. In addition, the escort vehicle shall be marked with the Contractor's name. The escort vehicle will be responsible for leading supply, delivery or other vehicles across the active airfield. To facilitate safe movement of the escort vehicle and the escorted vehicles, the driver of the escort vehicle shall be approved for, shall be issued, and shall display an LIAPD security badge. Further, the escort vehicle driver shall be familiar with airport security and safety procedures. The escort vehicle shall be equipped with an FAA radio, as specified herein, and the driver of the escort vehicle shall be familiar with the FAA radio and its operation, and shall obey all instructions from the Air Traffic Control Tower. SP -5.7 Challenging Unauthorized Personnel or'Vehicles The Contractor and the Contractor's employees, subcontractors, suppliers, and representatives who have been issued an LIAPD security badge shall be responsible for challenging any person or vehicle found on the AOA or other non-public areas who is not displaying a valid LIAPD security badge, or who cannot produce a valid LIAPD security badge, or who is not under escort or under the direct supervision of a person possessing a valid LIAPD security badge. The challenge shall consist of notifying the person that he iswithina restricted area, and informing the person of an appropriate exit route. Should the unauthorized person refuse to exit the restricted area, the LIAPD shall be immediately notified for further action, and the unauthorized person shall be kept under surveillance until the LIAPD arrive. Any expired or altered badge, or any badge bearing a photograph not matching the bearer, shall be brought to the attention of the LIAPD and shall be immediately confiscated by the LIAPD or the Director of Aviation. SP -5.8 Cranes or Hoists Any construction activity utilizing a crane or any other hoisting device shall have the prior, written approval of the Federal Aviation Administration. The Contractor shall be responsible for filing the prescribed "* forms for airspace clearance in accordance with Part 77 of the Federal Aviation Regulations. Applications for airspace clearance must be submitted at least thirty (30) days prior to the beginning of construction activities. To avoid construction delays, the Contractor is urged to file the prescribed forms in a timely manner. Airspace clearance from the FAA must be approved prior to the erection of the crane or other hoisting device. SP - 11 When requesting approval for the use of a crane or other hoisting device, the following information is required: 1. Exact location of construction activities utilizing a crane or other hoisting device. 2. Maximum extendable height of crane or other hoisting device. 3. Duration of construction activities utilizing a crane or other hoisting device. 4. Daily hours of crane or other hoisting device operation. The top of the crane or other hoisting device shall be marked with a 3 -foot by 3 -foot safety -orange and white checkered flag. The crane or other hoisting device shall be lowered at night or at the conclusion of construction activities, or during periods of poor visibility (ILS conditions) as directed by the Director of Aviation or the Engineer, or at any other time at the direction of the Director of Aviation or the Engineer. The Contractor shall notify the Engineer and Director of Aviation at least forty-eight (48) hours prior to actual erection of the crane or other hoisting device. SP -6 CONTRACTOR'S PLANT SITE, STORAGE AND OFFICE AREA(S) The Contractor shall make his own provisions for plant site, storage and office areas. If the Contractor desires to utilize an on -airport location, arrangements must be made with the Director of Aviation. The following specific requirements apply to on -airport plant site, storage and office areas. 1. The Contractor will be held completely responsible for any damage or deterioration in areas allowed for Contractor's use. The Contractor will also be responsible for maintenance of areas and dust control for the duration of the project. 2. Direct negotiation may be conducted with the Director of Aviation for any areas desired. Areas• used by the Contractor may be subject to rental rates and fees as identified by the Director of Aviation. 3. Any areas occupied by the Contractor and his forces will be required to be completely restored by the Contractor, at his expense, including but not limited to (1) regrading disturbed areas; (2) complete removal of debris or any other material brought onto the site by the Contractor; (3) complete replacement of topsoil, turf, asphalt pavement, concrete slabs or drives, etc. that is worn, deteriorated or damaged during the period the Contractor and his forces occupy the area. All SP - 12 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 including but not limited to Items P-152, P-401, T-901 and T-905. 6. No direct payment will be made to the Contractor for restoring plant site, storage or office areas. SP -7 PROTECTION OF PROPERTY The Contractor shall exercise care to prevent damage to all structures, either above or below ground, including buildings, fences, pipelines, utilities, roads, etc., whether publicly or privately owned and including work performed by others. The Contractor shall be responsible for locating all underground facilities that might be damaged by the proposed construction. The Contractor shall be responsible for all damage done to either public or private property during the course of construction except as specifically provided otherwise in these specifications. 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 -8 ELECTRIC POWER AND NATURAL GAS The Contractor shall make his own provisions for his electrical, natural ii 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 - 13 SP -9 LINES AND GRADES The Contractor will be responsible for laying out the work from existing paving and structures. The Engineer will check grade control and major layouts at his discretion, but this check will not relieve the Contractor of his responsibility of correctly locating line and grade in accordance with the plans and specifications. The Engineer will take all measurements necessary for the determination of the amount of work performed under the various items for which payment is provided. Whenever necessary, work will be suspended to permit this work, but such suspension will be as brief as practicable and the Contractor shall be allowed no extra compensation therefor. The Contractor shall satisfy himself as to the accuracy of all measurements before constructing any permanent structure and shall not take advantage of any errors which may have been made in laying out the work. Such stakes and markings as the Engineer may set for either his own or the Contractor's guidance shall be scrupulously preserved by the Contractor. In case of negligence on the part of the Contractor or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing same may be deducted from subsequent estimates due the Contractor, at the discretion of the Engineer. SP -10 WATER FOR CONSTRUCTION The Contractor shall make his own provisions for his water requirements and shall pay for all water consumed during the construction of the project. The Contractor shall make his own arrangements for connections to existing water mains and fire hydrants and piping or hauling the water to the point where the water is required, all at his own expense. Arrangements for the location of water sources and for payment for water consumed by the Contractor during construction shall be made directly with the City of Lubbock's water utility department, Lubbock Power and Light and Water. SP -11 MATERIAL TESTS Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material source or mix design. The City will bear the cost of all passing commercial laboratory tests required during construction and the Contractor shall bear the cost of all failing construction tests. The following is a summary of tests required of the Contractor. Hot Mix Aggregate -Tests required, prior to use, for approval of source. Asphalt Certifications on asphalt material used. SP - 14 Hot Mi -Hot mix design for all material proposed, as required in the specifications. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any, time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source. SP -12 BARRICADES, SIGNS, AND HAZARD MARKINGS The Contractor shall provide, erect, and maintain all necessary barricades, signs, danger signals, and lights for the protection of the work and the safety of the public for both land and air traffic. Before closing existing apron, runways or taxiways, warning signs for air traffic shall. be placed at such locations and shall be visible day and night. A runway closed because of construction or other activities or hazards shall have appropriate FAA standard markings. Any movement of Contractor's vehicles or equipment on or across landing areas shall carry FAA standard markings or flags. Movement of other vehicles responsible to the Contractor shall be under escort, as specified -in Paragraph SP -5, AIRPORT OPERATIONS SECURITY. Taxiways closed to traffic shall be protected by effective barricades. Spacing of barricades shall be as directed by the Engineer. Barricades for aprons closed to traffic shall consist of heavy duty barricades constructed of railroad ties. Each tie shall have reflective striping and a flashing light on each end. Barricades shall be spaced with no more than 3' clearance between the ends. Suitable warning signs illuminated at night by acceptable light units, shall be provided for closed runways, apron, taxiways and roadways. Obstructions shall be illuminated at night. The proper illumination of obstructions is critical to the safe operation of aircraft on the Airport. All warning lights shall be equipped with photocell controls to automatically turn on the lights at night and turn them off at daytime. The lights shall be checked daily by the Contractor to assure that batteries or power cells are in working order. In addition. the liehts shall be checked by the Contractor at _night on a daily basis. Anv lights found to be out of order, flashing weakly or in otherwise less than acceptable operating condition shall be immediately replaced or repaired. The Eneineer may suspend work on the project if the Contractor's warning lights are not maintained in an acceptable manner, A twenty-five dollar ($25.00) charge will be assessed the Contractor for each light per day. found -to be inoperative by Owner's personnel or representatives. SP -13 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 SP - 15 directives given by the Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156 entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control". Item P-156, entitled "Temporary Air and Water Pollution Soil Erosion, and Siltation Control," is included as Section 11 of the technical specifications for this project. SP -14 PROGRESS SCHEDULE Within thirty (30) days after award of the contract, the Contractor shall submit a progress schedule for the project. The progress schedule shall be prepared in a form suitable to the Engineer and shall show the proposed starting and completion dates for each phase of construction and each item of work within each phase. The progress schedule shall include a "Percent Complete Curve", with the monthly amount, cumulative amount and cumulative percent. The progress schedule, when submitted in suitable form and provided the schedule indicates certain completion of the project within the time specified, will be approved in writing by the Engineer. Revision or changes in the approved progress schedule may be made only with approval of the Engineer. SP -15 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," included in the Appendix of these Specifications. No runway, taxiway, apron, or roadway shall be closed or opened except by express permission from the Engineer and Director of Aviation. The Contractor shall be responsible for maintaining the pavement free of all rocks, gravel, dirt and other debris in areas where hauling is permitted on or across any active apron, runway or taxiway, or in areas temporarily closed which are subject to opening on short notice. All rocks, gravel, dirt or other debris shall be removed immediately by the Contractor. SP -16 FINAL CLEANING UP As each intermediate phase of work is completed and prior to opening any portion of any airfield apron, runway or taxiway, the Contractor shall be responsible for cleaning the construction site and adjacent pavement as specified above. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus, and discarded materials, rubbish and temporary structures. Material cleared from the site and deposited on property adjacent, will not be considered as being disposed of satisfactorily. The cost of the "Cleanup" shall be included SP - 16 as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. 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 Contractor shall obtain a separate Owners protective or Contingent Public Liability Insurance Policy naming the City of Lubbock and the Engineer as the insured and the amount of the policy shall be as follows: One Million Dollars ($1,000,000) for injuries, including accidental death, to one or more persons and subject to the above limit for each person; a total limit of One Million Dollars ($1,000,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident; a limit of not less than One Million Dollars ($1,000,000) for all damages arising out of injury to or destruction or property in any one accident, and subject to that limit per accident; a total (or aggregate) limit of Two Million Dollars ($2,000,000) for all damages arising out of injury to or destruction of property during the policy period. A copy of this policy shall be delivered to the Owner and to the Engineer. The cost of this separate policy shall be included in the Proposal under the appropriate item. A certificate of Insurance is included in the specifications and Contract Documents for this project. The Contractor will be required to have five (5) extra copies of this certificate executed by his insurance company or companies. This certificate will become a part of the Contract Documents and must be included with the Contract Documents before execution by the City of Lubbock. Coverages specified herein apply to all operations of the Contractor in connection with this work, including automobiles and other vehicles. Coverage shall extend to all subcontractors unless proof of minimum coverage required is submitted separately by each subcontractor not so covered. 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 not to remain in place or which are not to be used in the new construction shall be removed as directed by the Engineer. Unless specified in the proposal, this work shall not be paid for separately but shall be considered as subsidiary obligation of the Contractor covered under other contract items. All material found on the airport or removed therefrom shall remain the property of the Owner, unless otherwise indicated. All materials and debris specified to be disposed of by the Contractor shall become the property of the Contractor and shall be properly disposed of off the airport property by the Contractor. SP -19 CONFORMITY WITH PLANS AND ALLOWABLE DEVIATIONS Finished surfaces shall conform to the lines, grades, cross sections and dimensions. Any deviation from the plans which may be required by the exigencies SP -17 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 Contractor's expense. Materials not conforming to the requirements of the specifications shall be removed immediately from the site of the work and replaced with satisfactory material by the Contractor at his expense. Work done beyond that shown on the plans, or as given, except as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices, will be done at the Contractor's risk and will be considered unauthorized and, at the option of the Engineer, may not be measured and paid for and may be ordered removed and replaced at the Contractor's expense. Upon the failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized, or condemned work or materials immediately after receiving formal notice from the Engineer, the Owner may recover for such defective work or materials on the Contractor's bond, or by action in a court having proper jurisdiction over such matters, or may employ labor and equipment and satisfactorily repair or remove and replace such work and charge the cost of the same to the Contractor, which cost will be deducted from any money due him. SP -21 DISPUTED CLAIMS FOR EXTRA WORK in case ,the Contractor deems extra compensation is due him for work on materials not clearly covered in the contract, or not ordered by the Engineer as an extra, the Contractor shall notify the Engineer in writing of his intention to 'make claim for such extra compensation before he begins the work on which he bases the claim and shall afford the Engineer every facility for keeping actual cost of the work. Failure on the part of the Contractor to give such notification or to afford the. Engineer proper facilities for keeping strict account of actual costs shall constitute a waiver of the claim for such extra compensation. The filing of such notice by the Contractor and the keeping of costs by the Engineer shall not in any be construed to prove validity of the claim. When the work has been completed, the Contractor shall within 10 days file his claim for extra compensation with the Engineer, who will present it to the Owner for consideration. SP -22 FEDERAL PARTICIPATION The attention of the Contractor is invited to the fact that pursuant to the provisions of the Act of Congress known as the Airport Improvement Program of 1982, the United States Government may pay a portion of the cost of these improvements. The above Act of Congress provides that the construction work and labor in each state shall be done in accordance with the laws of that state subject to the inspection and approval of the FAA and in accordance with the rules and regulations made pursuant to said Act. The construction work, SP - 18 therefore, will be subject to such inspection by the Administrator of the Federal Aviation Administration- or his agents as may be deemed necessary to meet with the above requirements when Federal funds are used, but such inspection will in no sense make the Federal Government a party to this contract and will in no way interfere with the rights of either party to the contract. SP -23. INDEMNIFICATION The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, losses, property damage and expenses of any character whatsoever, including attorney's fees, brought: for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Contractor, their agents or employees, or any subcontractor, in the execution, supervision and operations growing out of or in any way connected with the performance of this contract, and the Contractor will be required to pay any judgment with costs which may be obtained against the Owner, Engineer or any of its officer, agents or employees, including attorney's fees. The Contractor shall indemnify and hold harmless and defend the Owner, Engineer and all of the Owner's officers, agents and employees from all suits, actions, claims, damages, personal injuries, property damage, losses and expenses of any character whatsoever, including attorney's fees, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act of the Owner, Engineer, the Owner's officers, agents and employees, whether such 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 obtained against the Owner, Engineer or any of its officers, agents or employees, including; attorney's fees: The Contractor agrees that he will indemnify and save the Owner and Engineer harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, all supplies, including commissary incurred in the furtherance of the performance of this contract. When the Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. SP -24 OPENING OF SECTION OF AIRPORT TO TRAFFIC Whenever, in the opinion of the Engineer, apron, runway or taxiway is in an acceptable condition, it may be opened totrafficupon the written order of the Engineer. The opening of any section of the work will be held as an acceptance of said section but shall not be considered as a waiver of any of the provisions of these specifications or contract. Pending final completion and acceptance of the work, all necessary repairs and renewals on any section opened, due to defective material or work, to natural causes other than ordinary wear and SP - 19 tear, or to the operations of the Contractor, shall be performed by and at the expense of the Contractor. SP -25 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance by the Engineer of any part or all of the construction, as provided for in these specifications, it shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part of the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good, at his own expense, all injuries or damage to any portion of the work occasioned by any of the above causes before its completion and acceptance. SP -26 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 -27 SEPARATE CONTRACTS The Owner reserves the right to let other contracts in connection with or in the vicinity of the project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall coordinate his work and theirs. The Contractor's coordination with other contractors shall require the approval of the Engineer. See Paragraph SP -3 for additional requirements concerning separate contracts. SP -28 SHOP DRAWINGS The Contractor shall submit to the Engineer with such promptness as to cause no delay in his own work or in that of any other Contractor, six copies unless otherwise specified., of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making required corrections. The Contractor shall make any corrections required by the Engineer, file with him the corrected copies and furnish such other copies as may be needed. If the Contractor and/or the Manufacturer desires additional approved sets, the number of final copies submitted shall be the four copies for the Engineer plus the copies desired by the Contractor and/or Manufacturer. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he hast 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 20 SP -29 ENGINEER Whenever the word Engineer is used in this contract, it shall be understood as referring to Parkhill, Smith & Cooper, Inc., Consulting Engineers, Lubbock, Midland, and E1 Paso, Texas, Engineer of the Owner, or such other Engineer, Supervisor or Inspector as may be authorized by said Owner to act in any particular. SP -30 TRENCH SAFETY The- Contractor shall strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P - EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered, or shall submit alternate shoring details to the Engineer for approval SP -31 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 to negligence of the occupying engineering force, the Contractor shall immediately restore it to its original agitate. Upon the completion of the project the building will become the property of 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 suitable refrigerated air cooler. All fuel and electrical power for the building shall be provided by the Contractor. SP - 21 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 -31 PROGRESS MEETINGS A regularly scheduled progress meeting will be held not less than every two weeks and at other times as required by the progress of the work. The Contractor, Owner, Engineer and all Subcontractors active on the site shall be represented. The Contractor shall coordinate and preside at the meetings and provide for keeping and distributing minutes of the meetings. The purpose of the meetings shall be to review the progress of the work, maintain coordination of efforts, discuss scheduling and resolve any problems relating to the work. SP - 22 SPECIFICATIONS Modifications to ITEM P-152 EXCAVATION AND EMBANKMENT Item P-152, Excavation and Embankment, of the project specifications shall be modified as follows: I 1. Paragraph 152-1.1 - Add the following new paragraph: "This item also covers the removal of any incidental miscellaneous concrete and bituminous surfacing that may be encountered." 2. Paragraph 152-1.2, CLASSIFICATION - All material excavated as a part of this project shall be classified as Unclassified Excavation. Delete paragraphs (b) Rock Excavation, (c) Muck Excavation, (d) Drainage Excavation and (e) Borrow Excavation. 3. Paragraph 152-2.1, GENERAL - Delete the second paragraph and all further references to unsuitable 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. 4. -Paragraph ;152-2.1, GENERAL - Add the following paragraph following the second paragraph. 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 beremoved 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. 5. Paragraphs 152-2.2(a), (b), (c) and (d) - Delete these paragraphs. 6. Paragraph 152-2.2(e), COMPACTION REQUIREMENTS - The first: sentence shall be revised to read: "The subgrade under areas to be paved shall be compacted to the depths and densities shown on the plans." 7. Paragraph 152-2.2(e), COMPACTION REQUIREMENTS - Delete the secondara ra h P g P and insert the followings "The compaction requirements of ASTM D1557 shall be 152 - a applicable for all construction accomplished for this project." 8. Paragraph 152-2.2-(e), COMPACTION REQUIREMENTS Delete all references to blasting. Blasting will not be permitted in the construction of this project. 9. Paragraph 152-2.6, FORMATION OF EMBANKMENTS --The sixth sentence in the forth paragraph shall be revised to read: "Samples of all embankment materials for testing, before or after placement and compaction, will be taken at the Engineer's discretion." 10. Paragraph 152-2.6, FORMATION OF EMBANKMENTS - Delete'the fifth paragraph and insert the following: "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 D1557." 11. Paragraph 152-2.10, TOPSOIL - Delete the fourth sentence in the first subparagraph. Delete the third and fourth subparagraphs in this paragraph. 12. Insert the following new paragraph: "152-2.11 SOIL STERILANT. After the subgrade has been completed, a broad spectrum soil sterilant shall be added to the subgrade in a manner approved by the Engineer. The trade name, manufacturer's name and specifications of the soil sterilant proposed for use shall be submitted to the Engineer for approval not less than 10 working days prior to the proposed use of the sterilant. In addition, a copy of the Manufacturer's recommendations regarding method of application and rate of application shall be submitted at the same time. If approved by the Engineer, the soil sterilant may be applied with the prime coat, provided, however, that the only soil sterilant that will be permitted to be applied by this method will be Pramitol. The soil sterilant and its application is considered to be incidental to the work in this item. Cost of the soil sterilant and its application shall be considered subsidiary to the price bid for the work under this item and no separate payment will be made. 13. Paragraph 152-3., METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: "152-3.1 The quantity of Excavation, Grading and Topsoiling in Unpaved Areas to be paid for under this item shall be the number of square yards constructed and accepted, and shall'. be equal to the number of square yards of unpaved areas within the limits of grading as shown on the plans or as designated by the Engineer. This item shall include, but not be limited to, excavation from borrow areas, hauling to the construction site, placing and formation of embankments, and topsoiling, complete, as specified. 152 - b 152-3.2 The quantity of Excavation, Grading and Subgrade Preparation for new shoulder pavement Extension to be paid for under this item shall be the number of square yards constructed and accepted, and shall be as detailed on the drawings. This item shall include, but not be limited to, excavation from borrow areas, hauling to the construction site, placing and. formation of embankments, and all subgrade densification, complete, as specified. 14. Paragraph 152-4., BASIS OF PAYMENT Delete this entire paragraph and insert the following: "Payment shall be made at the contract unit price per square yard for the various items of excavation, grading, topsoiling and subgrade preparation. These unit prices shall be full compensation for furnishing all labor, materials, equipment, tools, and incidentals necessary to complete the various items. No additional compensation will be allowed nor deductions made, due to variations in the volume or area of excavation, grading, topsoiling and subgrade preparation caused by field changes in the grades or limits shown on the plans. No additional compensation will be made or allowed for disposing of waste materials, or for excavation, grading, topsoiling; or subgrade preparation accomplished outside the limits shown on the plans or as designated by the Engineer, without the express consent of the Engineer. All forms of excavation and formation of embankments not expressly covered under this shall be covered under other contract items or shall be considered subsidiary obligations of the Contractor. Payment will be made under: Item P-152, Excavation, Grading and Topsoiling in Unpaved Areas, per square yard and . Item P-152, Excavation, Grading and Subgrade Preparation for New Shoulder Pavement, per square yard. 152-c 2/17/89 AC 150/5370-10A ITEM P-152 EXCAVATION AND EMBANKMENT 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 speci- fications and inconformity 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. Rock Excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in un - 'stratified 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." C. Muck Excavation. Muck excavation shall consist of the removal and disposal of deposits of mix- tures of soils and organic matter not suitable for foundation material. Muck shall include materials which will decay or produce subsidence in the embankment. It may 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 con- struction; or any other type as shown on the plans. e. Borrow Excavation. Borrow excavation shall consist of approved material required for the con- struction of embankment or for other portions of the work in excess of the quantity of usable material avail- able 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. 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 ap- proved 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 exca- 152 - 1 AC 150/5370-10A 2/17/89 vate 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 surface drainage, sewers or under -drainage, conduits, utilities, or simi- lar 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 Con- tractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable exca- vated 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. When the volume of the excavation exceeds that required to construct the embankments to the grades indi- cated, 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 sub - grade. 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 the depth specified by the Engineer, below the subgrade. Muck, peak, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be re- moved 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 em- bankment. Where rock cuts are made and refilled with selected material, any pockets created in the rock surface shall be 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 shalldetermine 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 other - 152 - 2 AC 150/5370-10A 2/17/89 wise shown on the plans. All existing foundations shall be excavated for at least 2 feet (6 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All foundations thus exca- vated 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 [ J and to a density of not less than [ J percent of the maximum density as determined by ASTM [ J• Payment for suitable materials 'removed, manipulated,'and replaced in order to obtain the required depth of density will be paid for as unclassified excavation. 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 orl rotruding rocks on the back slopes shall hall 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 precautions are taken 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 ap- proved 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 approv- al. 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 weights per delay included in the plan shall not beincreased without the ap- proval 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 chargeweight per delay, period, and, where necessary, seismograph records identi- fied by instrument number and location. 152 - 3 AC 150/5370-10A 2/17/89 These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as required. 152-2.3 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 respon- sibility 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 de- signed or as shown on the plans. The work shall be performed in the proper sequence with the other con- struction. 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 scari- fying to a minimum depth of 6 inches (150 mm). This area shall thenbe' compacted as indicated in para- graph 2.6. When the height of fill is greater than 4 feet (120 'm), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of em- bankment. 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 be- cause 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 152 - 4 2/17/89 ._ AC 150/5370-10A 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 em- bankment materials for testing, both before and after placement and compaction, will be taken for each 1 1. Basedon these tests, the Contractor shall make the necessary corrections and adjustments in meth- ods, 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 [ ]. Under all areas to be paved, the embankments shall be compacted to a depth of [ 1 and to a density of not less than [ ] percent of the maximum density as determined by ASTM [ ]. 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, ce- mented gravel, clay, or other chunky soil material will be broken up into small particles and become incor- porated with the other, material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as place- ment 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 than14 inches (100 mm) in their greatest dimen- sions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfidl shall be brought up in 152 5 AC 150/5370-.10A 2/17/89 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 em- bankment 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 con- structed of materials which cannot be tested in accordance with specified methods. 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 con- struction 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 pro- vide 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 pre- cautions necessary to protect the subgrade from damage. He/she shall limit hauling over the finished sub - grade 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 in- volved. 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.$ m) straightedge applied par- allel 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 devi- ation 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 devi- ation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 TOPSOIL. When topsoil 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 [ ) feet of runway pavement or [ j feet of taxiway pavement and shall not be placed 152 - 6 2/17/89 AC 150/5370-10A on areas which subsequently will require any excavation or embankment. If, in the judgment of the Engi- neer, 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. Upon completion of grading operations, stockpiled topsoil shall be 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 "Unclassi- fied 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) meas- ured 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) meas- ured 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] (embank- ment) 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][embankment) cross sections shown on the plans, subject to verification by the Engineer. After completion of all (excavation][embankment] operations and prior to the placing of base or subbase material, the final [excavation][embankment] 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 1.0 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). 152 - 7 AC 150/5370-10A 2/17/89 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. 1524.2 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 inci- dentals necessary to complete the item. 1524.3 For "Muck Excavation" payment shall be made at the contract unit pricy per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and inci- dentals 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 inci- dentals 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 inci- dentals 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 inci- dentals necessary to complete the item. 1524.7 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. 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-1524.5 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) 152 - 8 2/17/89 AC 150/5370-10A TESTING REQUIREMENTS ASTM D 698 Tests for Moisture -Density Relations of Soils and Soil -Ag- gregate 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 -Ag- gregate 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. 152 - 9 Modifications to ITEM P-156 TEMPORARY AIR AND WATER POLLUTION] FOIL EROSION. AND SILTATION CONTROL Item P-156 Temporary Air and Water Pollution, Soil Erosion and. Siltation Control of the project specifications shall be modified as follows: 1. Paragraphs METHOD OF MEASUREMENT and BASIS OF PAYMENT. Delete these paragraphs and insert the following: "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 this work." I i .p 156 - a" 2/17/89 - AC 150/5370-10A ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL 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, equip- ment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 GRASS. Orass 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. CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or reg ulations`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, con- struction operations, and construction work are involved. 156 - 1 AC 150/5370-10A 2/17/89 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accom- plishment 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 plan 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 erod- ible 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 per- manent 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 ero- sion 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 perma- nent 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 per- formed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control meas- ures 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 analysfs of project conditions. 156 — 2 2/17/89 AC 150/5370-10A The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will ad- versely 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 natu- ral 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. 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 shallbe 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. 156 — 3 r' Modifications to ITEM P-401 PLANT 'MIX BITUMINOUS PAVEMENTS Item P-401 Plant Mix Bituminous Pavements, of the project spi.cifications shall be modified as follows: 1.. Paragraph 401-1.1 - In the first sentence of this paragraph, insert "base and surface" into the space provided. Add the following; new paragraph. "Base course shall be constructed as shown on the plans in lifts not to exceed 3 -inches in thickness. Surface course shall be constructed as shown on the plans in lifts not to exceed 2 -inches in thickness." 2. Paragraph 401-2.1, AGGREGATE. • Delete this and allfurtherreferences to slag. Slag material shall not be approved for construction of this project. 3. Paragraph 401-2.1 a. Coarse Aggregate - Delete the second and third.' sentences in the first paragraph and insert the following: "The percentage of wear shall; not be greater than 40 percent when tested in accordance with ASTM C131. The aggregate shall show no i' signs of disintegration nor shall the sodium sulfate soundness loss exceed 9 percent, after five cycles, when tested in accordance with ASTM C88. If the requirements for sodium sulfate soundness cannot be met, a weighted loss in excess of 9 percent, but not to exceed 14 percent, will be accepted provided the coarse aggregate can be shown z to have a satisfactory service record of at least,5 years duration under similar conditions of service and exposure." 4. Paragraph 401-2.1 a. Coarse Aggregate - In the first sentence of the second paragraph, insert "75" into the first space provided, and insert "90" into the second space provided. 5. Paragraph 401-2.1 d. Sources of Aggregates. - In the second sentence of this paragraph, insert "14" into the space provided. 6. Paragraph 401-2.1 d. Sources of Aggregates. - In the fourth sentence of this paragraph, insert "30" into the space provided. 7. Paragraph 401-2.3 BITUMINOUS MATERIAL.`- In the first sentence of this paragraph, insert "Viscosity Grade- AC -10" into the 'space provided. Bituminous material shall be in accordance with the requirements of ASTM .. D3381. ' 8. Paragraph 401-3.2 JOB MIX FORMULA - After the first sentence of the first paragraph, insert the following new,sentence: "The job mix formula shall be prepared,by a commercial laboratory at the Contractor's expense." 9. Paragraph 401-3.2 JOB MIX FORMULA - In the second sentence of the first paragraph insert 030" into the space provided. 401--a 10. TABLE 1. MARSHALL DESIGN CRITERIA The design criteria required for aircraft gross weights of 60,000 pounds or more, or tire pressures greater than 100 pounds per -square inch (psi) shall be utilized in the design of pavements for this project. Delete TABLE 1 and insert the following: TABLE 1. MARSHALL DESIGN CRITERIA BASE AND SURFACE- ------------------------ ------------------------------------ Pavements Designed for Aircraft TEST PROPERTY Gross Weights of 60,000 lbs. or More or Tire Pressure Greater than 100 psi ------------------------------------------------------------- Number of Blows 75 Stability, Minimum Pounds (newtons)` 1800 (8000) Flow, 0.01 in. (0.25mm) 8.16 Percent air voids 3-5 Percent voids in mineral aggregate See Table 2* ------------------------------------------------------------- *Calculations to be based on Effective Specific Gravity. 11. TABLE 3. AGGREGATE —BITUMINOUS PAVEMENTS - Delete TABLE 3 and insert the following. The bitumen percent required shall be 4.5 - 7.0 for base course and 5.0 - 7.5 for surface course, and shall be calculated as a percent of the total mix. References to the bitumen percent as a percent of stone or gravel, or of slag, shall not pertain to the design of this project. TABLE 3. AGGREGATES- BITUMINOUS PAVEMENTS ----------------------------------------------------------- Percentage by Percentage by Weight Weight Passing Passing Sieves - Sieve Size Sieves - Base Surface -------------------------------------------- 1" max. 3/4" max. ----------------------------------------------------------- 1 in (240 mm) 100 -- 3/4 in. (19.Omm) 76-100 100 1/2 in. (12.5mm) 66-86 79-99 3/8 in. (9.5mm) 57-77 68-88 No. 4 (4.75mm) 40-60 48-68 No. 8 (2.36mm) 26-46 33-53 No. 16 (1.18mm) 17.37 20-40 No. 30 (0.600mm) 11-27 14-30 No. 50 (0.300mm) 7-19 9-21 No. 100 (0.150mm) 6-16 6-16 No. ----------------m------------------------------------------- --200------------------3-6---------3 6 ------------- i; 401-b i' I 12. TABLE 4. JOB MIX FORK= TOLERANCES Delete the job mix formula tolerances and insert the following tolerances: Passing No. 4 and larger sieves -------------------- + 7 percent Passing No. 8, 16, 30, 50 adn 100 sieves ----------- ± 4 percent Passing No. 200 sieve ----------------------------- + 2 percent Bitumen-------------------------------------------- ± 0.25 percent Temperature of mix --------------------------------- + 20 degrees F 13. Paragraph 401-3.2 JOB MIX FORMULA. - Delete the second and third sentences of the eighth subparagraph of this paragraph referring to sampling of sublots. 14. Paragraph 401-3.3 TEST SECTION. - In the second sentence of the first paragraph, insert "50" into the first space provided, and "20" into the second space provided. The test section shall be constructed, complete with prepared subgrade, away from the actual shoulder construction area, inside the AOA as directed by the Engineer. 15. Paragraph 401-3.4 TESTING LABORATORY. - Add the following: "The Owner will perform compliance testing throughout the production of materials for use on this project. Conformance testing will be performed by an independent testing laboratory as specified or as directed by the Engineer." 16. Paragraph 401-4.9 TRANSPORTING, SPREADING, AND FINISHING. - In the fifth sentence of the fourth subparagraph, insert the value "10 -feet" into the blank provided. 17. Paragraph 401-4.11 JOINTS. - Add the following after the third subparagraph: "Longitudinal construction joints shall be located so that they will not fall within 1 -foot of any longitudinal construction joint in any previously constructed bituminous layer." 18. Paragraph 401-4.12 a. Lot Sizes. Delete subparagraphs (1), (2) and (3) and insert the following: "A lot will consist of one day's production or 1,200 tons, whichever is less." 19. Paragraph 401-4.12 b. Laboratory Density. - Add the following to the second subparagraph: "The sample shall not be reheated if it cools before use." 20. Delete Paragraph 401-4.12 g. Acceptance Criteria, Table 6 Table .for Estimating Percent of Lot Within Limits (PWL) and Table 7 Price Adjustment Schedule, and insert the following: 401 - c "Each lot of compacted pavement will be accepted, with respect to density, when the average field density is equal to or greater than 98 percent of the average density of the laboratory -prepared specimens. Four (4) field density determinations will be made for each lot. Cores taken from the pavement will be. used to test the field density. The use of nuclear field density determina- tions shall not be used as the basis for acceptance with respect to density. The density of the laboratory -prepared specimens and the cored samples will be determined in accordance with ASTM D2726 or ASTM D1188, whichever is applicable." "Bituminous mixture samples for laboratory specimens and the locations for sampling sites within a lot's placement area shall be chosen on a random basis in accordance with the procedures contained in Appendix C of the Asphalt Institute's Specification Series No. 1 (SS -1), Fifth Edition. Cores will be taken in accordance with the requirements of Paragraph 401-4.13 SAMPLING PAVEMENT." "Sliding scale pay factors for pavements which fail to meet the specified densities are listed in Table 6, below, and shall be applied to each lot. TABLE 6 SLIDING SCALE PAY FACTORS Average Percent Density 98.0 and greater 97.0 - 97.9 96.0 - 96.9 95.0 - 95.9 Less than 95.0 percent Recommended Percent Pavment 100 percent 98 percent 90 percent 75 percent Reject" 21. Paragraph 401-4.13 SAMPLING PAVEMENTS. - Delete this entire paragraph and insert the following "Samples of the completed pavement shall be removed from locations designated by the Engineer to enable him to determine the composition, compaction and density of the pavement. Samples for each day or fraction thereof shall be taken. The Contractor shall replace the removed pavement at no.additional. charge. If the pavement is deficient in composition compaction or thickness, satisfactory correction shall be made as directed by the Engineer." 22. Paragraph 401-4.14 SURFACE TESTS. In the first sentence of the second paragraph, insert "Vi -inch into the space provided. 24. Paragraph 401-6.1 - Delete paragraph (a), Basis of Adjusted Payment. 25. Paragraph 401-6.1 b. Payment. - Payment will be made for Item P-401 Bituminous Surface Course, per ton or Bituminous Base Course,,per ton. 401-d 2/17189 AC 150/5370-10A ITEM P-401 PLANT MIX BITUMINOUS PAVEMENTS DESCRIPTION 401-1.1 This item shall consist of a [ ] course composed of mineral aggregate and bituminous mate- rial 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 ad- herent films of matter that would prevent thorough coating with the bituminous material. The percentage of wear shall not be greater than [ ] percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed [ J percent, after five cycles, when tested in accord- ance with ASTM C 88. Aggregate shall contain at least [ ] percent by weight of crushed pieces having two or more frac- tured faces and [ ] 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. Frac- tured faces shall be obtained by artificial crushing. 401 - 1 AC 150/5370-10A 2/17/89 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 rive; 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. 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 ma- terials' 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 [ ] 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 devel- oped, the Contractor shall indicate the sources and shall submit a plan for operation [ ] 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 re- sponsibility 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 and at 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 2/17/89 - AC 150/5370-10A 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: 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. - 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, uniform- ly 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 ( ] 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 com- pleted 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 Engi- neer. Should a change in sources of materials be made, a new job mix formula must be established before the new material is used. 401 - 3 AC 150/5370-10A 2/17/89 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. Number of Blows Stability, Minimum pounds (newtons) Flow, 0.01 in. (0.25 mm) Percent.air voids Percent voids in mineral aggregate 401 = 4 17 2/17/89 AC 150/5370-10A TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE Maximum Particle Size Minimum Voids in Mineral (Table 3) 1 Aggregate in. mm ! Percent t/2 12.5 16 3/4 19.0 15 1 25.0 14 1 t/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 accord- ance 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. TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS 401-5 Percentage by Sieve Size Weight Passing Sieves 1 t/4 in. (31.25 mm) 1 in. (25.0 mm) s 3/4 in. (19.0 mm) s V2 in. (12.5 mm) s 3/s in. (9.5 mm) s No. 4 (4.75 mm) s No. 8 (2.36 mm) • No. 16 (1.18 mm) No. 30 (0.60 mm) s . No. 50 (0.30 mm) s No. 100 (0.15 mm) No. 200 (0.075 mm) Bitumen percent Stone or gravel Slag s 401-5 2/17/89 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) MaterialI Tolerance — plus or minus Aggregate passing No. 4 sieve or larger Aggregate passing Nos. 8 and 16 sieves Aggregate Passing Nos. 30 and 50 sieves Aggregate Passing Nos. 100 and 200 sieves Bitumen Temperature of mix 7 percent 6 percent 5 percent 3 percent 0.45 percent 20° F (11' Q The aggregate gradation may be adjusted within the limits of Table 3 as directed, without adjustments in the contract unit prices. 401-6 2/17/89 -- AC 150/5370-10A 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 bitu- men content and aggregate gradation will be made at least twice daily. The mixture will be tested for bitu- men 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 subiot on a random basis, in accordance with procedures contained in ASTM D 3665. A lot shall consist of [ ] tons and shall be divided into 4 sublots. Testing shall be in accordance with the Mar- shall 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 require- ments shown in Tables I 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 [ ] long and [ ] 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 oper- ation, 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 require- ments, 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 — 7 AC 150/5370-10A 2/17/89 401-3.4 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 submitted to the Engineer. An approved testing labora- tory 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 5. BASE TEMPERATURE LIMITATIONS Mat Thickness Base Temperature (Minimum) Deg. F Deg. C 3 in. (7.5 cm) or greater 40 4 Greater than 1 in. (2.5 cm) but 45 7 less than 3 in. (7.5 cm) 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 -ma- terials 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: verify - 401 7 8 2/17/89 AC 150/5370-10A ing weights, proportions, and character of materials; and checking the temperatures maintained in the prepa- ration 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 EQUIPMENTr 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 mix- ture 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. 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 mecha- nisms 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. 401 - 9 . AC 150/5370-10A 2/17/89 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° Q. 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 maxi- mum 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 damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 401-4.8 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 thor- oughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactorymixture. 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 individ- ual 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 mix- ture 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 temper- ature. 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 sectionor 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 [ ] except where edge lanes require less width to complete the'area. The longitudinal joint in onelayershall 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 center - 401 -- 10 2/17/89 - AC 150/5370-10A line of the pavement. Transverse joints in one layer shall be offset by at least 2 feet (60 cm) from 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 uniform- ly 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 bulk- head 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. 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 placing any 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 pave- ment 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 Iaboratory-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 401 - 11 AC 150/5370-10A 2/17189 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 bitumi- nous 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 tempera- ture 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. 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. L 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 I determined using standard I statis- tical 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 Qual- ity Index (Q). The Quality Index is calculated from the following formula: a 401 - 12% 2/17/89 AC 150/5370-10A Q = X -L Sn Where: Q =Quality Index X = average of pavement densities in the lot L = lower specification limit=96.3 percent S n = standard deviation of the number of samples in the lot The standard deviation is calculated by use of the following formula: Sn = dig + d22 + d32 + ...d n2 n-1 Where: dl, d2 = deviations of the individual sample values Xl, X2 .... . from the average value X that is di = (XI - X), d2 = (X2 - X). An = (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 ac- cordance with Table 7, 401 - 13 I AC 150/5370-10A 2/17/89 TABLE 6. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Positive Values of 0 rerccm wunm 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 1.2683 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 '0.9325 0.9643 82 0.9749 0.9600 0.9452 0.9367 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 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 72 0.7360 0.6600 0.6316 0.6176 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 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 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 401 - 14 2/17/89 ,.r, ,, AC 15015370-10A TABLE 6. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL)-Continued Positive Values of Q r �.,,.>.... Limits n=3 n=4 nmS n-6 n==7 n=8 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 Percent of Contract Unit Price to be Specification Limit (PWL) Paid 90-100 100 80-90 0.5 PWL + 55.0 65-80 2.0 PWL - 65.0 Below 65 1 i nc 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 30 percent of the contract price. 401-4.13 SAMPLING PAVEMENT. Core samples for determination of the density of completed pave- ments 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. 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 shallbe calculated for the resampled lot. The number of tests used to calcu- late 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 per- cent, the cost of resampling and retesting shall be borne by the Engineer. If payment of less than 100 per- cent results, the costs shall be borne by the Contractor. (3) If the Redefined PWLfor 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. 401 - 15 AC 150/5370-10A 2/17/89 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 signifi- cance level of 5 percent, to determine if this value should be discarded and another measurement substitut- ed. Failing test results should not be discarded unless it is clear that an outlying observation is 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 [ ] 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 specified tolerances shall be immediately corrected by removing the defective work and replacing with new material, as directed by the Engineer. This shall be done at the Contractor's expense. 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 bitumi- nous 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 401-6.1Payment for an accepted bituminous concrete pavement shall .be made at the full or adjusted con- tract unit price per ton (kg). The price shall be full compensation for furnishing all materials, for all prepara- tion, mixing, and placing of these materials, and for all .labor, equipment, tools, and t7kcidentals 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 materi- al above the above limit is less than 90 percent. b. Payment. Payment will be made under: Item P-401-6.1 ASTM C 29 ASTM C 88 Bituminous [Surface][Base]. Course --per ton (kg) TESTING REQUIREMENTS Unit Weight of Aggregate Soundness of Aggregates by, Use of Sodium Sulfate or Mag- _nesium Sulfate. 401'- 16 2/17/89 AC 150/5370-10A 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 Aggregates ASTM C 183 Sampling Hydraulic Cement ASTM D 75 Sampling Aggregates ASTM D 995 Requirements for Mixing Plants for Hot -Mixed Hot -Laid Bi- tuminous Paving Mixtures ASTM D 1075 Effect of Water on Cohesion of Compacted Bituminous Mix- tures ASTM D 1188 Bulk Specific Gravity of Compacted Bituminous Mixtures Using Paraffm-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 Mix- tures 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 Mate- rials ASTM D 4318 Liquid Limit, Plastic Limit, and PIasticity Index of Soils AASHTO T 30 Mechanical Analysis of Extracted Aggregate The Asphalt Institute's Mix Design Methods for Asphalt Concrete Manual No. 2 (MS -2) 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 Con- struction 401 - 17 Modifications to ITEM P-602 BITUMINOUS PRIME COAT Item P-602 Bituminous Prime Coat, of the project specifications shall'be modified as follows: 1. Paragraph 602-2.1. BITUMINOUS MATERIALS - Delete the second sentence of the first paragraph. 2.Table l Bituminous Material - Delete all references to emulsified asphalt and RC materials. Add the designation MC -30 meeting ASTM D2027 with application temperature of 70° - 150' F. 3. Paragraph 602.3.2., EQUIPMENT - Delete the first and second paragraphs and insert the following: "The equipment used by, the Contractor for applying the bituminous prime coat shall include a self -powered pressure bituminous material distributor. The Contractor shall provide equipment for heating the bituminous material. The bituminous material distributor' shall have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds per inch of tire width, and it shall be ,designed, equipped and operated so that bituminous material, at an even heat, may be applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The material shall be applied within a pressure range of 25 to 75 pounds per square inch and with an allowable variation from any specified rate not to exceed 5 percent. Bituminous material distributor equipment shall include a tachometer, pressure gauges,' volume -measuring devices, and a thermometer for reading temperatures of tank contents." 4.- Paragraph 602-4.1 METHOD OF MEASUREMENT - Bituminous m&terial for prime coat shall be measured by the gallon. References to measurement by any other basis shall be 'deleted. 5. Paragraph 602-5.1 BASIS OF PAYMENT -"Payment for bituminous material for prime coat shall be paid for at the contract unit price per gallon. References to.payment by any other basis shall be deleted. 6. To the list of MATERIAL REQUIREMENTS, add 'ASTM D2027, Asphalt, Cutback (Medium -Curing Type). 602 - a 2/17/89 AC 150/5370-10A ITEM P-602 BITUMINOUS .PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 BITUMINOUS .MATERIAL. The types, grades, controlling specifications, and application tem- peratures for the bituminous materials are given in Table 1. The Engineer shall designate the specific materi- al to be used. TABLE 1. BITUMINOUS MATERIAL Application Type and Grade Specification Temperatures t Deg. F I Deg. C Emulsified Asphalt f f Ii SS -1, SS-lh- i ASTM D 977 j 70-160 1 20-70 MS -2, HFMS-1 1 ASTM D 977 70-160 20-70 CSS -1, CSS-lh ASTM D 2397 70-160 20-70 CMS -2 ASTM D 2397 70-160 20-70 Cutback Asphalt E RC -30 ASTM D 2028 80+ 30+ RC -70 ' ASTM D 2028 120+ 50+ RC -250 i ASTM D 2028 I 165+ I 7ST t 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 atmos- pheric 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 bi- tuminous material distributor and equipment for heating biturhinous 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, pres- sure 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. 602 - 1 2/17/89 AC `150/5370-10A 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 Engi- neer 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 manu. facturer or producer of the bituminous materials to .furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by service tests, shall be accepta- ble. 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 test reports shall ,be subject to verification by test- ing 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 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 602-4.1 The bituminous material for prime coat shall be measured by the [gallon (liter)][ton(kg)]. 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-S.1, Payment shall be made at the contract unit price per [gallon (liter)][ton (kg)] 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)][ton (kg)] MATERIAL REOUIREMENTS ASTM D 977 Emulsified Asphalt ASTM D 2028 Asphalt, Cutback (Rapid Curing,Grade) ASTM D 2397 Cationic Emulsified Asphalt -602 - 2 2/17/89 AC 150/5370-10A TESTING REQUIREMENTS ASTM D 1250 Petroleum Measurement Tables Asphalt Institute Manual Temperature -Volume Corrections for Emulsified Asphalts MS -6 Table IV -3 602 - 3 Modifications to IT P-603 BITUMINOUS TACK COAT Item P-603 Bituminous Tack Coat,of the project specifications shall be modified as follows: 1. Paragraph 603-2.1 Bituminous Materials - Delete references to tar. Delete the second sentence of the first paragraph. 2. TABLE 1. BITUMINOUS MATERIAL Delete all references to tar. Add the designation RC -250 meeting ASTM D2028 with an application temperature of 125° - 180•F. 3. Paragraph 603-3.2 Equipment - Delete the first and second paragraphs and insert the following: "The equipment used by the Contractor for applying the bituminous tack coat shall include a self -powered pressure bituminous material distributor. The Contractor shall provide equipment for heating the bituminous material. The bituminous material distributor shall have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds per inch of tire width, and it shall be designed, equipped and operated so that bituminous material, at an even heat, may be applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The material shall be applied within a pressure range of 25 to 75 pounds per square inch and with an allowable v��riation from any specified rate not to exceed 5 percent. Bituminous material distributor equipment shall include a tachometer, pressure gauges, volume -measuring devices, and a thermometer for reading temperatures of tank contents." 4. Paragraph 4. METHOD OF MEASUREMENT -° Bituminous material .for tack coat shall be measured by the gallon. References to measurement by any other basis shall be deleted. 5. Paragraph 5. BASIS OF PAYMENT - Payment for bituminous material for tack coat shall be paid for at the contract unit price per gallon. References to payment by any other basis shall be 'deleted. 603 - a 2/17/89 AC 150/5370-t0A ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 BITUMINOUS MATERIALS. The bituminous material . shall be' either 'cutback asphalt, emulsi- fied asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specifica- tion, and application temperature of bituminous material to be used shall be specified by the Engineer. TABLE 1. BITUMINOUS MATERIAL Type and Grade I 'application Temperature Specification I Deg. F Deg. C Emulsified Asphalt i SS -1, SS-lh • ASTM D 977 � 75-130. 25-55 CSS -1, CSS-lh ASTM'D 2397 I ' 75-130 I 25-55 Cutback Asphalt RC -70 I ASTM D 2028 120-160 50-70 I Tar RTCB 5,,RTCB 6 AASHTO M 52'.60-120 15-50 I CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dr 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, pres- sure gages, volume -measuring devices or a calibrated tank, and a the 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. 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 loose dirt and other objectionable material. P power broom and/or airblast to remove all 603 1 AC 150/5370-10A 1- 2/17/89 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 distribu. tor 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 toE' its source and character, must be submitted and approved before use of such material begins.'The Contractor shall require the manufactur- er or producer of the bituminous material to furnish material subject to this and all other pertinent require- ments 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 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 Eby the [gallon (liter)] [ton (kg)]. 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)] [ton (kg)] of bituminous materi- al. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and appli- cation 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)][ton (kg)] MATERIAL REQUIREMENTS ASTM, D 633 Volume Correction Table for Road Tar ASTM D 977: Emulsified Asphalt 603 2 2/17/89 AC 1S0/S370-10A ASTM D 1250 ASTM D 2028 ASTM D 2397 AASHTO M 52 Asphalt Institute Manual MS -6 Table IV -3 Petroleum Measurement Tables Liquid Asphalt (Rapid -Curing Type) Cationic Emulsified Asphalt Tar for Use in Road Construction Temperature -Volume Corrections for Emulsified Asphalts 603 - 3 Modifications to' EM P-605 JOINT SEALING Item P-605 Joint Sealing Filler, of the project specifications shall be modified as follows: 1. Paragraph 605-1.1 Delete this paragraph and insert the following:. i "The work to be done under this section consists of furnishing all labor, materials and equipment necessary to saw and seal the joint between the new bituminous ,shoulder pavement and the existing concrete runway and taxiway pavement in accordance with these specifications and as shown on the plans or as designated by the Engineer. 2. Paragraph 605-2.1 JOINT SEALERS - In the first senteince of the first paragraph insert "ASTM D3405, Joint Sealants, Hot -Poured, for Concrete and Asphalt Pavements , "into the space provided. Further references to other joint sealing materials shall be deleted. 3. Paragraph 605-2.2 LUBRICANT Delete this 'entire _paragraph. 4. Paragraph 605-3.1 TIME OF APPLICATION - Delete the second sentence of this paragraph and insert the following: "Joint sealant material may be applied when ithe air temperature and the pavement temperature are above 50°F and { rising. Joint sealant material may not be applied when the weather is foggy or when rain threatens." 5. Paragraph 605-3.2 PREPARATION OF JOINTS Delete this entire paragraph and insert the following new paragraph: "605-3.2 PREPARATION OF JOINTS TO BE SEALED. All joints will be saw -cut and prepared and filled in a I manner which meets the intent of these specifications, which is in accordance with details shown on the 'plans and which meets the manufacturer's suggested methods of application. The joint shall be cleaned out by the use :of oil -free high pressure air jet. All methods employed in performing the work and all equipment, tools and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer, and whenever found unsatisfactory +. they shall be _either improved to satisfactory condition or removed from the job site. 605 - a t ; i g 6. Paragraph 605-3.3 INSTALLATION OF SEALANTS — Delete the third and fourth paragraphs. Cold applied sealants and preformed elastomeric joint seals are not approved for use on this project. 7. Paragraph 605-3.3 INSTALLATION OF SEALANTS - Insert the following new paragraphs after the second paragraph: After completion of the work, all debris resulting From the construction shall be cleaned up and removed from the site of the work to an approved place of disposal. Areas which have been disturbed during the construction shall be raked or graded as required and left in a clean and neat condition. The entire premises of the work shall be left in a clean condition satisfactory to the ,Engineer, and all costs of cleanup shall be included in the contract unit prices for the items of work involved." 8. Paragraph 605-4.1. Delete this entire paragraph and insert the following: "The actual _linear feet of joints saw -cut and sealed shall be measured in the field by the Engineer within the! limits shown on the plans and as determined by the Engineer. 9. Paragraph 605-5.1. Delete this paragraph and insert the: following: "Payment for saw -cutting and sealing joints will be made at the contract unit price bid per linear foot. This price shall be full compensation for all labor, equipment, tools, materials and incidentals necessary to complete the item. Payment will be made under: Item P-605 Saw Cut and Seal Joint in New Bituminous Pavement, per linear foot. 2/17/89 AC 150/5370-10A ITEM P-605 ' JOINT SEALING FILLER DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing filler capa- ble of effectively sealing joints and cracks in pavements. MATERIALS 605-2.1 JOINT SEALERS. Joint sealing materials shall meet the requirements of [ [Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed contained. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification.] [Each lot of preformed joint sealer delivered to the jobsite shall be accompanied by the manufacturer's certifi- cation stating that it meets the requirements of this specification.] 605-2.2 LUBRICANT. Lubricant for installation of preformed joint seal shall be a one -component po- lychloroprene compound containing only soluble phenolic resins blended together with anti -oxidants and acid acceptors in aromatic hydrocarbon solvent mixture and shall meet the following requirements: , 605 1 AC:15015370-10A 2!17!89 Each shipment of lubricant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the date of manu- facture and shall be accompanied by the manufacturer's certification stating that the lubricant meets the re- quirements of the specification. This lubricant shall be stored at a temperature between 50' F (10' C) and 80' F (30' C) and shall be used within 270 days of its manufacture. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible .and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above [40' F (4' C)][(50' F (10' C)] at the time of installation of the [preformed joint seal][poured joint sealing material]. 605-3.2 PREPARATION OF JOE -CM. Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by [sandblast- ing] [wire brushing] [high pressure water blast]. Upon completion of cleaning, the joints shall be blown out with compressed air. The joint faces shall be surface dry when the seal, is applied. Prior to resealing joints, the existing joint material shall be removed to the depth as shown on the plans. If joint sealer other than that originally used is specified, all existing joint sealer shall be removed. 605-3.3 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: [Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. The beating kettle shall be an indirect heating type, 605 2 Requirements ASTM Average weight per gallon, pounds 7.8 Solids content, percent by weight 22-28 D1644, Method A Film strength, psi 2,300 min. D412 Elongation, percent 750 min. D412 Each shipment of lubricant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the date of manu- facture and shall be accompanied by the manufacturer's certification stating that the lubricant meets the re- quirements of the specification. This lubricant shall be stored at a temperature between 50' F (10' C) and 80' F (30' C) and shall be used within 270 days of its manufacture. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible .and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above [40' F (4' C)][(50' F (10' C)] at the time of installation of the [preformed joint seal][poured joint sealing material]. 605-3.2 PREPARATION OF JOE -CM. Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by [sandblast- ing] [wire brushing] [high pressure water blast]. Upon completion of cleaning, the joints shall be blown out with compressed air. The joint faces shall be surface dry when the seal, is applied. Prior to resealing joints, the existing joint material shall be removed to the depth as shown on the plans. If joint sealer other than that originally used is specified, all existing joint sealer shall be removed. 605-3.3 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: [Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. The beating kettle shall be an indirect heating type, 605 2 2/17/89 AC 150/5370-10A constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20' F (-11' C) below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type ex- truding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately.] "W` [Cold Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. Sealant which does not bond to the concrete surface of the joint walls, contains voids, or fails to set to a tack -free condition will be rejected and replaced by the Contrac- tor at no additional cost. Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, miring, and placing the sealant will produce a satisfactory joint sea]. This shall in- clude the preparation of two small batches and the application of the resulting material.] [Preformed Elastomeric Joint Seals. Preformed joint sealer shall be placed using equipment capable of install- ing the sealer in the upright position, without cutting, nicking, distorting, or otherwise damaging the seal. Lu- bricant shall be applied to the concrete or the preformed seal, or both, and the seal shall be installed in a substantially compressed condition and at the depth below the surface of the pavement as shown in the plans. The method of installation shall be such that the joint sealer will not be stretched more than 5 percent of the minimum theoretical length, or compressed more than 2 percent. The method of installation shall be checked for stretching or compression, using transverse joint sealer. The check shall consist of installing sealer in five joints of at least 25 feet (7.5 m) in length, removing the sealer immediately after installation, and checking the length. This check may be modified by premarking or precutting the sealer to length prior to installation if this is compatible with the equipment being used. If the measured length of any of these five sealers indicated that the sealer is stretched or compressed beyond these limits, the installation shall be modified to correct the situation. Once satisfactory sealing operations have started, one joint length per every hundred shall be removed and checked. If the limits are exceeded, the joint sealers on either side should be removed until the condition disap- pears. The affected joints shall be resealed in a satisfactory manner at no cost to the owner, and the method of installation.shall be checked again for satisfactory procedure. The seal shall be installed in the longest practica- ble lengths in longitudinal joints and shall be cut at the joint intersections for continuous installation of the seal in the transverse joints.] METHOD OF MEASUREMENT 605-4.1 Joint sealing material shall be measured by the [gallon (liter)] [pound (kg)] [linear foot (meter)] of sealant in place, complete, and accepted. 605 - 3 AC 150/5370-10A _ _ 2/17/89 BASIS OF PAYMENT 605-5.1 Payment for joint sealing material shall be made at the contract unit price per [gallon (liter)] [pound (kg)] [linear foot (meter)]. The price shall be full compensation for furnishing all materials, for all prepara- tion, delivering, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-605-5.1 Joint Sealing Filler - per gallon (liter) Item P-605-5.2 Joint Sealing Filler per pound (kg) Item P-605-5.3 Preformed Sealer - per linear foot (meter) TESTING REQUIREMENTS ASTM D 412 Tests for Rubber Properties in Tension ASTM D 1644 Tests for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D 1854 Jet -Fuel -Resistant Concrete Joint Sealer, Hot -Poured Elastic Type ASTM D 2628 Preformed Polychloroprene Elastomeric Joint Seals for Con- crete Pavements ASTM D 3405 Joint Sealants, Hot -Poured, for Concrete and Asphalt Pave- ments ASTM D 3406 Joint Sealants, Hot -Poured, Elastomeric-Type, for Portland Cement Concrete Pavements. ASTM D 3569 Joint Sealant, Hot -Poured, Elastometric, Jet -Fuel -Resistant Type, for Portland Cement Concrete Pavements ASTM D.3591 Joint Sealant, Hot -Poured, Jet -Fuel -Resistant Type, for Port- land Cement Concrete and Tar -Concrete Pavements Fed. Spec. SS -S-200 Sealing Compounds, Two Component, Elastomeric, Polymer Type, Jet -Fuel Resistant,` Cold Applied 605-4 odifications to -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 610-1.1. Revise the first portion of the sentence to read "This item shall consist of either plain or reinforced structural portland cement concrete prepared... " 2. Paragraph 610-2.2 COARSE AGGREGATE Add the following: "Coarse aggregate shall be well graded from coarse to fine, and shall meet the l" to No 4 gradation from Table 1." 3. Paragraph 610-2.4 CEMENT - Revise the first sentence to read as follows "Cement shall conform to the requirements of ASTM C;150, Type I." 4. Paragraph 610-2.7. PREMOLDED JOINT MATERIAL - Revise the first sentence to read as follows: "Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751 or 'ASTM D 1752." 5. Paragraph 610-2.9. STEEL REINFORCEMENT —Revise the first sentence to read as follows. "Steel reinforcing shall consist of deformed bars of either structural, intermediate, or hard grade billet steel meeting ASTM A 615, Grade 60, or welded wire fabric meeting ASTM i A 185." 6. Paragraph 610-3.2 CONCRETE COMPOSITION - Revise the first sentence to read as follows: "The 'concrete shall develop a compressive strength of 3500 j Psi. " 7. Paragraph 610-4.1 - Delete this paragraph and insert the following: "Portland Cement Concrete shall not be measured, and no separate payment will be made for this item." ^-------, - - - this paragraph. 610-a' 9. Paragraph 610-5.1 - Delete this paragraph and insert the following: "Portland Cement Concrete shall be considered subsidiary to other items in the bid form, and no separate payment shall be made for this item. The cost for portland cement concrete shall be included in other items in the bid form. 610 - b 2/17/89 AC 150/5370-10A ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 0, 610-1.1 This item shall consist of [plainj[reinforced] structural portland cement concrete, prepared and con- structed 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 scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or con- crete 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: TABLE 1. GRADATION FOR COARSE AGGREGATE re Sieve Designation (squaopenings) Percentage by Weight Passing Sieves 2., i .. i.. ay".. %.. . %. No.4 No. 4 to % in.(4.75-19.0 mm) 100 90-100 20-55 0-10 No. 4 to 1 in.(4.75-25.0 mm) 100 90-100 25-60 0-10 No. 4 to 1% in.(4.75-38.1 100 95-100 35-70 10-30 0-5 mm) 610 1- AG 150/5370-10A - 2!17/69 TABLE 2. GRADATION FOR FINE AGGREGATE Sieve Designation (square Percentage Passing openings) SyeWeeight ves /s 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, pro- vided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementi- tious 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 [ ] Type [ ]. 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, vegeta- ble matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHO T 26. 610-2.6 ADMIXTURES. 'The use of any material added to the concrete mix shaft be approved by the Engineer. Before approval of any material, the Contractor shall be'tequired to submit the results of com- plete 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 [ l 610 —: 2 2/17/89 AC 150/5370-10A 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 [ ] conforming to the require- ments of [ J. 610-2.10 COVER MATERIALS FOR CURING. 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, Type 2 CONSTRUCTIONMETHODS 610-3.1 GENERAL, The Contractor shall furnish all labor, materials, and services necessary for, and inci- dental 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 suffi- cient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a' compressive strength of [ _ j 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. (71 6104.3 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 accord- ance 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 3'1 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 AC 150/5370-10A 2/17/89 610-3.4 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' Q. The Contractor shall be held responsible for any defective work, resulting ;from freezing or injury in any manner during placing and curing, and shall replace such work at his/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 con- structed 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 around and against embedded items. 610-3.11 PLACING CONCRETE. - All concrete shall be placed during daylight, unless otherwise ap- proved. The concrete shall not be placed until the depth and character of foundation, the adequacy'of forms and-falsework,and the placing of the steel reinforcing have been approved. Concrete shall be placed.as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a dis- tance of more than 5 feet (1.5 m), or depositing a large quantity :at one point, .will not be permitted. Con- crete shall be placed upon clean, damp surfaces, free from 'running water, or upon properly consolidated soil. 610 —'4 2/17/89 AC 150/5370-10A 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 ade- quate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the rein- forcement 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 segrega- tion 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 dimen- sions 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 satisfactori- ly, 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 brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. 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 with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Con- tractor. 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 cover- ing 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 heatedin order to place the concrete at temperatures. between 50' and 100' F (10' and 38' Q. 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 16 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, 610 5 AC 150/5370-10A 2/17/89 canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the tempera- ture of the mix at not less than 50' . F (10° C) until at least 60% of the designed strength has been attained. 610-3.19 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 con- crete 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 con- crete. 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 port - land 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 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 Reinforcement 610 6 2/17/89 AC 150/5370-10A ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete Pavement ASTM A 615 Deformed and Plain Billet -Steel Bars for Concrete Reinforce- ment ASTM C 33 Concrete Aggregates ASTM C 94 Ready -Mixed Concrete ASTM C 150 Portland Cement 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 Concrete ASTM C 595 Blend 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 Con- crete Paving and Structrual Construction ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expan- sion Joint Fillers for Concrete Paving and Structurual Con- struction 610 7 Modifications to 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 620-1.1 - Add the following sentence to this paragraph: "This item shall also include reflective media as specified under paragraph 620-2.2 of this section: 2. Paragraph 620-2.1 Paint - Runway and taxiway paint: shall meet the requirements of Federal Specification TT -P -1952B. 3. Paragraph 620-3.2 Equipment Insert the following paragraph: "The mechanical marker shall be an atomizing spray -type marking machine suitable for the 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 marking of uniform cross sections and clear-cut edges without running or spattering." 4. Paragraph 620-3.3 Preparation of Surface - Insert the following immediately after the first paragraph: "If paint flakes off or comes loose during the Contractor's guaranty period, the painted area shall be re -cleaned and re -painted at the Contractor's expense." 5. Paragraph 620-3.5 APPLICATION In the third sentence of the second subparagraph, insert "48 hours", into the blank provided. 6. Insert the following new paragraph: "3.7 Defective Workmanship or Material. When any material not conforming to the requirements of the specifications or plans has been delivered to the project or incorporated int eh work or any work performed is of inferior quality, such material or work shall be considered defective and shall be corrected as directed by the Engineer, at the Contractor's expense." 7. Add the following new paragraph. "620-3.7 OBLITERATION - Markings or stripes which are to be obliterated shall be removed by sandblasting. Care shall be taken so that the pavement surface is not damaged in the removal process. After the markings have been removed from the paving, bituminous surfaces shall be covered with an asphaltic emulsion and concrete surfaces shall be covered with white pigmented curing compound." 620 - a 8. Paragraph 4. METHOD OF MEASUREMENT The quantity of measurement of runway and taxiway painting and obliteration of existing runway and taxiway marking to be paid for shall be the number of square feet of painting or obliteration, including reflective media, regardless of the color of the paint applied or removed. Reference to measurement by any other basis shall be deleted. 8. Paragraph 5. BASIS OF PAYMENT - Payment shall be made at the contract unit price per square foot for runway and taxiway painting, including reflective media and obliteration of existing runway and taxiway marking. Reference to payment any other basis shall be deleted. Payment will be made under: Item P-620-5.1 Runway and Taxiway painting Item P620-5.1 Obliterate Existing Runway and Taxiway Marking aP 620 - b 2/17/89 ITEM P-620 AC 150/5370-10A 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.[ ] [and TT -P-110]. 620-2.2 [REFLECTIVE 1NIEDIA. Type III, gradation A.] Glass spheres shall meet the requirements of Fed. Spec. TT -B-1325, 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 aux- iliary 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 cunning 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 be- tween the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials. [Paint shall not be applied to portland cement concrete pavement until the concrete in the areas to be painted is clean of curing material. Sandblasting or high pressure water shall be used to remove curing material from concrete surfaces.] 620-3.4 LAYOUT OF MARKINGS. On those sections of pavement where no previously applied mark- ings are available to serve as a guide, the proposed markings shall be laid out in. advance of the paint appli- cation. 620 1 AC 150/5370-10A - 2/17/89 620-3.5 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 ap- proved 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[ J shall elapse between placement of a bitumi- nous surface course or seal cnat anti annliratinn of tl,n noie+r 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 immediatelyafter 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 certi.9ed 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 author- ized by the a gineer. 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] (one complete item in place] 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) [contract lump sum) 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. Payment will be made under: Item P-620-5.1 Runway and Taxiway Painting --[per ; square foot (square meter)] (lump sum] 620 72 Fed.Spec. TT -P-85 Paint, Traffic, and Airfield Marking, Solvent Base Fed.Spec. TT -P -I952 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 620 - 3 T lodification to ITEM T-901 SEEDING Item T-901, Seeding, of the project specifications 'shall be modified as follows: 1. Paragraph 901-1.1 - Delete this paragraph and insert the following: "This item shall consist of soil preparation, seeding and fertilizing the areas shown on the plans or as directed by l the Engineer in accordance with these specifications. Areas of soil preparation, seeding and fertilizing under this item shall include, but not be limited to, unpaved areas within the limits of grading as shown on the plans or as designated by the Engineer, any areas of existing turf disturbed during construction, excavated 'areas, Contractor haul routes or travel paths, and 'Contractor plant, storage and, office areas, and stockpile areas." { 2.- Paragraph 901-2.1 SEED - Add this sentence at the beginning of the first subparagraph: "Seed shall be labeled and shall meet the,requirements of the Texas seed law." 3. Paragraph 901-2.1 SEED - Delete the third and fourth subparagraphs and insert the following: 1 "The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed - Pure Live Seed x 10,000 X Purity x % Germination The quantity of pure live seed and type required are indicated below. QUANTITY OF PURE LIVE SEED COMMON NAME SCIENTIFIC NAME FOR MIXTURE 1 Green Sprangletop Leptochloa dubia 4.0 lbs/acre Sideoats Grams Bouteloua $.0 lbs/acre 4 (El Reno) curtipendula Blue Grama Bouteloua gracilis 3.0.0 lbs/acre (Texas Grown) Buffalograss Buchloe dactyloides 6.0 lbs/acre �. (treated) } Common Bermudagrass 1.6.0 lbs/acre (hulled) Seeding shall be performed during the period between January 15 and 1, June 15, inclusive, unless otherwise approved by.the Engineer. 3 s: 901 - a Payment will not be made for soil preparation seeding and fertilizing prior to planting and establishing a stand of grass,acceptable to the Director of Aviation." 4. Paragraph 901-2.2 LIME - Delete this paragraph. r"l 5. Paragraph 901-2.3 FERTILIZER - Delete this paragraph and insert the following: "901-2.3 FERTILIZER. All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark, and warranty. The fertilizer is subject to testing by the State chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 16-20- 0 or 16-8-8 (representing percent of nitrogen, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition, and shall be spread at a rate of 400 pounds per acre or as recommended by the fertilizer manufacturer for the seed planted and allowing for local soil conditions." 6. Paragraph 901-3.2 DRY APPLICATION METHOD - Delete subparagraph (a) LIMING. Application of lime will not be required under this item. 7. Paragraph 901-3.3 WET APPLICATION METHOD - Delete all references to lime application. Application of lime will not be required. under this item. Fertilizer shall be uniformly applied at a rate specified in Paragraph 901-2.3. 8. Paragraph 901-3.4 MAINTENANCE OF SEEDED AREAS - Add the following: "The Contractor shall be responsible for watering and maintaining seeded areas for a minimum period of 45 calendar days after seeding, or until establishing an acceptable stand or grass, unless otherwise directed by the Engineer." 9. Paragraph 901-4.1 METHOD OF MEASUREMENT - Delete this entire paragraph and insert the following: "901-4.1 The quantity of soil preparation, seeding and fertilizing to be paid for under this item shall be the actual number of acres completed and accepted, measured on the ground surface within the limits shown on the drawings or as directed by the Engineer." 10. Paragraph 901-5.1 BASIS OF PAYMENT - Delete this entire paragraph and insert the following: "901-5.1 Payment shall be made at the contract unit price per acre for soil preparation, seeding and fertilizing. This price shall be full compensation for ''furnishing and placing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will not be made_ for 901 - b soil vrevaration. seeding and fertilizing prior to planting and establishing a stand of grass acceptable to the_ Director of Aviation. Payment will be made under: Item T-901, Soil Preparation, Seeding and Fertilizing, per acre." 901-c 2/17/89 AC 150/5370-t0A ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding [ ] the areas shown on the plans or as directed by the Enzineer in accordance with these specifications. MATERIALS 901-2.1 SEED. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed ,shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished, separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized labora- tory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Seeds shall be applied as follows: Minimum Seed M' um Seed Purity (Percent) Germination Rate of Application lb./acre (or lb./1,000 S.F.) (Percent) Seeding shall be performed during the period between [ ] and [ ] inclusive, unless otherwise approved by the Engineer. t 901-2.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable,'providing the rates of application are increased to provide not less •than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least l0% of mag. 901 - 1 4 AC 150/5370-10A 2/17/89 nesium oxide. Lune shall be applied at the` rate of [ J. All liming materials shall conform to the requirements of ASTM C 602. 901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mix- tures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. 0-F-241 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be [ J commercial 'fertilizer and shall be spread at the rate of [ J. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, com- pacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the applica- tion of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recent- ly been thoroughly loosened and worked to a depth of not less than 5 inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 inches (75 mm) of soil is loose. friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of. and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125 mm). Clods shall be broken and the top 3 inches (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 902-3.2 . DRY APPLICATION METHOD. a. LIMING. Lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds which have previously been prepared as described above. The lime shall then be 901-2 2/17/89 AC 150/5370-t0A worked into the top 3 inches (75 mm) 'of soil after which the seedbed shall again be properly graded and dressed to a smooth finish. b. Fertilizing. Following advance preparations .and cleanup fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity stated in paragraph 901-2.3. c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fer- tilizing, and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures; shall, be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoulant. When seeding is required at other than the sea- sons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light soils. 901-3.3 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity mounted so as to be. visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 pounds per square inch (690 kPa). The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (15 mm) solids. The power unit for the pump and agitator shall have controls Imounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 de- grees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recircu. lating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet (15' m) in length shall be provided to which the nozzles may be connected. c. Mixtures. Lime, if required, shall be applied separately, in the quantity speed, prior to the fer- tilizing and seeding operations. Not more than 220 pounds (100 kg) of Pune shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. 901 - 3 AC 150/5370-t0A 2/17/59 All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all. sources of water. at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and ,have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime _shall be worked into the top 3 inches (8 em), after which the seed. bed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the.. mixture in accord. ance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited there- on. On surfaces which are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and roiling operations will be required after the soil has dried. 901.3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traf- fic or other use by warning signs or barricades, as approved by the Engineer. Surfaces Bullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfac. tion of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. . METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number : of units (1,000 square feet (square meters))( acres (square meters)] measured on the ground surface, completed and accepted. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per (1,000 square feet (square meters))(acre (square meters)] or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. 901 - 4 2/17/89 AC 150/5370-10A Payment will be made under: Item 901-5.1 Seeding --per [1,000 square feet (square meters))(acre (square meters)) MATERIAL REQUIREMENTS ASTM C 602 agricultural Liming Materials ASTM D 977 Emulsified Asphalt Fed. Spec. JJJ-S-181 B Agricultural Seeds Fed. Spec. O -F -241D Commercial Mixed Fertilizer 901-5 odifications'to ITEM T-905 TOPSOILING R Item T-905, Topsoiling, of the project specifications, shall be modified as follows: M 1. Paragraph 905-3.1 GENERAL. Delete the first paragraph and insert the following: "Areas to be topsoiled shall be as defined in 'Item P-152, Excavation and Embankment, of these specifications, and shall be equal to the unpaved area within the limits of grading as shown on the plans or as designated by the Engineer. Topsoil meeting this specification may be.salvaged from areas within the limits of grading. These areas may be stripped to a maximum depth of 4 -inches and stockpiled for later rehandling." 2. Paragraph 905-3.2 PREPARING THE GROUND SURFACE. - In the second paragraph, delete the phrase, " which have been established by others..." from the first sentence. 3., Paragraphs '905=4.1'and 905-4.2 METHOD OF MEASUREMENT— Delete these entire paragraphs and insert the following:' "905-4.1 Topsoil, regardless of source, shall not be measured separately, but shall be included under Item P-152, EXCAVATION p AND EMBANKMENT, of these specifications." 4. Paragraphs 905-5.1 and 905-5.2 BASIS OF PAYMENT - Delete these entire paragraphs and insert the following: "905-5.1 No direct payment shall be made for topsoiling. Payment for topsoiling shall be covered under item P-152, EXCAVATION AND EMBANKMENT, of these specifications." f 905 a 2/17/89 - - AC 150/5370 -IDA ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site" or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by theEngineer. MATERIALS 90S-2.1 TOPSOIL. { Topsoil shall be the surface Iayer of soil with no admixture of refuse or any material toxic to pleat growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches .or more in'diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorpo- rated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations.;; The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately,.;5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the association of official agricultural chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion method (chromic acid reduction). there shall be''not less than 20% nor more than 800%, of the material passing the 200 mesh (0.075 mm) sieve as determined by the wash test in accordance with ASTM C 117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 INSPECTION' AND TESTS. !Within 10 days following acceptance of the bid, the Engineer shall be n6tYiel of the source of mpsoil to bt furnished by the Contractor. The topsoil s%np.11 be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing pur- poses as specified in 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for properpreparation and treatment of the ground surface, stripping of top- soil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND'' SURFACE. Immediately prior to dumping and spreading the top- soil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of.2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 mm) in any diameter and all Utter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. 'Where grades have not been established, the area shall be smooth - graded and the surface left at the prescribed grades in an even and properly compacted condition to pre- vent, insofar as practical, the formation of low places or pockets where water will stand. 905 - 1 AC 150/5370-10A 2/17/89 90S-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated =, areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already, tilled and .� smooth -graded, or, stockpiled in areas approved by the Engineer. ' Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, sub- ject to the approval of the Engineer. The Contractor shall notify the Engineer sufficiently, in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 " PLACING TOPSOIL. The topsoil shall be , evenly spread on the prepared areas .to a uniform depth of 2 inches (50 mm) after compaction, unless L otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed a with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor, after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines grades and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated. Topsoil stockpiled by others and re- moved for topsoiling by the Contractor shall be measured by the number of cubic yards (cubic meters) of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards (cubic meters) com- puted by the method of end areas. 905-4.2 Topsoil obtained off the site shall be measured by the number of cubic yards (cubic meters) of topsoil measured in its original position and stripped or excavated.. Topsoil shall be measured by volume in cubic yards (meters) computed by the method of end areas. BASIS OF PAYMENT 90S-5.1 Payment will be made at the contract unit price per cubic yard (cubic `meter) for topsoiling (ob- tained on the site): This price shall be full compensation for furnishing all materials and for` all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to com- plete the item. 905-S.2 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoiling (ob- tained off the site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all `labor, equipment, tools, and incidentals necessary to com- plete the item. 905 - 2 2/17/89 Payment will be made under: Item T-905-5.1 Item T-905-5.2 AC 150/5370-10A Topsoiling (Obtained on Site or Removed from Stockpile— per cubic yard (cubic meter) Topsoiling (Furnished from Off the Site)—per cubic yard (cubic meter) 905 — 3 adifications to ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS Item L-108 Installation of Underground Cable for Airports, of the project specifications, shall be modified as follows: t 1. Paragraph 108-2.2 CABLE - Delete the fourth paragraph and insert the following: "All underground power cable shall be Type C, single conductor, with 600 -volt or 5,000 volt cross-linked (XL) polyethylene insulation. Type C cable shall be used for 5,000 volt installation. d All cable for airport lighting service shall be stranded ' viz: 600 volt - 7 strand; 5,000 ,volt - 7 or 19 strand. For power cable, conductor size shall not be smaller than No.8 AWG." _2. Paragraph 108-2.4 CABLE CONNECTIONS - Delete paragraphs (b) and (e). ' Vulcanized or taped splices shall not be used on this project. 3. Add the following new paragraph. "108-2.6 MOISTURE BARRIER AND LUBRICANT - At all splices, the Contractor shall apply a silicone moisture barrier and lubricant equal to "4 Electrical Insulating Compound" meeting MIL -S-8660. A sufficient amount of u lubricant shall be applied as directed by the Engineer." 4. Paragraph 108-2.5 CONCRETE - Delete this entire paragraph. Cable markers will not be required under this item. r, 5. Paragraph 108-3.7 CABLE MARKERS - Cable markers will not be required under this item. Delete this entire paragraph and insert the :following: i "The Contractor shall preserve and reinstall any existing markers disturbed by any of the construction 1 operations." 6. Paragraph 108-3.8 SPLICING - Delete paragraphs (b) and (e). 7. Paragraph 108-3.9 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR 'LIGHTING PROTECTION - No additional ground rods will be required for this 'j project. 8. Paragraph 4, METHOD OF MEASUREMENT - Delete this entire paragraph and { insert the following: A ry 108 - a "The quantity of underground cable to be paid for under this item shall be the number of linear feet of underground cable installed in either trench or duct, measured in place, completed, ready for operation, and accepted as satisfactory. The quantity of counterpoise wire to be paid for under this item shall be the number of linear feet of counterpoise wire installed in trench, measured in place, completed, ready for operation, and accepted as satisfactory. Trenching for cable installation shall be considered a subsidiary obligation of the Contractor and included in other items. No direct measurement shall be made for trenching." 9. Paragraph 5, BASIS OF PAYMENT - Delete this entire paragraph and insert the following: "Payment shall be made at the contract unit price for underground cable or counterpoise wire, per linear foot, installed in trench or duct, complete and in place. This price shall be full compensation for furnishing all materials, and for all preparation and installation of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the items. The: cost of trenching, backfilling and site restoration shall be considered a subsidiary obligation of the Contractor and included in other items. No separate payment shall be made for trenching, backfilling or site restoration. Payment will be made under: Item L-108 Underground Electrical Cable, 1/c, #8 AWG, 5KV, per linear foot; and Item L-108 Counterpoise Wire, #8 AWG, per linear foot." 108 - b 2/17/89 AC 150/5370-t0A ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing underground cable in accordance with these specifications at the locations shown in the plans. This item shall include the excavation and backfill of the trench and the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splic. ing, cable marking, and testing of the installation and all incidentals necessary .to place the cable in operating condition asa completed unit to the satisfaction of the Engineer. This item shall not include the installation of the duct or conduit. EQUIPMENT AND MATERIALS 108-1.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) speci- fications shall have the prior approval of the FAA, and are listed in Advisory ,Circular (AC) 150/5345-1, Approved Airport Equipment. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when re- quested by the Engineer. 108-2.2 CABLE. Underground cable shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. If telephone control cable is specified, copper shielded, polyethylene insulated and jacketed, No. 19 AWG telephone cable conforming to the United States Department of Agriculture, Rural Electrification Adminis- tration (REA) Bulletin 345-14, REA Specification for Fully Color -Coded, Polyethylene Insulated,. Double Polyethylene -Jacketed Telephone Cables for Direct Burial, shall be used. Where counterpoise conductors are to be installed and where soil conditions would adversely affect bare copper wire, thermoplastic wire conforming to Fed. Spec. J -C-30, Type TW, 600 volt, may be used. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or proposal. 108-2.3 BARE COPPER WIRE (COUNTERPOISE). Bare copper wire for counter -poise installations shall be stranded wire conforming to ASTM Specifications B 3 and B 8. 108-2.4 CABLE CONNECTIONS. In-line connections of underground primary cables shall be of. the type called for in the plans or in the proposal, and shall be one of the types listed below. When the plans or the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection he proposes to furnish. a. The.Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manu- factured by Minnesota Mining and Manufacturing Company, " Scotchcast" Kit No. 82--A, or as manufac. tured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. b. The Vulcanized Splice. A vulcanized splice employing Joy Manufacturing Company's Vulcanizing Kit No. X-1604-8 or equal is approved for field vulcanized splices. The proper molds for various cable sizes shall be used. c. The Field -attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conduc- tor cable. 108 - 1 AC 150/5370-10A 2/17/89 d. The Factory -Molded Plug-in Splice. Specification for L-823 Connectors, Factory -Molded to Indi- vidual Conductors, arc approved. e. The Taped Splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape are approved. The rubber tape should meet the requirements of Mil. Spec. MIL -I-3825 and the plastic tape should comply with Mil. Spec. MIL -I-7798 or Fed. Spec. HH -I-595. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool de- signed. To make a complete crimp before the tool can be removed. No. 19 AWG telephone control wires may be connected by means of wrapped and soldered splice, 3M Company. Moisture Proof UR Type Con. nector, or equal, or by a method approved by the Engineer. 108-2.5 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, "Structural Portland Cement Concrete." CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicat= cd in the airport lighting layout plans. The Engineer shall indicate specific locations. -Cable connections between lights will be permitted only at the light locations for connecting the under- ground cable to the primary leads of the individual insulating transformers. The Contractor shall be respon- sible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. 108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall make no . connections or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with Item L-110, "Installation of Airport Underground Electrical Duct." The Contractor shall make sure that'the duct is open, continuous, and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant recommend- ed for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 108-3.3. TRENCHING. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface.is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum, depth of 18 inches (45 cm) below finished grade, except as fol- lows: a. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (90 cm) unless otherwise specified. b. Minimum cable depth when crossing under a railroad track, shall be 42 inches (105 .cm) unless oth- erwise specified. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm) The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless other - 108 2 2/17/89 AC 150/5370-10A wise specified in the 'plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock excavation is encountered, the rock shall be removed to-a.depth of at least 3 inches (75 mm) below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 -inch (6 mm) sieve. The Contractor shall ascer- twin the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 108-3.4 . INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical cable -laying equipment may be used in conjunction with a trenching machine if specified on project plans and specifications; and it should provide for physical inspection of cable prior to back- filling. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches (75 mm) apart, and the trench shall be widened sufficiently to accomplish this. Cables crossing over each other shall have a minimum of 3 -inch (75 mm) vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. Not less than 1 foot (30 cm) of cable slack shall be left on each side of all connections, insulating transform- ers, light units, and at all other points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in runway light bases, hand - holes, manholes, etc., where it is required to bring the cable above ground level to make connections. The amount of slack cable shall be stipulated by the Engineer, or as shown in the plans and specifications. 108-3.5 BACKFILLING. After the cable has been installed, the trench shall be 3 inches (75 mm) deep, loose measurement, and shall beeither earth or sand containing no mineral aggregate particles that would be retained on a 1/4 -inch (6 m) sieve. This layer shall not be compacted. the second layer shall be 5 inches (125 mm) deep, loose measurement, and shall contain no particles that would. be retained on a 1 -inch (25.0 mm) sieve. The reranhider of the backfill shall be excavated or imported mineral and stall not con- tain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The third and subsequent layers of the backfill shall not exceed 8 inches (200 mm) in maximum depth, loose measurement: The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compac- tion, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated. material shall be removed and dis- posed of in accordance with instructions issued by the Engineer. 108-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching,storing of dirt, cable laying, pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary top - soiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in -accordance with the FAA standard turfing specifications. the Contractor shall be held responsible for main- taining all disturbed surfaces and replacements until final acceptance. 108-3.7 CABLE MARKERS. The location of runway light circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4 inches (100 mm) thick, extending approximately 1 inch (25 mm) above the surface. Each cable run from the line of runway lights to the equipment vault shall also be marked at approximately every 200 feet (60 m) along the cable run, with an additional marker at each change of'direc- tion of cable run. All other cable buried directly in the earth shall be marked in the same manner. The Contractor shall not install slab markers where cable lies in straight lines between obstruction light poles which are spaced 300 feet (90 m) apart, or less. Cable markers shall be installed immediately above' the cable. The Contractor shall impress the word "cable" and directional arrows on each cable marking slab. 108 - 3 AC 150/5370-10A 2/17/89 The letters shall be approximately 4 inches (100 mm) high and.3 inches (75 mm) wide, with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep. The location of each underground cable connection, except at lighting units or insulating transformers, shall be marked "by a concrete marker slab placed above the connection. The Contractor shall impress the word "splice" on each slab. He also shall impress additional circuit identification symbols on each slab if so de- sired by the Engineer.' 108-3.8 SPLICING. Connections of the type shown in the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Vulcanized Splices. These shall be made by using crimp connectors for joining conductors. The splice shall be made, using compounds furnished by the manufacturer, in accordance with his/her instruc- tions and to the satisfaction of the Engineer. C. Field -attached Plug-in Splices. These shall be assembled in accordance with manufacturer's in- structions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. d. . Factory -Molded Plug-in Splices. These shall be made by plugging directly into mating -connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. e. Taped Splices. A taped splice shall be made in the following manner: Bring the, cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Use a sharp knife to pencil insulation and jacket at approximately the same angle as a pencil point: Care must be 'taken to avoid nicking or injuring the conduc- tor ,during removal of insulation or penciling. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly' cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve; Crimp, conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable: Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as rec- ommended by the manufacturer. Voids in the connector,area may be eliminated by highly elongating the tape stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly ,half -lap to produce a uniform buildup. Continue buildup to, 1-1/2 times cable diameter over .the body of the splice with ends tapered a distance of approximately 1 inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl .pressure -sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable cover - ng or splice boxes are required. If shielded cable is to be spliced, prepare cable as for a regular taped splice, except that the neoprene jacket shall- be removed a distance not less than 5 inches (125 mm)' from the beginning of the penciled portion. Carefully unwrap the shielding tape from that portion where jacket has been removed and cut off so that it extends about I inch (25 mm) from end of the jacket. Proceed with the taped splice as described above and tae up to 1/4 inch (6 mm) from the shield on both ends. Build up rubber tape to a thickness equal to' the insulation thickness or 5/16 inch (9 mm) over connector. 108 -'4 2/17/89 AC 150/5370-10A Next wrap one-half lapped layer of semi -conducting tape (Scotch No. 13 Semi -Conducting Tape, or equal) over splicing tape and 1/4 inch (6 mm) onto the shielding tape. Wrap a fine, flat shielding braid one-half lapped over the splice extending 1/2 inch (12 mm) onto the metallic shielding. Solder ends of braid to metal- lic shielding tape. A bonding wire, (Minimum No. 14 Stranded Copper) equal to the current carrying capac. ity of the metallic shield, should have the individual strands wrapped around the metallic shield at both ends of the splice. These strands should be tack soldered to the shield in several places. The cable sheath should be replaced by wrapping with two one-half lapped layers of vinyl tape extending 2 inches (50 mm) onto the cable jacket. The above described splice is for a straight -through splice with continuity of shielding. 108-3.9 BARE COUNTERPOISE (VIRE INSTALLATION AND GROUNDING FOR LIGHTNItiG PROTECTION. If shown in the plans or specified in job specifications, a stranded bare copper wire, No. 8 AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counter- poise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches (100 mm) from the insulated cable. The counterpoise wire shall be securely attached to each light fixture base, or mounting stake. The counterpoise wire shall also be securely attached .to copper or copper -clad ground rods installed not more than 1,000 feet (300 m) apart around the entire circuit. The ground rods shall be of the length and diameter specified in the plans, but in no case shall'they be less than 8 -feet (240 cm) long nor less than 5/8 inch (15 mm) in diameter. The counterpoise system shall terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. 108-3.10 TESTING. The Contractor shall furnish all necessary equipment, and appliances for testing the underground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a.. That all lighting power and control circuits are continuous and free from short circuits. b. That all circuits are free from unspecified grounds. c. That the insulation, resistance to ground of all nongrounded series circuits is not less than 50 me- gohms. d. That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms. e. That all circuits are -properly connected in accordance with applicable wiring diagrams. f. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. METHOD OF MEASUREMENT 108-4.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, back. fill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. ,�^� When specified in the proposal, separate measurement shall be made for trenches of various specified 1 ( widths. 108-4.2 Cable or counterpoise wire installed in trench shall be measured by the number of linear feet (meters) of cable or counterpoise wire installed in trenches, ready for operation, and accepted as satisfac- tory. Separate measurement shall be made for each cable or counterpoise wire installed in trench. 108-4.3 Cable or counterpoise wire installed in duct or conduit shall be measured by the number of linear feet (meters) measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in duct or conduit. 108-5 AC 150/5370-10A 2/17/89 BASIS OF PAYMENT 108-5.1 . Payment will be made at the contract unit price fortrenching cable and bare counterpoise wire installed in trench or duct in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all material and for all preparation and installation of these materials,, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item 'L-108-5.1 Cable Trench --per linear foot (meter) Item L-108-5.2 4 Underground Cable, installed in trench --per liner foot (meter) Item L-108-5.3 Underground Cable, installed in duct or conduit --per linear foot (meter) Item L-108-5.4 Bare Counterpoise Wire, installed in trench, including ground rods and ground connectors --per linear foot (meter) Item L-108-5:5 Bare Counterpoise Wire, installed in duct --per linear foot (meter) MATERIAL REQUIREMENTS 'AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug..and Receptacle Cable Connec- tors . Fed.Spec.J-C-30 Cable and Wire, Electrical Power, Fixed Installation HH -1-595 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plas. tic, for Low -Temperature Application ASTM B 3' Soft or Annealed Copper Wire ASTM B 8 Concentric -Lay -Stranded Cooper Conductor, Hard, Medium -Hard, or Soft MIL -I-3825 Insulation Tape, Electrical, Self-Fusing,,For Use in Electron- ics, Communications, and Allied Equipment MIL -I-7798 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plas- tic 108-6 odifications to I y 1• 1 �. • •' •• ••'t i. •' I�' t 11 1 �•.1 yM1�1� Item L-109, Installation of Airport Transformer Vault and Vault Equipment, of the project specifications, shall be modified as follows: 1. Paragraph 109-1.1 - Delete this entire paragraph and insert the following: "109-1.1 This item shall consist of furnishing and installing all vault equipment, wiring, cables, conduit and incidentals necessary to complete the specified work. This work shall include the marking and labeling of equipment, the labeling or tagging of wires, the testing of the completed installation, and the 'furnishing of all incidentals necessary to place the installation in operating condition as a completed unit to the satisfaction of the Engineer. This item shall also include the removal of certain existing electrical equipment in the existing vault. 2. Delete paragraphs 109-2.2 Concrete, 109-2.3 Reinforcing Steel, 109-2.4 Brick, 109-2.5 Asbestos Cement Duct, 109-2.7 Lighting, 109-2.8 Outlets, 109-2.9 Switches, 109-2.10 Paint, 109-2.11 High -Voltage Bus, 109-2.12 Bus Connectors, 109-2.13 Bus Supports, 109-2.14 Ground Bus, 109-2.16 Ground Rods, 109-2.17 Potheads,,109-2.18 Prefabricated Metal Housing. 3. Delete the entire section entitled, Construction of Vault and Prefabricated Metal Housing including paragraphs 109-3.1 through 109-3.9. 4. Paragraph 109-3.13 Duct and Conduit, delete the first subparagraph and the first sentence of the second subparagraph. S. Delete paragraph 109-3.14 Cable Entrance and High Voltage Bus System. 6. Paragraph 109-3.16, add the following sentence at'the end of paragraph "b" under LABELS: "Provide and install on the wall below or beside each Sl cutout, an engraved nameplate which shall identify the series circuit to which it is connected. Also provide engraved nameplates for each circuit selector switch which shall identify the regulators serving the selector switch and the series circuit it feeds. Also provide engraved nameplates ;for each normal main and emergency main breaker, panelboard, automatic transfer switch, disconnect switch and starter. The engraved nameplates shall be constructed from laminated plastic with white letters on a red or black background. Provide a type -written circuit directly mounted under plastic on the inside of the door of each panelboard. The directory shall identify the load served by each breaker." The Contractor shall provide and install in a frame under. glass, a sheet of 24"x36" mylar showing the "As -Built" Schematic Vault Wiring Diagram mounted on the wall in the vault'. 7. Delete paragraph 109-4.1, 4.2 and 4.3 Method of Measurement and insert the following paragraphs "The quantity of electrical vault improvements to be paid for under this item shall consist of all equipment furnished, installed, connected, ready for operation and accepted by the Engineer, and shall be measured ;per lump sum. This lump sum item shall also include removal of certain equipment and modification of control wiring. It shall also include installation of the engine -generator equipment." 109-a 8. Delete paragraph 109-5.1 Delete this entire paragraph and insert the followings 109-5.1 Payment shall be made at the contract unit price per lump sum for furnishing and installing the specified equipment, complete, ready for operation and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. This price shall also include removal of certain electrical equipment and modification of control wiring. It shall include the installation of the emergency generator equipment. Payment will be made under: Item L-109, Installation of Airport Transformer Vault Equipment, per lump sum. 109-b 2/17/89 AC 150/5370-10A ITEM L-109 -INSTALLATION OF AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT DESCRIPTION 109-1.1 This item shall consist of constructing an airport transformer vault or a prefabricated metal hous- ing these specifications in accordance with the design and dimensions shown in the plans. This workshall also include the installation of conduits in floor and foundation, painting and lighting of the vault or metal housing, and 'the furnishing of all incidentals necessary to produce a completed unit. Included as a separate part under this item or as a separate item where an existing vault is to be utilized shall be the furnishing of all vault equipment, wiring, electrical buses, cable, conduit, potheads, and grounding systems. This work shall also include the painting of equipment and conduit; the marking and labeling of equipment and the labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 109-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) speci- fications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) 150/5345-1, Approved Airport Equipment. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when re- quested by the Engineer. VAULT AND PREFABRICATED METAL HOUSING 109-2.2 CONCRETE. The concrete for the vault shall be proportioned, placed, and cured in accordance with Item P-610, Structural Portland Cement Concrete, using 3/4 -inch (18 mm) maximum size coarse ag- gregate. 109-2.3 REINFORCING STEEL. Reinforcing steel bars shall be_ intermediate or structural grade de- formed -type bars and shall meet the requirements of ASTM A 615. 109-2.4 BRICK. Brick shall conform to ASTM C 62, Grade SW. 109-2.5 ASBESTOS CEMENT DUCT. Asbestos cement duct and fittings shall be in accordance with Fed. Spec. W -C-571. 109-2.6 RIGID STEEL CONDUIT. Rigid steel conduit and fittings shall be in accordance with Under- writers Laboratories Standard 6 and 514. 109-2.7 LIGHTING. Vault or metal -housing light fixtures shall be of a vaporproof type. 109-2.8 OUTLETS. Convenience outlets shall be heavy-duty duplex units designed for industrial service. 109-2.9 SWITCHES. Vault or metal -housing light switches shall be single -pole switches. 109-2.10 PAINT. a. Red lead priming paint for ungalvanized metal surfaces, and the mixing thereof, shall conform to the 97% grade specified in ASTM D 83. The red lead shall be furnished in paste form and delivered to the job in the original unbroken packages bearing the maker's name and brand. b. White paint for body `and finish coats on metal and wood surfaces shall be ready -mixed paint con- forming to Fed. Spec. TT -P-102. 109 - 1 AC 150/5370-10A 2/17/89 c. Priming paint for wood surfaces shall be mixed on the job by thinning the above specified white paint by adding 1/2 pint (0.06 liter) of raw linseed oil`to each gallon (liter). d. Paint for the floor, ceiling, and inside walls shall be in accordance with Fed. Spec. TT -E-487. Walls and ceiling shall be light gray and the floor shall be medium gray. e. The roof coating shall be hot asphalt material in accordance with Fed. Spec. SS -A-694. 109-2.11 HIGH-VOLTAGE 'BUS. High-voltage bus shall be .standard weight 3/8 -inch (9 min) IPS copper tubing or it may be insulated ' copper cable of the size' and voltage rating specified. 109-2.12 BUS CONNECTORS. Connectors shall be similar to, Burndy Type NT (or equal) for copper tubing. Connectors for insulated bus cable shall be of the proper size and type for the service intended. 109-2.13 BUS SUPPORTS. Bus supports shalt be similar to Westinghouse No. 527892 (or equal), insulat. ed for 7,500 volts, single clamp type for 2 -bolt flat mounting. 109-2.14 GROUND BUS. Ground bus shall be 1/8- x 3/4 -inch (3 x 18 mm) copper bus bar. 109-2.15 SQUARE DUCT. Duct shall be square similar to that manufactured by the Square D Company (or equal), or the Trumbull Electric Manufacturing Company (or equal). The entire front of the duct on each section shall consist of hinged or removable cover for ready access to the interior. The cross section of the duct shall be not less than 4 x 4 inches (100 x 100 mm) except where otherwise shown in the plans. 109-2.16 GROUND RODS. Ground rods shall be copper or copper -clad of the length and diameter spec- ified in the plans. 109-2.17 POTHEADS. Potheads shall be similar to G&W Type N, Shape CC (or equal); unless otherwise specified.. Potheads shall be furnished with plain insulator, bushings and conduit couplings. Potheads shall have a rating not less than the circuit voltage. 109-2.18 PREFABRICATED METAL HOUSING. The prefabricated metal housing shall be a commer- cially available unit. 109-2.19 FAA -APPROVED EQUIPMENT.Certain items of airport lighting equipment installed in vaults are covered by individual FAA equipment specifications. The specifications are listed below: AC 150/5345-3 Specification for L-821 Panels for Remote Control of Airport Lighting AC 150/5345-5 Circuit Selector Switch AC 150/5345-7 Specification for L-824 Underground Electrical Cable for AirportLighting Circuits r AC 150/5345-10 Specification for Constant Current Regulators. and Regulator Monitors AC 15.0/5345-13 Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits. 109-2.20 OTHER ELECTRICAL EQUIPMENT. Constant -current regulators, distribution transformers, oil switches, cutouts, relays, terminal blocks, transfer relays,'circuit breakers, and all other regularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the applicable rulings and standards of the Institute of Electrical and Electronic Engineers or the National Elec- trical Manufacturers Association. When specified, test reports from a testing laboratory indicating that the equipment meets the specifications shall be supplied. In all cases, equipment shall be new and a first -grade product. This equipment shall be supplied in the quantities required for the specific project and shall incor- porate the electrical and mechanical characteristics specified in the proposal and plans. 109-2.21 WIRE. Wire in conduit rated up to 5,000 volts shall conform to AC 150/5345-7, . Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits, for rubber insulated neoprene -cov- ered wire, or Fed. Spec. J -C-30, Type RHW, for rubber insulated fibrous -covered wire. For ratings up to 600 volts, thermoplastic wire conforming to Fed. Spec. J -C-30, Types TW, THW, and THWN, shall be 109 -` 2 2/17189 AC 150/5370-10A used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. a. Control Circuits. `Wire shall be not less than No. 12 AWG and shall be insulated for 600 volts. If telephone control cable is specified. No. 19 AWG telephone cable conforming to the United States Depart. ment of Agriculture, Rural Electrification Administration (REA) Bulletin 345-14 shall be used. b. Power Circuits. (1) 600 volts maximum --Wire shall be No. 6 AWG or larger and insulated for at least 600 volts. (2) 3,000 volts maximum --Wire shall be No. 6 AWG or larger and insulated for at least 3,000 volts. (3) Over 3,000 volts --Wire shall be No. 6 AWG or larger and insulated for at least the circuit voltage. CONSTRUCTION METHODS CONSTRUCTION OF VAULT AND PREFABRICATED METAL HOUSING 109-3.1 GENERAL. The Contractor shall construct the transformer vault or prefabricated metal housing at the location indicated in the plans. Vault construction shall be reinforced concrete, concrete masonry, or brick wall as specified. The metal housing shall be prefabricated equipment enclosure to be supplied in the size specified. The mounting pad or floor details, installation methods, and equipment placement are shown is the plans. The Contractor shall clear, grade, and seed the area around the vault or metalhousing for a minimum dis- tance of 10 feet (3 m) on all sides. The slope shall be not less than 1/2 -inch per foot (40 mm per m) away from the vault or metal housing in all directions. 109-3.2 FOUNDATION AND WALLS. a. Reinforced Concrete Construction. The Contractor shall construct the foundation and walls in ac- cordance with the details shown in the plans. Unless otherwise specified, internal - tics shalt be of the me- chanical type so that when the forms are removed the ends `of the ties shall be at least 1 -inch (25 mm) beneath the concrete surface; the holes shall be plugged and finished to prevent discoloration. Reinforcing steel shall be placed, as shown in the drawings, and secured in position to prevent displacement during the concrete placement. The external surfaces of the concrete shall be thoroughly worked during the placing operation to force all coarse aggregate from the surface. Thoroughly work the mortar against the forms to produce a smooth finish free from air pockets and honeycomb. The surface film of all pointed surfaces shall be removed before setting occurs. As soon as the pointing has set sufficiently, the entire surface inside and outside of the vault shall be thoroughly wet, with water and rubbed with a No. 16 carborundum stone, or equal' quality abrasive, bringing the surface to a paste. All form marks and projections shall be removed. The surface produced shall be smooth and dense without pits or irregularities. The materials which have been ground into a paste 'during the rubbing process shall be spread or brushed uniformly over the entire surface,(except the interior 'surfaces that are to be painted shall have all paste removed by washing before painting) and permitted to reset. Final exterior finish shall be obtained by rubbing with No. 30 carborundurn stone, or an equal quality abrasive. The surface shall be rubbed until the entire surface is smooth and uniform in color. b. Brick and Concrete Construction. When this type of construction is specified, the foundation shall be concrete conforming to the details shown in the plans. The outer edge of the foundation at the floor level shall be beveled 1-1/2 inches (37 mm) at 45 `degrees. Brick walls shall be 8 inches (200 cm) thick, laid in running bond with every sixth course a header course. Brick shall be laid in cement mortar (I part masonry cement and 3 parts sand) with full mortar bed and shoved joints. All joints shall be completely filled with mortar, and facing brick shall be hack-parged with mortar as work progressrt. All joints shall be 3/8 inch (9 mm) thick, exterior joints tooled concave, and interior joints struck flush. Both interior and exterior brick 109 - 3 AC 150/5370-10A 2/17/89 surfaces shall be cleaned and nail holes, cracks and other defects filled with, mortar, When specified, a non - fading mineral pigment mortar coloring shall be added to the mortar. Steel reinforcing bars, 3/8 -inch (9 mm) in diameter and 12 inches (300 mm) long, shall be set vertically in the center of the brick wall on not more than 2 -foot (60 cm) centers to project 2-1/2 (60 mm) inches into the concrete roof slab. Lintels for supporting the brickwork over doors, windows, and louvers shall consist of two 4- x 3- x 3/8 -inch (100 x 75 x 9 mm) steel angles. Lintels shall be painted with one coat of red lead before installation, and all exposed parts shall be painted similar to doors and window sash after installation. Window sills may be concrete poured in place or precast concrete as indicated in the plans. All exposed surfaces shall have a rubbed finish as specified under reinforced concrete construction. After completion, all interior and exterior faces of walls shall be scrubbed with a solution of muriatic acid and water in the pro- portions of not less than 1 part acid to 10 parts of water. All traces of efflorescence, loose mortar, and mortar stain shall be removed, and the walls washed down with clear water. c. Concrete Masonry Construction. When this type of construction is specified, the foundation shall be concrete conforming to the details shown in the plans. The concrete masonry units shall be standard sizes and shapes and shall conform to ASTM C 90 and shall include the closures, jambs, and other shapes re. quired by the construction as shown in the plans. Standard construction practice shall be followed for this type of work including mortar, joints, reinforcing steel for extensions into roof slab, etc. Plaster for interior walls, if specified, shall be portland cement plaster. 109-3.3 ROOF. The roof shall be reinforced concrete as shown in the plans. Reinforcing steel shall be placed as shown in the drawing and secured in position to prevent displacement during the pouring of the concrete. The concrete shall be poured monolithically and shall be free of honeycombs and voids. The sur- face shall have a steel-trowled finish and shall be sloped as shown in the drawing. The underside of the roof slab shall be finished .in the same manner as specified for walls. One brush or mop coat of hot asphalt roof coating shall be applied to the top surface of the roof slab. The asphalt material shall be heated to within the range specified by the manufacturer and immediately applied to the roof. The finished coat shall be continuous over the roof surface and free from holidays and blisters. Smears and dribbles of asphalt on the roof edges and building walls shall be removed. 109-3.4 FLOOR. The floor shall be reinforced concrete as shown in the drawings. When present, all sod, roots, refuse, and other perishable material shall be removed from the area under the floor to a depth of 8 inches (200 mm), unless a greater depth is specified in the invitation for bids. This area,shall be backfilled with materials consisting of sand, cinders, gravel, or stone. Fill shall be placed in layers not to exceed 4 inches (100 mm) and shall be thoroughly compacted by tamping or rolling. A layer of building paper shall be placed over the fill prior to placing concrete. The floor surfaces shall have a steel-trowled finish. the floor shall be level unless a drain is specified, in which case the floor shall be pitched 1/4 -inch (6 mm) per foot downward toward the drain. A 1/4 -inch (6 mm) asphalt felt expansion joint shall be placed between floor and foundation walls. The floor shall be poured monolithically and shall be free of honeycombs and voids. 109-3.5 FLOOR DRAIN. If shown in the plans, a floor drain and dry well shall be installed in the center of the floor. of the equipment room. The dry well shall tie excavated 4 x 4 feet (120 x 120 cm) square and to a depth, of 4 feet (120 cm) below the finished floor elevation and shall be backfilled to the elevation of the underside of the floor with gravel - which shall all pass a 2 -inch (50 mm) mesh sieve and shall all be re- tained on a 1/4 -inch (6 mm) ,mesh sieve. The gravel backfill shall be placed in 6 -inch (150 mm) maximum layers, and the entire surface of each layer shall be tamped either with a mechanical tamper or with a hand tamper weighing not less than 25 pounds (11 kg) and having a face area of not more than 36 square inches (234 square cm) nor less than 16 square inches (104 square cm). The drain inlet shall be set flush in the concrete floor. The drain shall have a clear opening of not less than 8 inches (200 mm) in diameter. 109-3.6 CONDUITS IN FLOOR AND FOUNDATION.Conduits shall be installed in the floor and through the foundation walls in accordance with the details: shown in the plans. All underground conduit shall be painted with a bituminous compound. Conduit shall be installed with a coupling or, metal conduit adapter flush with the top of the floor. All incoming conduit shall be closed with a pipe plug to prevent the entrance of foreign material during construction. Space conduit entrances shall be left closed. 109-4 I 2/17/89 AC 150/5370-10A r 109-3.7 DOORS. Doors shall be metal -clad fireproof class a doors conforming to requirements of the National Electric Code and local electrical codes. 109-3.8 PAINTING. The floor. ceiling, and inside walls of concrete construction shall first be given a hardening treatment, after which the Contractor shall apply two coats of paint as specified below, except that interior face brick walls need not be painted. The hardening treatment shall consist of applying two coats of either a commercial floor hardener or a solution made by dissolving 2 pounds (0.9 kg) of magnesi. um fluosilicate or zinc sulphate crystals in 1 gallon (liter) of water. Each coat shall be allowed to dry at least 48 hours before the next application. After the second treating coat has dried, the surfaces shall be brushed clean of all crystals and thoroughly washed with clear water. Paint for walls and ceiling shall be a light gray color approved by the Engineer. The floor paint shall be a medium gray color approved by the Engineer. Before painting, the surfaces shall be dry and clean. The first coat shall be thinned by adding 2/3 - quart (0.166:liters) of spar varnish and 1/3 -quart (0.083 liters) of turpentine to each gallon (liter) of paint. The second coat shall be applied without thinning. All doors, lintels, and windows shall be cleaned to remove any rust or foreign material and shall be given one body and one finish coat of white paint. Bare metal surfaces shall be given a prime coat of red lead prior to the body and finish coats. 109-3.9 LIGHTS AND SWITCHES. The Contractor shall furnish and install a minimum of two duplex convenience outlets in the vault room. Where a control room is specified, at least two duplex outlets shall be installed. INSTALLATION OF EQUIPMENT IN VAULT OR PREFABRICATED METAL HOUSING 109-3.10 GENERAL. The Contractor shall furnish, install, and connect all equipment, equipment accesso- ries, conduit, cables, wires, buses, grounds, and support necessary to insure a complete and operable electri- cal distribution center for the airport lighting system as specified herein and shown in the plans. When speci- fied, an emergency power supply and transfer switch shall be provided and installed. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and local code agency having jurisdiction. 109-3.11 POWER SUPPLY EQUIPMENT. Transformers, regulators, booster transformers, and other power supply equipment items shall be furnished and installed at the location shown in the plans or as di- rected by the Engineer. The power supply equipment shall be set on steel "H". sections, "I beams, chan- nels, or concrete blocks to provide a minimum space of 1-1/2 inches (37 mm) between the equipment and the floor. The equipment shall be placed so as not to obstruct the oil -sampling plugs of the oil -filled units; and name -plates shall, so far as possible, not be obscured. If specified in the plans and specifications, equipment for an alternate power source or an emergency power generator shall be furnished and installed. The alternate power supply installation shall include all equip- ment, accessories, an automatic changeover switch, and all necessary wiring and connections. The emergen- cy power generator set shall be the size and type specified. 109-3.12 SWITCHGEAR AND PAINELS. Oil switches, fused cutouts, relays, transfer switches, panels, panel boards, and other similar items shall be furnished and installed at the location shown in the plans or as directed by the Engineer. Wall or ceiling -mounted items shall be attached to the wall or ceiling with galva- nized bolts of not' less .than 3/8 -inch (9 mm) diameter engaging metal expansion shields or anchors in mason- ry or concrete vaults. 109-3.13 DUCT AND CONDUIT. The Contractor shall furnish and install square -type exposed metallic ducts with hinged covers for the control circuits in the vault. These shall be mounted along. the walls behind all floor -mounted equipment and immediately below all wall -mounted equipment. The hinged covers shall be placed to open from the front side with the hinges at the front bottom. Wall brackets for square ducts shall be installed at all joints 2 feet (60 em) or more apart with intermediate brackets as specified. Conduit shall be used between square ducts and equipment or between different items of equipment when the equipment is designed for conduit connection. When the equipment is not designed 109 - 5 AC 150/5370-10A 2/17/89 for conduit connection, conductors shall enter the square -type control duct through insulating bushings in the duct or on the conduit risers. 109-3.14 CABLE ENTRANCE AND HIGH-VOLTAGE BUS SYSTEM. Incoming underground cable from field circuits and supply circuits will be installed outside the walls. of the transformer vault as a sepa- rate item under Item L-108. ' The Contractor installing the vault equipment shall bring the cables from the trench or duct through the entrance conduits into the vault and make the necessary electrical connections. For the incoming and outgoing high voltage load circuits, the Contractor shall furnish and install rigid me- tallic vi conduit risers, surmounted by potheads, from floor level to the level as shown in the plans. The incoming high-voltage power supply service to the vault shall enter below the floor of the vault and shall rise from the floor level in a rigid metallic conduit riser, surmounted by a pothead, as described above. Using insulated high-voltage cable, the incoming power service shall be connected from the pothead to the oil -fused cutouts or to the specified disconnecting switch or equipment. From the oil -fused cutouts or dis. connecting device, the insulated service conductors shall be connected to the overhead voltage bus system of the vault. The high-voltage bus system shall utilize the materials specified and shall be mounted and installed in accordance with the requirements of the National Electrical Code or the local code agency having jurisdiction. 109-3.15 WIRING AND CONNECTIONS. The Contractor shall make all necessary electrical connec- tions in the vault in accordance with the wiring diagrams furnished and as directed by the Engineer. In wiring to the terminal blocks, the Contractor shall leave sufficient extra length on each control lead to make future changes in connections at the terminal block. This shall be accomplished by running each control lead the longest way around the box to the proper terminal. Leads shall be neatly laced in place. 109-3.16 MARKING AND LABELING. All equipment, control wires, terminal blocks,: etc., shall be tagged, marked, or labeled as specified below: a. Wire Identification. The Contractor shall furnish and install self -sticking wire labels or identifying tags on all control wires at the point where they connect to the control equipment or to the terminal blocks. wire labels, if used, shall be of the self -sticking preprinted type and of the manufacturer's recommended size for the wire involved. identification markings designated in the plans shall ,be followed. Tags, if used, shall be of fiber not less than 3/4-inch,(13 mm) in diameter and not less than 1/32 -inch (1 mm) thick. Identifica- tion markings designated in the plans shall be stamped on tags by means of smalltool dies. Each tag shall be securely tied to the proper wire by a nonmetallic cord. b: Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, and dis- tribution and control relay cases with white oil paint as designated by the Engineer. The letters and numer- als shall be not less than 1 inch (25 mm) in height and shall be of proportionate width. The Contractor shall also mark the correct circuit designations in accordance with the wiring diagram on the terminal marking strips which are a part of each terminal block.' METHOD OF MEASUREMENT 109-4.1 The quantity of vaults to be paid for under this item shall consist of the number of vaults con- structed in place and accepted as a complete unit. 109-4.2 'The quantity of prefabricated metal housings to be paid for under this item shall consist of the number of housings constructed in place and accepted as a complete unit. 109-4.3 The quantity of vault or prefabricated metal housing equipment to be paid for under this item shall consist of all equipment installed, connected, and accepted as a complete unit ready for operation. BASIS OF PAYMENT 109-5.1 Payment will be made at the contract unit price for each completed. and accepted vault or prefab- ricated metal housing equipment installation. This price shall be full compensation for furnishing all mated 109 6 2/17/89 AC 150/5370-10A als and for all preparation, assembly, and installation of these materials, and for all labor, equipment. tools, and incidentals necessary to complete the item. Payment will be made under: Item L-109-5.1 Construction of Airport Transformer Vault in Place --per unit Item L-109-5.2 Installation of Airport Transformer Vault Equipment in Place --per unit Item L-109-5.3 Construction of Prefabricated Metal Housing and Foundation in Place --per unit Item L-109-5.4 Installation of Prefabricated Metal Housing Equipment in Place --per unit MATERIAL REQUIREMENTS Fed.Spec.J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) Fed. Spec. SS -A-694 Roof -Coating: Asphalt, Brushing -Consistency Fed. Spec. W -C-571 Conduit and Fittings, Nonmetal, Rigid; (Asbestos -Cement or Fire -Clay Cement), (For Electrical Purposes) AC 150/5340-9 Prefabricated Metal Housing for Electrical Equipment AC 150/5345-3 Specification for L-821 Panels for Remote Control of Airport Lighting AC 150/5345-5 Circuit Selector Switch AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors AC 150/5345-13A Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits ASTM A 615 Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement ASTM C 62 Specification for Building Brick (Solid Masonry Units Made from Clay or Shale) ASTM D 83 Red Lead Pigment REA BULLETIN 345-14 REA Specification for Fully Color -Coded, Polyethylene -In- sulated, Double Polyethylene -Jacketed Telephone Cables for Direct Burial 109 - 7 odifications to ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT Item L-110 Installation of Airport Underground Electrical Duct, of the project specifications, shall be modified as follows: 1. Paragraph 110-2.2 BITUMINOUS FIBER DUCT - Delete this entire paragraph. Bituminous fiber duct shall not be used in this item. 2. Paragraph 110-2.3 ASBESTOS CEMENT DUCT • Delete this entire paragraph. Asbestos cement duct shall not be used in this item, 3. Paragraph 110-2.5 STEEL CONDUIT Delete this entire paragraph. 4.Paragraph 110-2.7 PLASTIC CONDUIT - Delete paragraph "b." Plastic conduit shall be Type II. 5. Paragraph 110-3.4 DUCT MARKERS -'Delete this paragraph. Duct markers will not be required for this project. 6 Add the following new paragraph. "110-3.7 MOISTURE BARRIER AND LUBRICANT At all. sign bases and junctions, the Contractor shall apply a silicone moisture barrier and lubricant equal to "4 Electrical Insulating Compound" tweeting MIL -S-8660 to each bolt and lid gasket. A sufficient amount' of lubricant shall be applied as directed by the Engineer." 7. Paragraph 5.1 - Delete this paragraph and insert the following: "Payment shall be made at the contract unit price for duct markers, per each. This 'price shall be full compensation for furnishing all materials, and for all preparation and installation of the materials, and 'for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under Item L-110 1 -way, 2 -inch Underground Electrical Duct, per linear foot; and 110 —a a 2/17/89 AC 150/5370-10A ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL- DUCT. DESCRIPTION 110-1.1 This item shall consist of underground electrical ducts installed in accordance with this specifica- tion at the locations and in accordance with the dimensions, designs, and details shown in the plans. This item shall include the installation of all underground electrical ducts or underground 'conduits. It shall also include all trenching, backfilling, removal, and restoration of any paved areas; manholes, concrete encase- ment, mandreling installation of steel drag wires and duct markers, capping, and the testing of the installa- tion as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certificationof compliance with the applicable specification when so re- quested by the Engineer. 110-2.2 BITUMINOUS FIBER DUCT. Bituminous fiber duct and fittings shall conform to the require- ments of Underwriters Laboratories Standard 543. a. Type I, for concrete encasement. b. Type II, for direct burial. 110-2.3 ASBESTOS CEMENT DUCT. Asbestos cement duct and fittings shall conform to the require- ments of Fed. Spec. W -C-571 and shall be one of the following, as specified in the proposal: a. Type I, for concrete encasement. b. Type II, for direct burial. 110-2.5 STEEL CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Under- writers Laboratories Standard 6, 514, and 1242. 110-2.6 CONCRETE. Concrete shall conform to Item P-610, Structurzl Portland Cement Concrete, using 1 -inch (25 mm) maximum size coarse aggregate. 110-2.7 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W -C-1094 and shall be one of the following, as specified in the proposal: a. Type.I - suitable for underground use either directly in the earth or encased in concrete. b. Type II - suitable for either above ground or underground use. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground ducts at the approximate locations indicat- ,ed in the airport layout plans. The Engineer shall indicate specific locations.as the work progresses. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size is indicated in the plans or specifications, the ducts shall be not less than 3 inches (75 mm) inside diameter. All duct lines shall be laid so as to grade toward handholes, manholes and duct ends for drainage. Grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward manholes, handholes, or duct ends. Pockets or traps where moisture may accumulate shall be avoided. 110 - 1 AC 150/5370-10A _ 2/17/89 The Contractor shall mandrel each duct. An iron -shod mandrel, not more than 1/4 -inch :(6 mm) smaller than the bore of the duct shall be pushed ,through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with a No. 10 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to bend the drag wire back to. prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with hardwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4 -inch (6 mm) greater in diameter than the duct. All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts, except steel conduit, installed under runways, taxiways, aprons, and other paved areas shall be encased in a concrete envelope. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is 'disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 110-3.2 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the plans, concrete -encased ducts shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the finished subgrade where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (45 cm) below finished grade where installed in unpaved areas. Ducts under paved areas shall extend at least 3 feet (90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any underdrains which may be installed alongside the paved area. Trenches for concrete -encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts for concrete encasements shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. Where two or more ducts are encased in concrete, the Con- tractor shall space them not less than 1-1/2 inches (37 mm) apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches (75 mm) thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. When specified, the Contractor shall reinforce the bottom side and top of encasements .1withsteel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply addition- al supports where the ground is soft and boggy, where ducts cross under roadways, or where otherwise shown on the plans. under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 51oot (150 cm) intervals. When clay or soapstone ducts are specified, they shall be installed with concrete encasement as described above. Clay conduit shall be of the single -bore type. Where the self -centering socket joint type of single clay duct is used, conduit shall be built up, tier by tier, and separated only by sufficient 'mortar or fine aggregate concrete to bed the ducts evenly and fill all volds between ducts. Single ducts shall be jointed together and the joints grouted with portland cement mortar. A,suitable gasket (of rubber or other approved material) shall first be placed in the receptacle end of the duct, prior to the joining operation, in order to exclude all mortar from the duct. Where the square bore butt joint type of clay duct, single or multicell, is used, sections shall be aligned with at least four steel dowel pins and joints wrapped with duct tape 6 inches (150 mm) wide and lapped 6 inches (150 mm) . All joints in a bank of single -bore ducts shall be staggered, beginning evenly from the manhole or handhole, by means ofshort lengths 6, 8, 9, 12, and 15 inches (150, 200, 230, 300, 380 mm) long. Cement mortar shall be trowled around each and every joint. Voids in the, duct bank; caused by the external shape of the corners of the conduit, shall also be filled with mortar. The joining and joints of soapstone duct shall be done in accordance with the manufacturer's recommendations. 110 2 2/17/89 AC 150/5370-10A 110-3.3 DUCTS WITHOUT CONCRETE ENCASEMENT. Trenches for single -duct lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide, and the trench for 2 or more ducts installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete en. casement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. A layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the duct. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 -inch (6 mm) sieve. The bedding material shall be tamped until firm. Unless otherwise shown in plans. ducts for direct burial shall be installed so'that the tops of all ducts are at least 18 inches (45 cm) below the finished grade. When two or more ducts are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches (50 mm) apart (measured from outside wall to outside wall) in a horizontal dir ction and not less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length before duct is installed so that if any obstructions are encoun- tered, proper provisions can be made to avoid them. 110-3.4 DUCT MARKERS. The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet (60 em) square and 4 inches (100 mm) thick extending approximately 1 inch (25 mm) above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. The Contractor shall 'impress the word "duct" on' each marker slab. He shall also impress on the slab the number and size of ducts beneath the marker. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2 -inch (12 mm) and 1/4 -inch (6 mm) deep or as large as the available space permits. 110-3.5 BACKFILLING. After concrete -encased ducts have been properly installed and the concrete has had time to set, the trench shall be backfilled in at least two layers with excavated material not larger than 4 inches (100 mm) in diameter and thoroughly tamped and compacted to at Ieast the density of the surround- ing undisturbed soil. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, when sod is io be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. For ducts without concrete envelope, 8 inches (200 em) of sand, soft earth, or other fine fill (loose measure- ment) shall be placed around the ducts and carefully tamped around and over them with hand tampers. The remaining trench may be filled with regular run of excavated material and thoroughly tamped as specified above. 110-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The restoration shall include any necessary top - soiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 110 3 AC 150/5370-10A 2/17/89 METHOD OF MEASUREMENT 110-4.1 Underground duct shall be measured by the linear feet (meter) of duct installed, measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS ,OF PAYMENT 110-5.1 Payment will be made at the contract unit price for each type and size of single -way or multi -way duct completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-110-5.1 Single -Way or Multi -Way Electrical Duct --per linear foot (meter) MATERIAL REQUIREMENTS Fed.Spec.W-C-571 Conduit and Fittings, Nonmetal, Rigid; (Asbestos -Cement, or Fire -Clay Cement), (For Electrical Purposes) Fed.Spec.W-C-1094 Conduit and Fittings; Nonmetallic, Rigid, (Plastic) Underwriters Laboratories Rigid Metal Conduit Standard 6 Underwriters Laboratories Fittings for Conduit and Outlet Boxes Standard 514 'Underwriters Laboratories Impregnated -Fiber Electrical Conduit Standard 543 Underwriters Laboratories Intermediate Metal Conduit Standard 1242 110 4 codifications to ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Item L-125, Installation of Airport Lighting Systems, of the project specifications, shall be modified as follows: 1 Paragraph 125-2.3 CONCRETE Delete this paragraph and. replace with the following new paragraph:- "Concrete for sign slabs and L-867 base encasement shall meet Item P-610, STRUCTURAL PORTLAND CEMENT CONCRETE.'" 2. Delete Paragraph 125-2.4 CONDUIT, and insert the following: "125-2.4 CONDUIT.. PVC conduit and fittings shall conform to the requirements of Item L-110, INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT, of these specifications." 3. Delete Paragraphs 125-2.5 SQUEEZE CONNECTORS and21 5-2.f TEES. 4. Add the following new paragraph: 0125-2.4 -CABLE. Underground electrical cable shall be furnished and installed in accordance with the requirements of Item L-108, INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS, of these specifications." 5. Add the following new paragraph: "125-2.5 NEW 'INTERNALLY -LIGHTED DIRECTION. 1IANDATORY OR LOCATION SIGNS. New internally -lighted direction signs shall be base mounted, Type L -858Y, Size 2, Style 2, Class 1, with black legends on a yellow background. New internally -lighted mandatory instruction signs shall be base mounted, Type L -858R, Size 2, Style 2, Class 1, with white legends on a red background. New internally -lighted taxiway and runway location signs shall be base mounted, Type L -858L, Size 2, Style 2, Class 1, with yellow legends and borders on a black background. All new signs shall be installed at locations shown on the plans and in accordance with this specification and the details shown on the plans. Legends shall be as shown on the plans. G If the new sign is to be installed on.an existing sign base, the Contractor shall make any necessary modifice.tions to the existing sign base to accomplish the installation as detailed on the drawings. Unless otherwise called for on the plans or directed by the Engineer, the Contractor shall provide and install a new concrete 'encased,L-867 Class 1, Size B base (with bottom drain hole), a new series isolation transformer and new light bulbs for each new sign installed. New transformers ,light bulbs, light bars, and other electrical equipment shall be compatible with the existing runway or 125 - a taxiway lighting circuit and the equipment provided, and shall be properly sized for the intended installation." 6. Add the following new paragraph: *125-2.6 NEW UNLIGHTED DIRECTION MANDATORY TAXIWAY ENDING MARKER OR LOCATION SIGNS. New unlighted direction signs shall be base mounted, Type L -858Y, Size 2, Style 4, with black legends on a yellow background. New unlighted mandatory instruction signs shall be base mounted, Type L -858R, Size 2, Style 4, with white legends on a red background. New unlighted taxiway and runway location signs shall be base mounted, Type L -858L, Size 2, Style 4, with yellow legends and borders on a black background. New unlighted taxiway ending marker shall be base -mounted, Type L-858, Size 2, Style 4, with alternating yellow and back diagonal stripes. All new signs shall be installed at locations shown on the plans and in accordance with this specification and the details shown on the plans. Legends shall be as shown on the plans. If the new sign is to be installed on an existing sign base, the Contractor shall make any necessary modifications to the existing sign base to accomplish the installation." 6. Add the following new paragraph: "125-2.6 REMOVAL OF EXISTING INTERNALLY LIGHTED SIGNS'. The Contractor shall remove certain existing internally lighted signs, as shown on the plans or as directed by the Engineer. Signs shall be removed, protected and stored by the Contractor in such a manner as to protect the existing unit from damage. All signs removed, shall remain the property of the: Airport and shall be delivered to the on -airport storage location. The existing lighting circuit shall be spliced as herein specified. The Contractor shall install a new solid metal base cover on the existing sign base." Where anew sign will not be reinstalled at the location of an existing sign which is removed, the existing concrete base, and slab and metal can shall be removed and disposed of by the Contractor. The existing conduit running between the removed sign and junction box to remain shall be watertight capped or plugged with a plastic cap or plug designed for the existing 2 - inch plastic conduit. The cavity resulting from the base and slab removal shall be backfilled in accordance with Item P-152, Excavation and Embankment. 7. Add the following new paragraph: *125-2.7 CONNECTION To EXISTING LIGHTING CIRCUI y, All new signs shall be connected to the, existing or taxiway lighting circuit as shown on the plans or as directed by the Engineer. Certain existing circuits are in conduit; other existing circuits are in direct burial. For either condition, the 125 - b Contractor shall install a new concrete encased, L-867 Class 1, Size B base (with bottom drain hole) (junction box) at the existing circuit, and extend a 1 -way, 2 -inch conduit to the new sign base. If the existing lighting circuit is in conduit, the Contractor shall connect the existing conduit to the new junction box, and replace the existing cable in the existing conduit to the nearest existing lighting or sign units. Continue the replacement cable to the new or relocated sign with no splice at the junction box. If the existing lighting circuit is in direct burial, the Contractor shall install a new junction box at the existing circuit, and splice into the existing circuit in the new junction box. Extend a new 1 -way, 2 -inch conduit to the new sign base, and pull new cable from the splices in existing circuit. The Contractor shall also provide and install a new gasketed, watertight, solid metal cover plate on each new junction box." 8. Add the following new paragraph: "125-2.8 IDENTIFICATION DISKS. A new, non -corrosive metal disk, minimum 2 -inches in diameter, with numbers, permanently stamped thereon, shall be attached by the Contractor to each new or relocated sign installed, as shown on the plans or as required by the Engineer." 9. Delete Paragraph 125-3.2 PLACING LIGHTS, and insert the: following: "125-3.2 PLACING NEW AND RELOCATED SIGNS. New and relocated signs shall be installed at the approximate locations indicated on the plans and in accordance with the details shown on the plans. The exact locations shall be as directed by the Engineer." 10. Paragraph 125-4.1 - Delete this entire paragraph and insert the following: "125-4.1 The quantity of new internally -lighted direction, mandatory or location signs to be paid for under this item shall be the actual number installed as completed units, in place, ready for operation, and accepted by the Engineer, including, but not limited to, sign fixture, concrete -encased L-867 sign base, series isolation transformer, light bulbs, wiring connectors, and concrete slab.. If required, this item shall also include modifications to the existing sign base and slab. The quantity of new unlighted direction, mandatory, taxiway ending marker or location signs to be paid for under this item shall be the actual number installed as completed units, in place, and accepted by the Engineer, including, but: not limited to, sign fixture, and concrete slab. If required, this item shall also include modifications to the existing sign slab. 125 - c The quantity of existing internally lighted signs to be removed to be paid for under this item shall be the actual number removed, complete, delivered to the Owner and accepted by the Engineer, including slab and base removal and plug or cap on existing conduit to remain if new sign will not be reinstalled. The quantity of existing unlighted signs ,to be removed to be paid for under this item shall be the actual number removed, complete, delivered to the Owner and accepted by the Engineer, including slab and base removal and plug or cap on existing conduit to remain if new sign will not be reinstalled. The quantity of new junction boxes to be paid for under this item shall be the actual number provided and installed, complete, and accepted by the Engineer. Underground electrical cable and counterpoise wire shall be measured and paid for under Item L-108, INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS, of these specifications. Underground conduit shall be measured and paid for under Item L-110, INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT, of these specifications." 11. Paragraph 125-5.1. - Delete this entire paragraph and insert the following: "125-5.1. Payment shall be made at the contract unit price for the various items described herein and in the Proposal per each. These prices shall be full compensation for furnishing all materials, except those relocated, and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item L-125, 1- or 2 -Character Internally -Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each; Item L-125, 3- and 4 -Character Internally -Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each; Item L-125, 5 or 6 -Character Internally -Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab; complete, per each; Item L-125, 7- or 8 -Character Internally -Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per each; 125 - d Item L-125, 13- or 14 -Character Internally -Lighted Mandatory, Directional or Location Sign, including base mounting and concrete slab, complete, per esich; Item L-125, Remove Existing Internally -Lighted Sign Base, and Slab, including splicing existing lighting circuit, complete, per each; Item L-125, L-867 Junction Box, Class 1, Size! B, concrete encased, complete, per each; and Item L-125, 3- or 4 -Character Unlighted. mandatory, Directional or Location Sign, including concrete slab, complete, per each; Item L-125, 7- or 8 -Character Unlighted. Mandatory, Directional or Location Sign, including concrete slab, complete, per each; Item L-125, 13- or 14 -Character Unlighted Mandatory., Directional or Location Sign, including concrete slab, complete, per each; Item L-125, Unlighted Taxiway Ending Marker, including concrete slab, complete, per each; Item L-125, Remove -Existing Unlighted Sign and Concrete Slab complete, per each; Item L-125, 1- or 2 -Character Lighted mandatory, Directional or Location Sign Replacement Face, complete per each; Item L-125, 3- or 4 -Character Lighted Mandatory, Directional or Location Sign Replacement Face,. Complete, per each; Item L-125, Blank Replacement Sign Face, complete, per each; 125 - e 10/24/7+ AC 150/5570-10 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS Description 125-1.1 This item cancels and replaces the items listed in paragraphs 125-1.2--125-1.8. 125-1.2 Item L-114, Installation of Mediur.► Intensity Runway and Taxiway Lights with Stake Mounting. 125-1.3.Item L-116, Installation of Medium Intensity Runway and Taxiway Lights :r_th Stake Mounting. !25-1.4, Item L-120, Installation of Internally Lighted Taxiway Guidance Signs. 125-1.5 Item L-121, Installation of high Intensity Runway Lights. 125-1.6Item L-122, Installation of Airport Low Intensity Lighting System. 125-1.7 Item L-123, Installation of Touchdown Zone Lights, Inset and Base Mounted. 125-1.8 Item L-124, Installation of Runway Centerline and Taxiway Turnoff Lights. 125-1.2 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specification, and the applicable advisory circulars. The systems are installed at the location and in accordance ;with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the engineer. 125-1 AC 150/5370-10 _0/2,/7,, Y ITEM L-125 INSTALLATION OF. AIRPORT LIGHTING SYSTEMS 125-1.10 Additional details pertaining to a specific syste= core_=d :n phis item are contained in the advisory circulars listed in parazr�� s 12: _.__--125-1.10. _25-1._1 AC 150/540-4, !nstallat_on Details _or R,_,nway Cente_ i ine Touc'-do rn Zone Lig.riti*?9 Sys terns. �.y AC =50/5340-13, :?_`^. intensity R• :nwaY r ' 'Ming r.'*+, - -'-g- Sys ��.... '-25-' 13 1C 150/5340-14, Econo=7 Approach Lig-ting Aids. :25-1-14 AC 150/5:40-15, Taxi,ray Edge L•_: tins System. 125-1-15 AC 150/5:'-.0-16, Medium _ntens_ty Ru*�umay T : Ztin v -t-^+ J Light_ g• g S, s zm . -2=-1 ' o AC -:0/53'-,0-19, Taxi,. -way Gu -ice Sigz-! System. Equipment and iNiateri a1s 25-2.1' GE -NERAL. (a) Airport lighting equipment and materials covered by Fds_ specifications shall 'nave the prior approval of the Federal Aviation Administration, Airports Service, Washington, D. C. 2059_, and shall be listed in Advisory Circular 150/53,545-1, Approved Airport Lighting Equ'pr._rt. (b) All other equipment and raterials covered by other referenced specifications shall be subject to acceptance through the manufac t arer's certification of compliance with the applicable specifications. (c)- Lists of the equipment and materials required for a'particular system are contained in the applicable advisory circulars. 125-2 10/24/7+ AC 150/5370-10 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYS=IS 125-2.2 TAPE. Rubber and plastic electrical - Des shall be Scotch Electrical Tape Nm;bers 23 and 88, respectively, as manufactured by the Minnesota !,Lining and Manufacturing ComDany, or an approved equal. 125-2.3 CONCR'TE. Concrete for backfill shall be proportioned not leaner than a 1-3-6 mi.x by vola -me and shall have a compressive strength of not less than 2,000 PSI. pproved clean aggregate shall be used to produce the concrete. ,25-2.4 "CONDUIT. Rigid steel conduit and fittings shall, conform to the reeuirements of Fed. Spec. IT' -1--C-581 ,25-2-5 SQUE'E'ZE COINN C^'ORS. L Squeeze connectors, if specified, shall be equal to Crouse -Hinds Ccmipany, type CGB cable connector urith neoprene rubber bushing. 125-2.6 =S. Large radius bend tees, if specified, stall be equal to Crouse -Hinds Company I.7o. ET -43 - Cons t'l-action T-43. Construction Methods 125-3.1 GET -E -RA,,. The installation and testing details for the systems shall be as specified in the applicable advisory circulars. 125-3.2 PL._CI14G LiGHTS. The light fixtures shall be installed at the approximate location indicated in the plans. The exact location shall be as directed by the engineer. Method of Measurement 125-4.1 The quantity of lights to be paid for under this iteZ. shall be the number of each type installed as completed units in place, ready for operation, and accepted by the engineer. 125-3 AC -150/5370-10 ITEM L-125 INSULLATION OF AIRPORT LIGHTING SYSTEMS 10/24/74 Basis of Payment 125-5.1 Payment will be made at the contract unit price for each complete light installed in place by the contractor and accepted by the engineer.. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for al'_ labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-125--5.1 Medium Intensity Runway Lights, Base Moli..nzed in Place --mer each. Item L-125-5.1 Taxiway Lights, Base Mounted in Place -- per each. Item L-125-5.1 Medium Intensi ty Runway Lights, Sta_ce Mounted in :lace --per each. Item L-125-5.1 Ta:. way S._gztS, Stake ?counted in Place --per each. Item L-125-5.1 y:gh Intensity Runway Lights, in Place --per each. Item L-125-5.1 Toucrdo::-n Zone Lights in Place --per each. Item L-125-5.1 Runway Centerline Lights, in Place --per each. Item L-125-5.1 Medium Intensity Approach Lights, in Place -- per each. Item I-125-5.1 Runway End Ident.fication Lights, in Place -- per each. Item L-125-5.1 Abbreviated Visual Approach Slope Indicator, in Place --per each. Item L-125-5.1 Airport Taxi Guidance Signs, in Place --per unit,of like size.' 125-4 10/24/74 AC 150/5370-10 ITEM L-125 INSTALLATION OF AIRPORT LITHTING SYSTEMS Federal Snecificatiors Referenced in Item L-125 Number Title ww-C-581 Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc -Coated. FAA Specifications Referenced in Item L-125 Nur.:ber Title AC 150/5340-4 Installation Details for Centerline and Touchdown Zone Lighting Systems. AC 150/5340-13 High Intensity Runway Lighting System. AC 150/5340-14 Economy Approach Lighting Aids. AC 150/5340-15 Taxiway Lighting System. _"_C 150/5340-16 MecLum Intensity Runway Lighting System. AC 150/5340- Taxiway Guidance Sign System. 125-5 ism Modifications to ITEM GEN EMERGENCY POWER GENERATION AND CONTROL' Item GEN Emergency Power Generation and Control of the project specifications, shall be modified as follows 1. Add "Paragraph 4, METHOD OF MEASUREMENT, All equipment, materials, labor and incidentals provided under this sectionof the specifications shall be measured for payment on a lump sum basis." 2. Add "Paragraph 5, BASIS OF PAYMENT, Payment shall be made at the contract lump sum price bid for construction of all improvements including all equipment, materials, labor, and incidentals specified under 'this section of the specifications, complete and in place. j` Payment will be made under: Item GEN, Emergency Power Generator and Control, lumbi sum." I a { i ITEM GEN EMERGENCY POWER GENERATION AND CONTROL 1. GENERAL: 1.1 NOTE: Conform with applicable provisions of the General Conditions, Special Conditions,.General Requirements, and Supplemental Conditions. 1.2 SUBMITTALS: Submit for review catalog data, wiring diagrams and drawings on all equipment items. 1.3 SCOPE: Furnish and install a complete emergency engine -generator plant to furnish power to circuits as shown. All equipment shall be new and unused. The unit shall be the product of a manufacturer regularly engaged in the production of such equipment. That company and its authorized dealer shall assume sole responsibility for the performance of the unit and all its accessories. The unit shall be a standard model in regular production and shall be selected to operate at a rating recommended by the manufacturer's current catalog literature. The engine -generator shall be of Detroit Diesel, Caterpillar, or approved equal manufacture. 1.4 WARRANTY: The generating unit offered shall be covered by the manufacturer's,standard warranty or guarantee on new machines. 1.5 PARTS AND SERVICE: The supplier offering the engine generator set shall be the authorized dealer of the manufacturer of the not, and shall be fully qualified and authorized to provide service and parts for the engine, generator and auxiliary components at any time, day or night. Availability of parts and service will be considered in reviewing the.submittal,.and the supplier shall guarantee to have qualified service technicians on the site within one-hour of receipt of the request. 1.6 TESTING: The complete engine -generator plant shall be assembled and tested at the factory. The tests shall be as outlined herein and a certified report of the test shall be submitted for review. Factory tests shall be as follows: 1.6.1. The unit shall be run at 100%, load for two hours. At fifteen minute intervals readings shall be taken and logged for generator terminal voltage, generator output current, frequency, engine oil pressure, engine water temperature and average air temperature. 1.6.2 The transient response shall be measured and logged at 100%, 90%, 50%, and 25% load by single stage switching. 1.6.3 Engine overspeed trip, water temperature trip and oil pressure trip shall -be tested and logged. 1.7 COMPLIANCE WITH STANDARDS: 1.7.1 The engine -generator set shall comply with the requirements of the Texas Air .Control Board under the standard exemption'for standby power. 1.7.2 The manufacturer shall submit evidence that the unit complies by submitting a list of each air contaminant and the emission rate of each in f' pounds per hour. 1.7.3 Within 20 days of the date of the Notice to Proceed, the contractor shall register the generator with the Texas Air Control Board with Form PI -7 which may be obtained;.from the Texas Air Control Board. GEN -1 2. PRODUCTS: 2.1 RATING: 2.1.1 The rating of the unit shall be based on operation of the set when equipped with all of the necessary operating accessories,.such as,.. radiator, fan, air cleaners, lubricating oil pump,.fuel-injector pump, fuel transfer pump, jacket water pump, governor, charging generator, main generator, exciter, regulator, muffler and other devices specified herein. 2.1.2 When operating at an altitude 3200 feet above seal level in an ambient temperature of 120 degrees F. maximum and 0 degrees F. minimum, the unit shall be capable of producing 250 KW, 312.5 KVA at 0.8 power factor continuously for standby power application, regardless of the duration of the outage _of°the normal power supply. 2.2 ENGINE SPECIFICATIONSs 2.2.1 Type: Full diesel, compression ignition; liquid cooled; two or four cycle; either naturally aspirated, pressure charged or'turbocharged; operating on No. 2 diesel fuel. 2.2.2 'Horsepower: The brake horsepower of the engine at rated RPM with all accessories attached, shall not be less than required by the full load rating of the generator, taking into account all efficiency losses. 2.2.3 Speed: 1800 RPM 2.2.4 Cylinders: Multi -cylinders, vertical in-line`or V -type; removable wetor dry type liners of close grained alloy iron, heat treated for proper.hardness to obtain maximum life. 2.2.5 Pistons: Trunk type; oil cooled; cast iron or aluminum alloy; fitted with both compression and oil control rings. 2.2.6 Crankshaft: Drop forged, electrically hardened and dynamically balanced; main bearing journal on both sides of each crankpin. 2.2.7 Bearings: Connecting rod and main bearings shall be precision removable shell type., 2.2.8 Valves: Heat resisting alloy steel with stellate facing; stellate faced exhaust valve seats. 2.2.9 Lubrication: Submerged suction, gear type oil pump to supply forced feed, constant pressure oil to all important points such as main bearings,. crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and valve rocker mechanisms; replaceable element, full flow oil filter; spring loaded bypass valve to bypass oil if filter is clogged; lubricating oil cooler, engine mounted and water cooled. 2.2.10 Fuel Pump: Integral engine -driven fuel transfer pump to 'supply adequate quantity of -fuel under all 'conditions to the engine injection system. 2.2.11 Governor: 'Hydraulic type, to maintain frequency stability of plus or minus 0.33 percentatany steady state from no 'load to full load; frequency regulation of 258 load change not more than 2% with 3 seconds maximum recovery time; frequency transient on 1008 load rejection not more than 88. 2.2.12 Starting Equipment: Electric starting'motor with solenoid and Bendix or Dyer drive; hard rubber cased nickel -cadmium storage batteries mounted on unit or in separate rack beside engine; all required cables and connections; automatic solid state full wave silicon rectifier battery charger capable of maintaining battery at full charge; adjustable charge rate with two GEN -2 steps, trickle charge and fast charge= ammeter and automatic reset thermal overload circuit breaker on charger] charger may be mounted on wall or on generator control panel, and shall operate from 120 volts normal power. 2.2.13 Cooling System: Engine shall be equipped with mounted radiator and fan, temperature -control valve, and gear or V -belt driven engine water circulating pump. System shall be adequate to cool engine inanambient temperature of 120 degrees F. Provide a permanent type ethylene glycol antifreeze coolant in the cooling system, suitable for operation at 0 degrees F and approved by the engine manufacturer. 2.2.14 Immersion Heater: Provide an electric immersion heater with thermostat in engine cooling water system to maintain constant temperature when engine is not in operation. Heater shall operate on 120 volts, single phase, 60 Hz. current. 2.2.15 Exhaust System: Provide critical silencer type muffler and flexible stainless steel exhaust connection for each exhaust outlet. 2.2.16 Air Cleaner and Silencert -Provide an air cleaner and silencer as recommended by the engine manufacturer. 2.2.17 Engine Instruments: iFrovide on -an engine control panel the following: 1. Water inlet and outlet temperature gages 2. Lubricating oil pressure and temperature gages 3. Combination alarm .and shutdown systems for high water temperature and/or low oil pressure, with indicating lights. 4. Combination alarm and shutdown with indicating light for engine overspeed. 2.2.18 Flywheel: Both statically and dynamically balanced. 2.2.19 Fuel and Oil Consumption: State guaranteed fuel consumption at 100, 75, and 50 percent load at rated speed. Also state guaranteed lubricating oil consumption. - Fuel consumption shall not exceed 0.44 pounds per brake horsepower per hour at full load with fuel rated at 19,350 Btu per pound (high heat value). 2.3 ALTERNATOR AND EXCITERS 2.3.1 Alternator: Engine -driven, revolving field synchronous generator, direct connected to engine with steel disc flexible coupling. Generator housing shall bolt to engine flywheel housing. It shall have a single ball bearing support for the rotor. Rotor shall be dynamically balanced up to 25% overspeed. Generator shall conform to applicable NEMA Standards. it shall be open, drip -proof type with amortisseur windings and-. Class A, B, F or H insulation. Generator shall be rated 120/208 volts, 3 , phase, 4 wire, 60 Hz. 312.5 KVA, 250 KW at 0.8 p.f. for continuous service in standby power application at the altitude and ambient temperature specified hereinbefore. 2.3.2 Exciter: Generator field excitation shall be by either a rotating exciter mounted on generator rotor shaft .through a brushless rotating diode system, or by a solid state static exciter system through generator slip rings. GEN -3 2.4 VOLTAGE. REGULATOR: 2.4.1 Voltage regulator shall be of the static magnetic amplifier or transistor type. A voltage adjusting rheostat shall provide plus or minus 10 percent voltage adjustment. Regulator shall maintain generator output voltage within plus or minus l percent of rated value from no load to full load at 0.8 p.f. Voltage stability shall be plusor minus 0.5 percent of average RMS value at any steady state load condition from no load to full load. Stable voltage operation shall be re-established within 2 seconds following any sudden load change between no load and full load. On any load addition up to and including 90 percent full load, the voltage dip shall not exceed 20 percent of rated voltage. 2.4.2 Generator Switchboard: Provide a generator switchboard in a free-standing cabinet, containing the following equipment. 1. AC ammeter 2. AC voltmeter 3. Frequency meter 4. Exciter field rheostat S. Voltage Regulator 6. current and potential transformers as required 7. Combination ammeter -voltmeter phase selector switches S. Generator line circuit breaker of proper trip rating and interrupting capacity for the generator rating.. 9. Panel lights 10. Necessary wiring and interconnections in accordance with standard commercial electrical practices. 11. Running Time meter 12. Annunciator alarms as described below 2.5 FUEL SUPPLY SYSTEM: 2.5.1 Day Tank: The existing day tank is to be reconnected and reused. 2.5.2 Fuel Transfer Pump: The existing fuel transfer pump may be reused. . 2.5.3 Underground Fuel Storage, Tank: The existing underground fuel -' storage tank will be reused.: 2.5.4 Diesel Fuel Piping: All piping associated with the diesel fuel system will be furnished and installed as a part of the work under Item MS. Furnish the necessary fuel line flexible connections for installation under Item MS. 2.6 ANNUNCIATION ALARMS: .2.6.1 .Provide and install in the generator switchboard, an alarm annunciator..The annunciator shall be powered by the engine -generator storage battery to provide a warning of derangement or alarm conditions in the.standby power planta 2.6.2 Visual Alarms: The annunciator shall contain visual signals to indicates 1. The standby plant is generating 2. Low storage battery voltage 3. High storage battery voltage 4. Failure to start (OVERCRANK) 5. Low oil pressure 6. High engine water temperature 7. Low water jacket temperature S. Engine overspeed 9. Low fuel supply in storage tank GEN -4 2.7 AUTOMATIC TRANSFER SWITCH: 2.7.1 Starting Controls: Engine starting control shall operate from a single pole contact that closes for engine start and opens for engine stop. When engine fires, cranking controls shall be automatically disconnected. Cranking disconnect shall prevent recranking for a definite time if voltage falls to a low value. If engine fails to fire, or if any safety device operates while the engine is 'running, engine shall stop immediately and starting controls shall lock out, requiring manual reset. Cranking shall be continuous for 45 seconds before lockout. 2.7.2 Sequence of Operations 1. Transfer switch shall close pilot contact to start engine 1 second after normal source failure or l second after drop in voltage on any phase to 858 or less of normal voltage. When generator is delivering not less than 90% rated voltage and 958 of nominal frequency, the main transfer switch shall transfer load from normal to emergency generator. Upon restoration of normal source to not less than 958 of rated voltage on all phases, load shall be retransferred to normal source after a time delay of 30 minutes (job adjustable). After retransfer, engine shall run for 5 minutes unloaded and then shut down, ready to restart on next power failure. If standby plant should fail while carrying the load, retransfer to normal source shall be instantaneous upon restoration of normal source. Means shall be provided to start the engine manually for test purposes without transferring the load, and also to simulate a power failure and actually transfer the load as in a real failure. The switch shall contain pilot lights to indicate the source to which the switch is connected. 2. A job -adjustable clock exerciser shall be provided, to exercise the plant automatically at full load at regular intervals for a pre -selected period of time. 3. The switch shall be rated 1000 amperes, 3 pole 120/208 volts, three phase, 4 wire service with neutral terminal lugs. The switch shall utilize solid-state sensing on normal and emergency for automatic, positive operation. 4. Close differential voltage sensing shall be provided on all live lines. The pickup voltage shall be adjustable from 85% to 1008 of nominal and the dropout voltage shall be adjustable from 758 to 988 of the• pickup value. 5. The time delay to override momentary normal source outages shall be field adjustable from 0.5 to 6 seconds and factory set at one second. 6. The time delay on retransfer to normal shall be field adjustable from 0 to 30 minutes and factory set at 30 minutes. 7. The unloaded running time delay for generator cooldown shall be field adjustable from 0 to 5 minutes and factory set at 5 minutes. S. Independent voltage and frequency sensing shall be provided for the emergency source. The pickup voltage shall be adjustable from 858 to 1008 of nominal (factory set at 908) and pickup frequency shall be adjustable from 908 to 1008 of nominal (factory set at 95%). 2.7.3 Descriptions 1. Transfer switch shall be a double throw switch operated by momentarily energized solenoid mechanism. It shall be inherently interlocked mechanically and electrically, with no _neutral position possible. Operating current for transfer shall be from source to which it is transferring load. Main contacts shall be silvered. All contacts and coils shall be easily replaceable from front of panel without major disassembly. Switch shall be GEN -5 suitable for all classes of loads. It shall conform to the latest UL Standard 1008 and the additional requirements herein. 2. The control module shall be supplied with a protective cover and shall be separately mounted inside the transfer switch for ease of maintenance. Sensing andcontrollogic shall be solid state and mounted on plug-in circuit boards. 3. The switch shall be ASCO 940. 3. EXECUTION: 3.1 MOUNTINGS 3.1.1 The engine generator set shall be factory mounted on a welded structural steel base of box type construction. 3.1.2 Submit the following for review: 1. Drawings of engine -generator set and foundation requirements 2. Literature describing the set and indicating its current production status. 3. Make and type of engine, generator and all auxiliary equipment. 4. Number of cylinders, bore, stroke and displacement 5. Rated RPM 6. BHP of engine at rated speed 7. Generator rating, RVA, KW and p.f. 8. Description of generator, exciter and voltage regulator. 3.2 ON-SITE TESTING OF ENGINE/GENERATOR: 3.2.1 After new generator has been installed, a representative of the generator manufacturer shall inspect the installation and shall perform the pre -starting checks on the units before they are energized. This representative shall crank the units and test for proper operation. 3.2.2 The contractor, under the supervision of the manufacturer's representative, shall perform load tests on each engine/generator unit. The contractor shall provide theloadbank and all materials, equipment, and personnel necessary to perform the load tests.. Fuel for the tests will be furnished by the owner. Personnel shall be present for the duration of the tests and shall record the data which shall be submitted for review. 3.2.3 The load test shall consist of running the unit at 300% load for a period of 4 hours. During this period, the following data shall be recorded at 15 minute intervals. 1. Time of day 2. A.C. voltage (each phase) 3. A.C. amps (each phase) 4. Frequency .5. 'Engine coolant temperature 6. Engine oil pressure 7. Outside air temperature GEN -6 3.3 INSTRUCTION: The manufacturer's representative shall allot sufficient time to instruct the owner's personnel as to the complete operation of the emergency system including the engine -generator, transfer switches, service recommendations, exercise periods and procedure, etc. 3.4 TEMPORARY ENGINE -GENERATOR: 3.4.1 The vault shall not be without normal or standby power during the installation of the new work. Furnish a portable engine -generator which shall be self-contained. It shall be connected to serve the vault load during operations when the normal or emergency power is interrupted. The generator shall have a minimum rating of 180 RW at 3200 feet when operating in a maximum temperature of 120°F. 3.4.2 Provide and install all cables, connectors, etc. required for the temporary connection of the unit. Remove all temporary connections when the installation is complete. END OF SECTION GEN -7 Modifications to ITEM MS MECHANICAL SYSTEMS Item MS Mechanical Systems of the project specifications, shall be modified as follows. 1. Add "Paragraph 4, METHOD OF MEASUREMENT AND BASIS OF PAYMENT, Equipment, materials, labor and incidentals provided under this section of the specifications will not be measured separately for payment. Measurement and payment will be included in the lump sum price for Item L-109, Installation of Airport Transformer Vault Equipment." MS - a ITEM MS INSTALLATION OF MECHANICAL SYSTEMS DESCRIPTION MS -1.1 This item shall consist of installing mechanical systems for ventilation of the regulator vault and installing mechanical systems which will enable the generator to be operational. Work which will be required under this section will include: fuel oil piping, supports, testing and balancing, sheet metal duct and supports, roof openings and patching of the roof, structural reinforcement of roof openings, installation of fans, dampers, and controls. GENERAL METHODOLOGY MS -1.2 GENERAL. MS -1.2.1 All appurtenances and auxiliary equipment necessary to the function of any specified item of equipment shall be fiumshed with the item of equipment, whether specifically mentioned or not. Each item of equipment shall perform the function for which it is intended, and all work necessary to provide a complete functional system shall be provided. MS -1.2.2 This specification requires that all items of 'equipment be completely installed, finally connected, tested and placed in service. MS -1.2.3 It shall be the responsibility of the Contractor to verify all requirements of the equipment and the contract and certify with the submittal of the shop drawings that all requirements have been met, including: (a) Space requirements (b) Electrical requirements (voltage, phase, wires -No- & size) (c) Capacities (d) Qearance for maintenance (e) Quality (f Quantity EQUIPMENT AND MATERIALS MS -1.3 Motors and Starters: Provide motors and starting equipment for all motor, driven equipment. All motors larger than 1/4 HP shall have magnetic starters with a switching device. All single phase motors larger than 1/6 BP shall be capacitor start. Starters shall be combination starter/disconnect devices with control transformers. MS -1.4 Power Roof Ventilators: MS -1.4.1 All roof mounted exhaust fans shall be of the low silhouette type with fan wheels mounted horizontally. All .fan housings ,shall be corrosion resistant construction. All fams shall be equipped with ball bearings, Permanently lubricated., Fans shall be resiliently mounted. MS -1.4.2 Unless scheduled otherwise, all exhaust fans shall have backward inclined centrifugal wheels. MS 1 MS -1.4.3 All fans shall have automatic dampers and bird screens., MS -1.4.4 Refer to the drawings for special requirements. MS -1.4.5 Orbs shall be factory fabricated and furnished with the unit. MS -1.4.6 Exhaust fans shall be ,as manufactured by Cook, Penn Ventilator,, Jean Aire Products Co. or Greenheck. MS -L. Low Pressure Ductwork:- MS-1.5.1 uctwork: MS-1.5.1 Except as otherwise specified herein, in other sections of the specifications, and/or noted on the drawings, low pressure ducts shall be constructed of galvanized steel sheets in accordance with the recommended construction for low pressure ducts insofar as gauges of metal to be used, bracing of joints and joint construction as established in the latest edition of the ASHRAE HANDBOOK. MS -1.5.2 Duct construction details shall conform to "Low Pressure Duct Construction Standards", 5th Edition, published by the Sheet Metal and Air Conditioning Contractors National Association, Inca (SMACNA). MS -1.5.3 Make square elbows where shown or required, with factory -fabricated turning vanes. Make all other changes in direction with rounded elbows having a centerline radius equal to 1-1/2 times the width of the duct in the plane of the bend. MS -1.5.4 Make transformations in duct shape or dimension with gradual slopes on all sides. Make increases in dimensions in the direction of air flow, with a maximum slope of V in 7" on any side. Make decreas es in dimensions in the direction of air flow preferably with a slope of 1" in 7" on any side, but with a maximum slope of V in 4" where conditions necessitate. MS -1.5.5 Ducts shall be routed in conjunction with pipes, electrical conduits, ceiling hangers, etc. so as to avoid interferences insofar as possible. Where duct penetrations are unavoidable, provide streamline shaped sleeves around such material penetrations, made airtight at duct surfaces, except that such sleeves are not required at tie rods. Where obstructions are of a size to exceed 10% of the duct area, the duct shall be transformed to maintain the same duct area. MS -1.6 Flashing: Where the Contractor installs ducts or piping through the roof, he shall flash and counterflash them into the roof construction to the satisfaction of the Architect. All such flashing shall be constructed of copper bearing galvanized steel sheets. MS -1.7 Fuel Oil System: IVIS -1.7.1 . Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. MS -1.7.2 Submittals: Submit manufacturer's data on all materials. MS -1.7.3 Scope: This section of the specifications requires the furnishing of all labor, equipment, materials, transportation, tools and appliances and performing all operations in connection with the installation of fuel oil system. MS -1.7.4 Fuel Oil Piping: All fuel oil piping including supply, return, end vent lines shall be scheduled 40 black steel with banded malleable iron fittings. Underground steelpiping shall be protected by wrapping with vinyl tape or as specified hereinbefore. MS -1.8 Underground Storage Tank: Reuse existing tank. MS -2 MS -1.9 Installation of Piping System: MS -1.9.1 Install all vent piping and a uniform grade of 1/8' per foot, sloping to drain back to the tank. Avoid traps and air pockets in the piping system. MS -1.9.2 This Contractor shall furnish and install double elbows and nipples whem-ver there is a change in direction both vertically and horizontally and wherever necessary throughout the various systems in order to allow for future settlement of all tanks, piping, equipment, etc. MS -1.9.3 Threaded joints shall be made using litherage and glycerin applied to the male threads only. TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS MS -1.10.1 Upon completion of the installation and start up of the mechanical equipment, check, adjust and balance systemic components to obtain optimum conditions in each conditioned space to the building. MS -1.10.2 Prepare and submit to the Architect complete reports on the balance and operation of the system. MS -1.10.3 Make a total of three inspections within 90 days after . occupancy of the building to insure that satisfactory conditions are being maintained throughout and to satisfy any unusual conditions. MS -1.10.4 Make inspections in the building during the opposite season from that in which the initial adjustments were made and at those times make any necessary modifications to the initial adjustments required to produce optimum operation of the systemic components, to produce the proper conditions in each conditioned space - MS -1.10.5 During the balancing, the temperature regulation shall be adjusted for proper relationship between controlling instruments and calibrated by the Contractor. MS -1.10.6 Before final acceptance is made, furnish the following data. (a) A tabulation of the simultaneous temperature of all spaces on each separately controlled zone, together with the outside temperature at time of measurement. Hourly for 8 hours on a typical design day selected by the Architect. (b) A listing of the measured air quantities at each outlet corresponding to the temperature tabulation specified above. (c) Air quantities at each exhaust fan. (d) A tabulation of full load amp draw for each power consuming device. MS -1.10.7 The above data shall be neatly entered on appropriate forms together with any typed supplements required to completely document all results. Written explanations of any abnormal conditions shall be included. All this shall be assembled into a suitable brochure and a total of 4 copies shall be provided. MS -1.10.8 When opposite season modifications are made, additional data sheets indicating new settings, readings, etc., shall be prepared and submitted in quadruplicate. MS -3 MS -1.11 Instructions: MS -1.11.1 During the test periods instruct the building operating personnel in the operation and maintenance of all equipment. MS -1.11.2 Deliver to the Owner 3 complete instruction manuals covering the maintenance and operation of the system components. Provide complete data on all equipment including for each item a parts list and the name and address of the vendor where replacement parts can be purchased. HANGERS AND SUPPORTS MS -1.12 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. MS -1.13 Submittals: Submit manufacturer's data on all materials. MS -1.14 Scope: The Contractor for the work covered by each section of the specifications shall furnish and install all hangers, supports and isolation required by pipe or equipment included in this work. 'MS -1.15 Materials: Materials shall be provided for the support of all piping and equipment. The following tabulation lists materials suitable for this duty. Equal materials mamufactured by Fee and Mason, Carpenter - Patterson, Grinnell or Modern will be considered. MATERIAL SERVICE - FEE AND MASON CAT. Hanger Steel Limes 3" and smaller 215 or 199 Hanger Outside Insulation -all lines 239 - Wall Bracket All 150, 151, or 155 Saddles Steel Lines On Rollers 71, 1710, 1712, 172, 173 Conc. Inserts New Construction 185 Rollers Steel Piping 161,272 Pipe Clamps 2" and Smaller 304 Pipe Clamps 3" and Larger 241 Pipe Rest All 295 or 291 . Exp Shield Concrete 374 Beam Clamps All 249, 254, 255, 282, 280 Adjuster All 2381 MS -1.16 Hanger Rods: All individually suspended horizontal pipes shall be supported by steel rods sized as follows: Rod Diameter 1/2" 5/8" 3/4" Size of Steel Pipe or Copper Tube Supported 24/2" and smaller 3" and 4" 5" through 8" 10" and larger NS -4 Size of Cast Iron Pipe Supported 3" and smaller 4" through .6" 8" through 10- 12- and larger MS -1.17 Hanger Spacing: MS -1:17.1 All hangers shallbe so ,located as to properly support horizontal lines without appreciable sagging of these lines. The following table gives minimum spacing for copper, and steel lines, but hangers shall be more closely spaced where necessitated by conditions or the type of pipe involved or required by code. Size of Line Hanger Spacing in Feet 3/4" and smaller 5 1" through 1-1/2' 7 2" and larger 10 All cast iron lines 5 (Minimum two per joint) MS -1.17.2 Where pipes run under steel construction, use beam clamps on beams. Under steel joists, piping may be suspended from rods thm the bottom chord with washers and double nuts. On piping larger than 40, verify the joist strength before installation. MS -1.17.3 Perforated strap iron and wire will under no circumstances be acceptable as hanger material. MS -1.18 Duct Hangers: All ductwork shall be supported in accordance with standards published by Sheet Metal and Air Conditioning Contractors National Association Inc. MS -1.19 Pre -fabricated Equipment Mounting Supports: MS -1.19.1 Provide ThyCurb equipment mounting supports, or approved equal of 18 ga. galvanized construction with continuously welded corner seams and a 3 cant, supports to be internally reinforced with a factory installed wood nailer and 18 ga. counterflashing. Supports to be a minimum of 8" above the finished roof and of the style and design to mate the roof deck. MS -1.19.2 Supports shall be level at the top, with pitch built into supports where roof slopes 3/8 of an inch per foot or more, and supports must have certified load bearing data.. Supports must span a minimum of 2 joists and more if equipment length requires it. Supports to be used for all roof mounted equipment, HVAC units, condensing units and roof mounted piping. MS -1.20 Structural Members for Framing Openings and Bracing: MS -1.20.1 All structural steel shall conform to ASTM A-36. All steel shall be new, clean and straight. MS -1.20.2 All holes shall be drilled or punched for the proper size. Bunning of holes with a torch is not permitted. MS -1.20.3 Clean all surfaces of steel of mill scale, rust and other foreign .matter and prime with at least one shop coat of red lead or zinc chromate. INSULATION MS -1.21 Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements and Supplemental Conditions. MS -1.22 Submittals: Submit manufacturer's data on all materials. MS — 5 MS -1.23 Scope: MS -1.23.1 This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of thermal insulation, coverings, jackets, supports, shields, etc. as described herein and/or as shown on the accompanying drawings, or reasonably implied therefrom. All surfaces which may vary from the ambient temperature shall be insulated unless specifically excepted. MS -1.23.2 Where metal jackets are specified, they shall be 0.016" thick No. 5005 tempered aluminum secured with machine drawn 0.020" stainless steel bands. MS -1.24 Generator Exhaust Piping: Two inch thick, Manville 'Thermo -12" molded pipe covering or blocks, wired in place. Fill all cracks and voids with insulating cement. Finish with aluminum jackets. TEMPERATURE REGULATION MS -1.25 Scope: MS -1.25.1 This Contractor shall include in his bid an amount necessary to cover a complete system of automatic temperature regulating equipment. It is intended that the system be electric in its operation except for certain sensing functions, remote starting and stopping provisions, resetting arrangements, and alarm indications which can best be performed by electronic instruments. It shall include all master and submaster thermostats, valves, dampers, and operators, amplifiers, switches, relays, multiplexers, cabinets, etc. required to make it complete in full accordance with the intent of the plans and the following description. MS -1.25.2 The wiring for all the remote temperature indicating, motor control, control setpoint and adjustment and alarm devices shall originate in a terminal board and extend to and connect to all multiplexers, relays, thermocouples, and similar devices. The wiring shall be performed by the Contractor under Division 16 in accordance with diagrams on the plans, as specified herein and as indicated on the drawings which this Contractor shall provide. MS -1.25.3 The temperature regulation equipment shallbe installed and adjusted to securethe sequences described hereinafter. The materials and equipment described herein shall be sufficient to any of the remote devices of reference elsewhere herein, but shall be arranged as required to operate in conjunction with those remote devices. 'MS -1.25.4 The Contractor shall furnish and install all automatic dampers, and all automatic valves. The Contractor shall furnish, install, and adjust all damper and valve operators and all other switches, relays, etc. comprising the temperature regulation system. Temperature regulation specified herein is based on Johnson Service Co., Honeywell, or Powers Regulator. MS -1.26 Thermostats: MS -1.26.1 All thermostats shall be of the gradual acting type, except in cases specified herein to the contrary. All shall be adjustable as to set point. MS -1.26.2 Thermostats shall be guaranteed to control to plus or minus 1 degree of set point. MS -1.26.3 Those for exposed installation in finished areas shall have plain cases and concealed adjustments unless specifically described otherwise herein. MS -6 MS -1.26.4 The interrelationship of reset schedule of all submaster instruments shall be job -adjustable and capable of broad ranges of specific value. MS -1.26.5 The locations of all room type thermostats are indicated on the drawings. The Contractor shall examine these locations and if, in his opinion, the operation of any instrument would be improved by changing its location, he shall so notify the Architect. With the Architect's approval, he shall install the thermostat in the location of his choice. MS -1.27 Air Flow Control Dampers: MS -1.27.1 The temperature control contractor will provide all control dampers of the types indicated on the plans. Frames shall not be less than 13 gauge galvanized steel. Blades must not be over 8 inches wide nor less than .16 gauge galvanized steel roll formed. Bearings shall be oilite, ball bearing or nylon with 1/2" shafts. Side seals shall be stainless steel of the tight -seal spring type. Dampers and seals shall be suitable for temperature ranges of -40 degrees to 200 degrees F. MS -1.27.2 All proportional control dampers shall be opposed or parallel blade type and all two -position dampers shall be parallel blade types. MS -1.27.3 Dampers shall be minimum leakage type to conserve energy and the manufacturer shall submit leakage and flow characteristic data for all control dampers with the temperature control submitted. Maximum leakage shall be 3 % at static pressure of 3 inches of W.C. MS -1.27.4 All control dampers shall be standard products of the temperature control manufacturer's factory. Local fabrication of dampers is not allowed. MS -1.28 Guarantee: All devices shall be guaranteed to control to plus or minus 1 degree F. System shall be guaranteed for one year after final acceptance. MS -1.29 Sequence of Control: Refer to the drawings for sequence of controls. MS — 7 APPENDIX EMU.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION AP -MINISTRATION Southwest egion Fort Worth, Texas Sri 5200.5A Airport Safety During FAA-FU%W Airport Owstruction and FAA S U BJ : Facilities Maintenance i. FURPo6E. This Order establishes airport safety standards for FAA -funded. construction and FAA facilities maintenanoe. 2. DISI'RI3=0N. This Order is distributed to the Section level in the Airports and Airway Facilities Divisions, to the Branch level in the Flight Srandia_rd�, Air Traffic, and Civil Aviation Security Divisions, to all Southwest Region field offices and facilities, and to F & £ Field Installation,/Construction Representatives. 3. Order SW 5200.5, Safety Requireavnts on Airports During Agency Funded Construction Activity, dated 11/21/75, is cancelled. 4. PLANATION OF CFiANG'F5. This order revises and updates criteria to be used duringsons muction and =raintenance on airports, consistent with current Advisory Circulars and agency safety regulations. 5. DEF_TN=0NS . a., Airport Elevation - the highest point on the landing surface of an airport. b. Certificated Airport an airport which, by. law, is ..safety regulated by the FAA under Part -139 of the Federal Aviation Regulations, and which operates under specific safety requirerents whichapplyto maintenance and construction activities on the airport. Certificated airports are listed in Appendix 2. c. Displaced Threshold a runway landing threshold :uhlich-is located at a Point other than at the beginning of the full-strength pavement. A taVorary displacement may be used to give landing aircraft adequate clearance over on equipment or other objects in the approach area of a rimway or adjacent to a runway. d. Obstacle Free Zone (OFZ) - a design standard involving imaginary surfaces in the vicinity of a runway. They are the kuru ray on, inner. transitional surface OFZ, and Inner -Approach On. Distribution: A_ _ - Initiated By: A-FOF-O (Maxim=) ; A-FAF-10 ASW -650 SW 5200 -SA 6/6/69 e. Obstruction - a structure, natural gro6th, .vehicle or construction material which penetrates any airport imaginary surface defined by FAR Part 77, including primary, transitional, approach, horizontal, ani'oonical surfaces. f. Relocated Threshold - a rzway end which is not located at the physical end of the pavement. If part of a zunmy .is closed for landing and takeoff beginning at the pavement end, then the threshold has been relocated. (Note: this term -is not used in the Notice to,Airrer system.) g. Safety Area - the ground surface next to zvrways, taxiways, and aircraft parking areas which is expected to be graded, drained ani free of any hazardous surface variations and nonfrangible objects,' and which is to reduce the risk of damage to an aircraft inadvertently, leaving airport pavement. h. Small Aircraft one weighing 12,500 lbs. or less maximum certificated takeoff weight. i. Large Aircraft - one weighing more than 12,500 lbs. maximamw certificated takeoff weight. 6. Aviation safety is a primary consideration during airport construction and facilities maintenance. These activities shall be planned and 'scheduled to minimize ' disruption of -normal ' aircraft ground and air traffic. For airports subject to. FAR 107, Airport Security, the airport operator's security program standards shall=be observed in the areas of access control, and movement and identification of construction and FAA personnel and vehicles. a. 'These standards shall be used to develop specific safety measures which FAA employees, grantees, and contractors shall adhere to during these activities on all airports in the Soutinast Region. They provide a reasonable level of safety, but aircraft operations, weather, security, or local airport rules may require use of more stringent safety measures. Use of less stringent measures and changes that irpact security controls is per mi.tted only after coordination between`Airports, Air Traffic, Airway Facilities, Flight Standards, and Civil Aviation Security Divisions, airport management, and affected aviation users. b. Bid documents for on -airport construction or maintenance projects shall include general and specific safety requirements, based on Appendix l to this Order, so that contractors are aware of the costs and constraints which will apply during the project to maintain a high level of aviation safety. 6/6189 SW 5200.5A c. If the cleararoes and restrictions described in this Order cannot be maintained while construction or maintenance is underway, action will be taken as appropriate to: (1) close rMways, taxiways, or aprons, (2) relocate or displace runway tiumsholds t ;porarily, (3) perform work at night or during periods of minimal aircraft activity, (4) close affected areas to certain types cf aircraft, (5) restrict aircraft use by weight, wingspan, approach speed, or othercharacteristic (6) shut down or restrict use of navigational or approach aids d. FAA who are responsible for construction or maintenance activities on airports shall toorlinate project safety and security requirements and-inpacts with the airport sponsor as soon as the impacts have been identified but before oaa=itments are made with contractors or others to perform work on an airport. Coordination will vary from formal predesign oonferenoes to informal contacts with the airport manager or responsible sponsor official before starting work. 7. SAFETY LtiLflACIS. Potentially hazardous conditions which may odour during airport construction and maintenance include the follmring: a. Excavations, trenches, and stockpiled material on or near rvrrways, taxiways and aprons. b. bion equipment , on aircraft operating areas or in runway approaches or departure areas. c. Inadequate cmnstruction area marking or lighting. d, lack of control over vehicle access to aircraft operating areas, unaufihoriaed entry -of personnel, vehicles, or animals. e. Inadequate vehicle marking or lighting. f. Deficient marking and lighting of temporary rmray thresholds. g. Failure to issue, update, or cancel Notices to Airmen ooneerninu airport or runway closures or other, construction -related airport conditions. I ropl,r 4 SW 5200.SA 6/6/89 h. Failure to mark and identify utilities or power cables,aresulting in loss of airport licltirg; navigational, visual, or approach aids; weather reporting service; or ooaMmications. i. Unauthorized vehicle operations in localizes or glide slope critical areas, resulting in electronic interference or facility shutdown. j. c=zt.ucticn debris (gravel, sand, mad, -paving material, etc.) on airport Pavements, resulting an aircraft SmV, turbine engine, or tine damage. k. Exposed pavement edges (dropoffs).from runways, taxiways and aprcm to adjacent pavement sections or shoulders. 1. Construction activities which hamper aircraft rescue/firefighting access from fire stations to the runway -taxiway system or airport buildings. m. Lack of radio cm=inication with construction and maintenance vehicles in aircraft cperating areas. S. SAFETY °STANDARDS. Paragraphs a through h below -define safety standards and guidelines for FAA -funded construction and FAA maintenance activities on airports. a. Obstacle Free Zone (1) Objects. vehicles, and stockpiled nateri-al normally are not permitted to penetrate an.OFZ. OFZs are sho6m on Figure 1. (a) Runway OFZs are applicable at any time the runway is open for aircraft use. On precision runways, :the inner -approach -and inner transitional surface OFZs must be kept free of penetrations only when the weather conditions are below an 800 ft. ceiling or less than 2 miles visibility and aircraft are using IIS approaches. (b) Objects which do not penetrate an OFZ still may require notice to the FAA under FAR Parts 77 or 152 and may be'cbstructions to air navigation. Those objects which exceed FAR Part 77 obstruction stan�ds are to be appropriately obstruction marked and, if used at night, obstruction lighted. Ganes or other equipment of unusual height may require special consideration and 000rdinaticn with FAA operating elements and airport users. 6/6/89 Sid 5200.5A (2) The dimensions of an Obstacle Free Zone are as follas: (keyed to Figure 1)• (a) Runway Obstacle tree Zone (See A in Figure 1) externs 200 feet beyond each errs of _. the runway and has the following width for: Runways sewing small aircraft: Precision instrment runway - 300 feet other. runways - 250 feet. Runways serving large aircraft: The greater of 400 feet, or 180 feet plats the wingspan ' of the most demanding airplane, plus 20 feet per 1000 feet of -airport elevation. [Note: The n riway OFZ width for, all transport runways on oertificated airports in the Southwest Region (Appendix 2) is 400 feet.] (b) Inner Approach Obstacle Free Zone (See B in Figure 1) .1 The Inner -Approach OFZ applies only to runways ends with an approach lighting system. 2 Beginning 200 feet frm the .runway threshold and ending 200 feet beyond the last light unit in an approach lighting system, width same as the Runway OFZ, slope 50:1, beginning at runway end elevation. (c) Inner -Transitional Surface Obstacle Free Zone (See C in Figure 1) The Inner -Transitional Surface OFZ applies only to precision instrument runways. Slope 3:1 perpendicular to the nrr my centerline and extending laterally from the edges of. the runway OFZ and approach 0FZ to a height.of 150 feet above airport elevation. f Far 8 r S11 5200.5A C INNER -TRANSITIONAL SURFACE OFZ' 1501 ABOVE AIRPORT ELEVATIO% RUNWAY OFZ 3:1 6/6/89 A I'-- Fig. 1 OBSTACLE FREE ZONE Page,6 6/5/89 sw 5200.5, b:. Approach Clearance Over Fquigrent and Material. [ I (1) c�„�-,r+;an activity in a runway avorcach may result in .a need to displace the landing tbreshold t�orariiy. If an object penetrates a surface shown in 'Fig. 2, displace the V=ashold to a point where the surface is not penetrated. (2) Cbiects which do not tenetrate these surfaces still may be obstructions to air navigation arxVor may affect standard instrument approach proced1 . Coordinate hese with the Airspace and Procedures Branch, ASW -53C, and the Flight Procedures Branch, ASW -220, as necessary. 20 krway �_ (Equipment End 191 A 77 T R=Mway B C D _ Dimensions SwIl Aircraft large Aircraft A 0 200 B 250 400 C 700 1000 D 2250 1500 Fig. 2 Runway MUvshold Location .6/6/69 SW 5200.5A (2) RM e=:' M-= or oonsttvction/mainteranoe activity must be on a zunway and a decision is made to keep part of the rmway open for aircraft, part of the rMmy must be closed as d=m in Fig. 3, The dimensions shcwn are T however, a larger closed area than sham may` necessary depending on aircraft, use, level . of activity, pilot te&id que, and equipment height, arra a smaller closed area may be possible under some circumstances. Meese recommendations are based on equipment heights of about 15 feet: higher objects may require special consideration. lgiE Closed Area USABLE F&T] Y - � 500' CR 1000' Equipment 'J]I • 71 J7� • � END Use the following distances from the constzucti,on/mainterance activity to the relocated threshold: Small aircraft (12,500 lbs. or less) - 500 ft. Large aircraft (More than 12,500 lbs.) - 1000 ft. Fig._ 3 Relocated Zhreshold For Equipment on ,the Pwzway 6/6/89 SW 5200.5A c. RuT-my and Taxiway Safety Areas. (1) Ptunway safety areas - construction or maintenance activity is prohibited in runway safety areas while the full length of the r=way is open. Norn�al FAA maintenance of,. visual, approach, and navigational aids is permissible within safety areas provided vehicles, material, arra excavations do not penetrate a runway on and requirements of paragraph 7b for approach' clearance over vehicles, eguipnent and material are net. (2) Rurumy safety area dimensions are ;,shown in Fig. 4. Existing safety areas at a particular airport may be la=ger:or smaller than the standard dirension listed. If construction or maintenance activity must take place within the specified safety area, . it is also acceptable to restrict the zvrn.ay use to a smaller size of aircraft and use a narrower and/or shorter safety area dimension for the duration of the activity. a b R Mway C Safety Area _. MMY DESIGN CATEGORY SAFETY AREA` DneNsIONs (Ft. ) s or b (1) _ c (2) 1. Utility AC 150/5300-4 a. Visual or Nonprecision Design Group I 30 120 200 Design Group II 40 150 300 b. Precision Instrument Design Group I _ 110 300 600 Design Group II 100 300 600 Design Group III 100 300 600 2. Transport AC 150/5300-12 500 (3) 1000 (1) Use dimension a or b, _Whichever results in the greater distance from the runway centerline. (2) Use dimension c or the existing safety area length, whichever is less, but no less than 200 feet. (3) Same certificated airports have or permit use of 400 -foot wide runway safety areas during oonsttvction and maintenance. Coordinate proposals with the Airports Safety Section, ASW -651. Fig. 4 Runway Safety Areas 6!6/89 SW 5200.5A (3)k;T.Av safety areas/obstacle free ares - see Fig. 5 omt• �intenanm activity is pernus-s able sn taxiway obstacle free area, and safety areas if, the activity is hazard marked and/or lighted and N� are in effect. Special'- consideration must be given to the height of bazricades, flashers aryl other warning devices to clear aircraft wirgtipso. props ellerergines etc.: Other actions MY,bP- necessary such as: _ Using Ilwirqwajkexs" to guide ai=aft past hazards, Using t ,p=ary taxiway marking/lighting to detour aircraft clear of the area; -Mowing equigoenit and personnel well clear to allow ai=raft to Pass safely. ------------------------ ty,;,tsi�wCt I ' i TAXIWAY nim. w�MLT�1 CLts;�sw�£ cal ai�c 4m.. in these are listed in Appendix 3. Fig. 'S Taxiway Clearances Design Group (1) item 2n nj . _ iv V Taxiway Safety Area Width 49 .79 118 171 214 Taxiway Object Free Area Width 88 130 186 260 320- ' cal ai�c 4m.. in these are listed in Appendix 3. Fig. 'S Taxiway Clearances Fig. 'S Taxiway Clearances 6/b/69 d. Marking and Lfghting (1) .1��ry disclacefi rxway threshold• SW 5200 -SA (a) Mark with yellow arrows and a white threshold stripe as shown in A.C. 150/5340-1, or (b) Use, alternate marking which is: I clearly visible to the pilot, 2 Not misleading, confusing, or deceptive, I Secured in place to prevent movement, s4 Made of material which will minimize damage to aircraft which came in ccmtact with the marking. (2) lzn�orary relocated rung.-av threshold (partial closure of a runway) .(a) Mark with yellow chevrons as shown in A.C. 150/5340-1, or use alternate marking as described in par. _lb above. (b) Rur;way distance regaining signs may .need to be covered or removed during the closure. (3)eMorary rLmay thresholds must be 1 igbted if all- or part of a runway is to be open at night during construction or maintenance. The airport operator may already have teT=zry threshold lighting available, but this should be determined in advance. (a) Use light lens colors and spacing in A.C. 150/5340-24, RWT4ay and Taxiway Edge Lighting System. (b) Disable edge lights and threshold lights on closed parts of runways. On some lighting systems, it may be necessary to cover a light rather than revving the , ianp or fixture. (C) Disable visual glide slope indicators- etc.),, RM,, and approach lightsm P7ASI' which would otherwise give misleading slleadead ing indications to pilots as to the threshold location. Installation of taT=azy visual aids may be necessary to provide adequate guidance for pilots on 8approach to the affected runway. These may be funded or provided by the FAA or - Par 8 SW 5200.5A (4) osec runway marking: (a) Use yellow "X" marking as shown in "A.C.- 150/5340-1. o/o/S9 (b) Closed zvnway marking is not ,igdrad on airports With 24-hour Control Tbweers if the closed runGray cannot be mistaken by'pilots for �, openrunways and the airport operator consents to omitting these. In wane cases, closed runway marking could =*Pzfere with the use of the runway for aircraft taxiing if this is to be allowed while the rwyway is closed for landings arra takeoffs. (c) Closed runway marking is not required on runways which are closed only at night provided that: Runway lighting and visual aids are off, 2 Notans are in effect regarding the closure. (5) Hazard marking (barricades, traffic ones, flashers, etc.) shall be used: (a) To outline construction,/maintenanc:e areas which are accessible to aircraft, persons, or vehicles,: (b) To identify isolated hazards such as open manholes, ill areas under repair, stockpiled material, waste areas, etc., (c) To prevent aircraft fraQa taxiing onto a closed runway for takeoff, (d) To identify FAA, airport, and National Weather Service facilities, cables, power lines, ILS critical areas and other sensitive areas, in order to prevent damage, interference, and facility shutdown. e. Navigation Aids and Instrument Approach Procedures (1) The need to shut down navigational, approach, or visual aids shall be on a case-by-case basis. Flight Standards, Air Traffic, Airports, and Airway Facilities offices shall be involved in the decision as necessary. (2) Construction on or near rwsways may severely restrict the use of Standard instrument Approach Procedures, and all,pha_es of the project shall be coordinated with the night Procedures kwch, ASW -220, to determine the effects. f. Notices To Airmen (NOL M) (1) Res=%sibility for issuing Notams shall be determined before =stn=tion or maintenance begins. Refer to Order 7930.1, National Notice to AirmM System. 6/6/89 S►+ 5200:5A (2) Notams on shutdown or irmioular operation of FRA-c6red facilities shall be issued and cancelled only by FAA �1'oyees. Notams on airport oar�ditions shallbe issued and carmelled only by the airport sPCns,r. Any person having reason to believe that a Notam is miss inaccurate shall notify the responsible person. Ing irxxrplete, or 9. Vehicle Identification. FAA enployees who cpemte vehicles on an airport shall cxnply with the airport owner's roles for vehicle narking lighting, arra operations, unless FAA requirements are more stringent. Vehicles operated by FAA erplcyees on active runways, taxiways, or safety areas shall be marked with orange and white flags or flashing yellow beacons during daylight hours, and with flashing yellow beaoons at night. Contractors and suppliers shall be informed of the applicable requirements of the airport sponsor by the FAA or airport sponsor enPloyee responsible for the work. h• Controlling Access To Aircraft operational Areas (1) Vehicle and pedestrian access routes for airport construction and mainteXMICe shall be controlled as necessary to prevent inadvertent or unauthorized entry of persons, vehicles, and animals. The amount of construction traffic or local security/safety rules may require use of Personnel to control access through gates or fencing, or across aircraft movement areas. Radio =mwrnications may be required between these personnel and a Control Tower if equipment and Personnel must enter or cross an active Aircraft Movement Area. (2) Vehicle pa+-ki*+� areas for FAA and contractor erployeas shall be designated in advance to mininize vehicle traffic in aircraft movement areas while still providing reasonable employee access to the job site. 9. S'ANDARD SAFETY SPECIFICATTONS. General safety provisions which apply during contract work on airports are contained in the following docuriients: a. Facilities and Equipment (F & E) Program Projects - Additional Gwm_dl Provisions, FAA 15-1, Clause No. 75, "Special Precaution=, for Work at operating Airports." b • Airport Improvement Program (AIP) projects - Advisory Circular 150/5370-10, Standards for Specifying Cm%Sttvcticn of Airports," General Provisions 40"05,, Maintenance Of, Traffic; 70-08, Barricades,Si and Hazard Marking; 80-04, Limitation of operations. Warning► SW 5200.5A 6/6/6"9 io. ' sEV�Azrto . Specific safety . requirements for a project may be developed usirq the 9ulde in Anwdix 1 -of this order, or <nay be written or provided an otber forms rich provide similar guidance. The Projectsafety requirements small be.included in the plans a,nd specifications, as -applicable, when an invitation for bids is issued. Don P. Watson Regional AftiniStMtOr 6/6/89 SW 5200.5A Appendix 1 1. General Safety Requirements: During performance of this Contract, the airport rmways, taxiways, and aircraft parking aprons shall remain in use b}• aircraft to the maxis= extent possible. Aircraft use of areas near the contractor's work will be controlled to minimize to the contractor's Operation. The contractor shall not allow his/her employees, subaontractozs, suppliers, or any person over wham he/she has control to enter or remain in any Part of the airport which would be hazardous to persons or to aircraft operations. trwzwer aircraft opezations require, the (Contracting Officer, Engineer, etc.) may order the Contractor to suspend operations, move plant, personnel, equipment, and materials to a safe location and stand by until aircraft use is coMleted. 2. Obstacle Free Zone (OFQ : Construction activity within -an Obstacle Free Zone -will require closing part or all of the affected runway. See Figure 1. 3. Approach Clearance to Runways: RrWay landing molds shall be located to provide an unobstructed approach surface with an approach ratio over equipment and material as shown on Figure 2. 4. Rurrway and Taxikav Safety Areas• construction activity within a runway safety area will require closing part or all of the affected runway. Construction activity within taxiway safety areas/obstacle free areas is Permissible when .the taxiway is open to aircraft traffic if: a. Adequate wingtip/empennage clearance exists between the aircraft arra equigment/material, b. Excavations, trenches, or other conditions are conspicuously marked and lighted. c. Notices to Airmen are in effect concerning the activity, usually 174en and equiRrnnt adjacent to Taxiway .11 Safety area dimensions are shown on Figures 4 and 5. 5. Threshold Maseru and A ting• a. TwPorraarythithreshold marking is (�, not required) . Threshold marking will by the (airport owner, Contractor, etc.). b • Crary threshold lighting will be furnished be T>MY lighting is (EMAL98dr, not ragtired) . Threshold and maintained by the (airport owner, contractor, 6/6/69 • SW 5200.5A Appendix 2 ��.- rra•� 3,�t v a� r •r � � • a. la • Fayetteville Drake Fort Smith. Muni . Hat Springs Memorial Little Rock Adams Field Texarkana Regional Alexandria Esler Reg. Baton Rouge Ryan Lafayette Regional Like Charles Regional Monroe Regional New Iberia Acadian Reg. New Orleans International New Orleans Lakefront Shreveport Regional f� yt�. •• Alamogordo White Santis Reg. Albuquerque International Fermi.ngtan Four Corners Reg. Hobbs Lea county Hobbs las Cruces International Ins Alamos Roswell Mmbstrial Ruidoso Sierra Blanca Lawton Metropolitan `. Oklahoma City will Rogers Stillwater Muni. Tulsa International Pane i Abilene Municipal Amarillo International Austin Robert Mueller Beaumont Jefferson Co. Hr'tmznsville South padre Is. College Station E,aster.,xmd Corpus Christi Intl. Dallas/Fort Worth Intl. Dallas Love El Faso International Fort Worth Meacham Galveston Scholes Harlingen Rio Grande -Valley Houston Ellington Houston Hobby Houston Intercontinental Laredo International Longview Gregg county l bbock International McAllen Millet Intl. Midland International Faris Cmc Field San Angelo. Mathis San Antonio International Twple Dmugl-=-r+=Ier Tyler Founds Victoria Regional Waco Regional 6/6/89 SW 5200.5„ Appendix 3 &MendiX 3. AWZAF'T DESIGN G�0�3P5 Figure 4 of this Order describes =Tway and taxiway safety area dimensions as a function of airplane "design qr It frcAdvisory Circulars. 150/5300-4, Utility Airports, and 150/5300-12, Airport Design Standards, Trwwport Airports. (Expected to.be replaced by A.C. 150/5300-130 Airport Design, currently in draft.) These design groups are based on ai=raft wingspan, with typical aircraft in each design group shoe below: Design Wirgspan Groep I Tn to but not including 49 ft (15m) Piper Navajo, Cessna 421, Fairchild Metro, Beech King Air, Mitsubishi. MU -2, Rockwell Sabre 75, Lear 35/36, Hawker-. ' Siddley HS -125. II 49 ft tm to but not includincr'79 ft (24m). Cessna 441, Mmbraer 120 Brasilia, Saab 340, Rockwell Sabra 65, Cessna Citation II/III, Beech 1900 Airliner, Gulfstream I/II/III/IV. III 79 ft up to but not i.ncludino 118 ft (36m) DeHavilland Dash 7, Boeing 737/727, DC -9 (all), M-80, Fairchild F-27, Bae -146, Convair 580. IV 118 ft up to but not including 171 ft (52m) Boeing 707, 757, 767, DC -8, Lockheed 2,-1011, DC-10/MD-11. V 171 ft tnm to but not including 214 ft (65m) Boeing 747 6/6/s9 SW 5200.5A „mix 2 c. Tenporary visual aids (VASI. PAPI, RML, etc.) are (�► r►ot r d) . The visual aid(s) will be furnished and maintained by the (airport owner, FAA, contractor, etc.) 6. closed R.inway MarkiMMgzard Markin -c not required) . closed runway, r a. closed runway marking is (FGR"owner, etc-).' marking shall be (as shown .on the plans, famish by theb. Hazard marking and lighting shall be as by the (airport °ter► engineer,eto), and shall be as (described in Section of the specifications, as sham on the plans, etc.). 7. vehicle Identification and Parki=- a. Contractor vehicles and equiPr sit shall be identified by (dwmibe- marking and lighting). b. IInployee parking shall be as designated by the .engineer, airport manager, 40 c' ) - 8. Construction Site Access and Haul Roads: Access to the job site shall be via (speelfle—L-vate, as shown on the -Plans, designated by the engineer' gpdpeLcjfttepA ► wort manager, eteY) ' . 9. Radio C= minications:. Radio commmications are (required between the contractor's representative and the Control Tower), ) +- Par 5 Page 2 o lJ& t 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, OperationalSafety on'Airports With Emphasis on Safety During Construction, dated October 9, 1981, is canceled. 3. RELATED READING MATERIAL. All references cited herein are available for inspection in any Federal'Aviation Administration (FAA) regional office. a. The Federal Aviation Regulations are sold 'by the Superintendent of Documents (AC 00-44, Status of Federal Aviation Regulations, current edi- tion, contains a price list and ordering instructions). b. AC 150/5370-10, Standards for Specifying Construction of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular Checklist, current edition, contains ordering instructions). 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`sargi- nal conditions that develop after an airport has been opened or approved for operation. This AC addresses that problem. NOTE: Airports which have received Federal assistance (grants, real or personal property) and air- ports certificated under FAR Part 139 have mandatory requirements related to this subject. A1C 150/5;70-2C 5. GENERAL. a. The airport operator is responsible for full compliance with the require- ments of FAR Part 139 for certificated Adherenceairports to the follouingprovisins provisionsofillFederal grant agreements when applicble materially assist the airport operator in providing the level of safety required. Local FAA Airports,offices have technical expertise to assist airport operators in all. safety matters on airports. (See AC .150/5000-3, Address List for Regional Airports Divisions and Airports District/Field Offices, current edition.) b. Each bidding document (construction plans and/or specifications) for air- port development work or air navigation facility (NAVAID) installation involving aircraft operational areas should incorporate a section on safety'on airports during ,the construction activity.., The section, as a minimum, should contain the appropriate provisions outlined in appendix 1 to this AC. c.,.The airport operator should pay particular attention to the pullback distances and clearances for any maintenance activities and emergencies that occur on airports, These include activities which involve maintenance equipment --such as mowing machines, snowplows, lighting equipment —as well as emergency standbys for firefighting and rescue equipment. d. Where feasible and where operational safety ia.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 prosect plans. The airport operator should closely monitor construction activity throughoutitsduration 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 3/31/84 AC 150.1537!-,C (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 i 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. k. Improper marking or lighting of runways, taxiways, and displaced thresholds. 1. Attractions for birds such as trash, grass seeding, or pond ed water on or near airports. AC 15015370-2C 5131184 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. tASSURING 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. -g. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a minimum. Where vehicular traffic on airport operation areas cannot be avoided, it should be carefully controlled. A basic guiding principle is that the aircraft always has the right-of-way. Some aspects of vehicle control and iden- tification are discussed below. It should be recognized, however, that every air- port presents different vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operations. a. Visibility. Vehicles which routinely operate on airport operations areas should be marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations. Vehicles which are not marked and lighted should be escorted by one that is*equipped with temporary marking and lighting devices. (See AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition.) �'b. Identification. It is usually desirable to be able to identify visually specific vehicles from a distance. It is recommended that radio equipped vehicles which routinely.operate on airport operations areas be permanently marked with identifying characters on the sides and roof. (See AC 150/5210-5.) Vehicles needing intermittent identification could be marked with tape or with magnetically attached markers which are commercially available. Whenever. possible, vehicles should be purchased with the recommended markings and lighting. C. Noticeability. Construction vehicles/equipment should have automatic signalling devices to sound an alarm when moving in reverse. 6 Par 7 AC 150!5370-2%'- 5 / 31. / 8 50!5370-_C5/31/8 altering, activating, the construction, realigning' and the deac- construction of a new airport;the strip, or associated taxiway; 'sub- ?"`� of a runway,... by or� abandoning Arei�Proposal, to the nearest FAA abandoning of an entire airinrt• Formal notification is � eon tivating or Notice of Landing Airspace Utilization witting FAA Form r FA 1' Activiation and d Construction, Alteration, any con c:' district office or FAA regional office. (See AC 70-2, on proposing an) Considerations in the Propos Also, any Pers Deactivation of Airports, current edition.) the FAA. alteration of objects that affect �Sigabuiredrto notify defined in le construction or alter Navigable Airspace, i FAR Part 77, Objects Affecting Notice of Proposed Construction oetioneortiO AlteratondofeObjectsused or FAA Form 7u6. Not Proposed Constru this purpofect(the NavigableSee AC oAirspace, current edition.) That May n reconstruction, and prebid Predesig , p b. Work Schedulin and Accom ltunitit. the spon- vide excellent opportunities to rtiesdinvolvedsuincludingairpor conferences pro during construction. All pa requirements operational safety should integrate _operational safety respon- and work schedules as early as practical. Also, sot's engineer and contractors, into their planning attention ng and sibilities should be clearly established for continuous ctare8s needing at once When construction is being with the requirtalterednconstruction iactivity- responsible airport safety - due to oversightfrom pre ns inspector should be directly involved at all stages, planned on FAR Part certificated airpor s, (certification) design through final inspection. partial list of safety con - indicates will need C. Safet attention during airport Considerations. The following is a sideration;which exporience construction. rating procedures for aeronautical (1) Minimum disruption of standard ope activity- and rescue stations to active airport (2)' Clear routes from firefighting operations areas and safety areas. to change safety -oriented aspects (3) Chain of notification and authority of the construction plan. and cancellation of Notice to Airmen (NOTAM's)• (q) Initiation, currency* (5) Suspension or restriction of aircraft activity on airport operations areas* lighting and marking• (6)` Threshold displacement and appropriate temporary ting and marking far (7) Installation and matoT�'$irporttemporary operat ons lighting closed or diverted aircraft routesent and (a) Revised vehicular control procedures or additional equipm manpower. (9) Marking/lighting of construction equipment. . AC 150/5370-2C (10) Storage,,of,construction equipment and materials When not in use. (11). Designation of responsible representatives of all involved parties and � their availability. - (12) Location of construction personnel parking and transportation to and from the work site. (13) Marking/lighting of construction areas. (14) Location of construction offices. (15)Location of contractor's plants. (16) Designation of Waste areas and disposal. (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. 5131/84 •:,, d. Movement The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing proce- dures, procuring equipment, and providing training regarding vehicle operations to ensure aircraft safety during construction. This requires coordination with air- port users and air traffic control. Consideration should be given to the use of two-way radio, signal lights, traffic signs, flagmen, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way radio communications between construction contractor vehicles and the air traffic control (ATC) tower must be coordinated with the ATC tower chief. At nontower air- ports, two-way radio control between contractor vehicles and fixed -base operators or other airport users should avoid frequencies used by aircraft. It should be remembered that even with the most sophisticated procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special con- sideration should be given to training intermittent operators, such as construction workers, even if escort service is being provided. 10. INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors have specific responsibilities regarding operational safety on certificated airports before and during periods of construction activity. Their particular area of concern will be directed towards construction within safety areas, and they will be involved in the following functions: a. Review of plans to determine limits of work and possible safety problem areas. b. Give special attention to the development of the safety plan which is a part of the plans and specifications. C. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d. Ensure that users of the facilities have ample warning of the proposed construction so that they may make advanced pians 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• Sr LEONARD E. MUD Director, Office of Airport Standards 3/31/84 AC Appendix I APPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION 1. RUNWAY ENDS. Construction equipment normally should not penetrate the 20:1 approach surface. 2. RUNWAY EDGES. Construction activities normally should not,be permitted within 200 feet of the runway 'centerline. However, construction may be permitted within 200 feet of the runway centerline on a case-by-case basis with approval of the air- port operator, the FAA and the users: 3. TAXIWAYS AND APRONS. Normally, construction activity set -back lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predomi- nant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted'up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the FAA and the users; NOTAM's are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with wingspan greater than 165 feet should be dealt with on a case -by-case basis. 4. EXCAVATION AND TRENCHES. a. Runways** Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are adequately signed, lighted and marked. In.addition, excavation and open trenches may be'permitted within 200 feet ,of the runway centerline on a case-by-case basis, i.e., cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the users. b. of 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 sectioas. 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 rgquire 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- AC 150/5370-2C Appendix 1 5'11'!S4 FAA - is ;'31:S- 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 Design Standards --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 engineera.and contractors. This plan, when signed by all, participants becomes a part of the contract. ..The' airport opera- tor is responsible for coordinating and enforcing the plan. 9. LIMITATION ON CONSTRUCTION. ' a. Open -flame welding or torch -cutting operations ahould.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 flagsandlighted 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 shouldbeconstrained 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 sone markings should .be obliterated, and crosses should be pihced=at each end at 10000 -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 7 5/31/8a AC Appendix 1 material such -as fabric or plywood), and they are required only at runway ends. The crosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses may be reduced to permit use of standard meets of 4 -by -8 -foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph 10d. c. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph 10b, and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph 10a, the airport beacon is disconnected, and a cross is placed in the segmented circle or at central location if no segmented circle exists. d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are always in the extended posi- tion and properly oriented. For nighttime use, the barricades are supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights 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. Bolding bays, aprons, and taxiways are sometimes pro- vided with shoulder stabilization to prevent blast and water erosion. This stabi- lization may have -the appearance of a full strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define this area, but con- ditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3 -foot (1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed at a maximum of 100 -foot (30 m) spacing. On curves, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes should be extended to 5 feet (1.5 m) from the edge of stabilized area or to 25 feet (7.5 m) in length, whichever is less. g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist, such as excep- tionally wide runways, where there is a need to indicate the area not intended for use by aircraft. In such cases, chevrons should be used. 11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identification of temporary runway threshold displacements should be located outboard of the runway surface. These could include outboard lights, Runway End Identification Lights (REILS), and markings. The extent of the marking and lighting should be directly related to the duration of'the displacement as well as the type and level of aircraft activity.